SOLICITATION/CONTRACT BIDDER/OFFEROR TO COMPLETE BLOCKS 11, 13, 15, 21, 22, & 27. 3. AWARD/EFFECTIVE DATE 2. CONTRACT NO. 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) 5. SOLICITATION TYPE SEALED BIDS DEPARTMENT OF THE AIR FORCE, DIRECTORATE OF CONTRACTING AFLCMC WWAK 6072 FIR AVENUE BLDG 1233 HILL AIR FORCE BASE UT 84056-5820 BUYER: Trena Held/AFLCMC trena.held.1@us.af.mil Phone: (801) 777- 8413 Fax: (801) 777-6172 No Collect Calls FA8202 CODE X UNRESTRICTED OR SMALL BUSINESS 6.SOLICITATION ISSUE DATE X (IFB) 8. THIS ACQUISITION IS Page 1 DO: A1 JSU 4. SOLICITATION NUMBER FA8202-18-R-1001 7. ISSUED BY RATING NEGOTIATED (RFP) SET ASIDE: % FOR WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOSB PROGRAM HUBZONE SMALL BUSINESS EDWOSB SERVICE-DISABLED VETERANOWNED SMALL BUSINESS 336413 1250 NAICS CODE: 8(A) SIZE STANDARD: 9. Solicitation: Offers will be received at the Issuing office until * on * . Late offers are subject to late proposal provisions incorporated herein. subject to such provisions, representations certifications and specifications as are attached or incorporated by reference.* 1-JAN-2018 2:00PM All offers are 10. ITEMS TO BE PURCHASED (BRIEF DESCRIPTION) X SUPPLIES SERVICES Other Aircraft Part and Auxiliary Equipment Manufacturing 11. IF OFFER IS ACCEPTED BY THE GOVERNMENT WITHIN * ___ CALENDAR DAYS (60 CALENDAR DAYS UNLESS OFFEROR INSERTS A DIFFERENT PERIOD) FROM THE DATE OFFERED PRICES ADMINISTERED BY CODE FIRM FOR THE ITEMS SOLICITED HEREIN AND TO ACCEPT ANY RESULTING CONTRACT SUBJECT TO THE TERMS AND CONDITIONS STATED HEREIN. 13. 12. SET FORTH IN BLK 9 ABOVE, THE CONTRACTOR AGREES TO HOLD ITS CONTRACTOR OFFEROR *260 CODE FACILITY CODE SCD:C 14. PAYMENT WILL BE MADE BY CODE (SEE ESP CLAUSE 252.232-7003.) SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK: 14 CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 15. PROMPT PAY DISCOUNT 16. AUTHORITY FOR USING OTHER THAN 10 USC 2304 FULL AND OPEN COMPETITION 17. ITEM NO. 18. SCHEDULE OF SUPPLIES/SERVICES 19. QUANTITY (c) ( 20. UNIT 41 USC 253 ) (c) ( 21. UNIT PRICE ) 22. AMOUNT ROUTINE Subject to the terms and conditions stated herein, the Contractor agrees to hold its offered prices firm for 260 days. It is in the contractor's best interest to copy Ben Peterson, Benjamin.Peterson.8@us.af.mil, and Trena Held, Trena.Held.1@us.af.mil, on ALL email correspondence: This acquisition is restricted to qualified sources (03640, 0PXV4, 4ATM5, 0JRC1, and 1909A). Contractors desiring to become a qualified source must submit a qualification package. Please see Clause: the attached source qualification statement for additional details. SEE LINE ITEM SCHEDULE 23. 25. X 27. ACCOUNTING AND APPROPRIATION DATA 52.209-1 and Total 24. SEE SCHEDULE $ AWARD AMOUNT (FOR GOVT USE ONLY) 26. AWARD OF CONTRACT: YOUR OFFER ON SOLICITATION NUMBER CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 SHOWN IN BLOCK 4 INCLUDING ANY ADDITIONS OR CHANGES WHICH COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SETFORTH OR OTHERWISE ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: IDENTIFIED ABOVE AND ON ANY CONTINUATION SHEETS SUBJECT THE TERMS AND CONDITIONS SPECIFIED HEREIN. 28. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) SIGNATURE OF OFFEROR/CONTRACTOR NAME AND TITLE OF SIGNER (TYPE OR PRINT) DATE SIGNED NAME OF CONTRACTING OFFICER DATE SIGNED STANDARD FORM 1447 (2/2012) Prescribed by GSA FAR (48 CFR) 53.215-1(d) NO RESPONSE FOR THE REASONS CHECKED CANNOT COMPLY WITH SPECIFICATIONS CANNOT MEET DELIVERY REQUIREMENT CANNOT COMPLY WITH SPECIFICATIONS OTHER (Specify) WE DO WE DO NOT DESIRE TO BE RETAINED ON THE MAILING LIST FOR FUTURE PROCUREMENT OF THE TYPE OF ITEMS INVOLVED NAME AND ADDRESS OF FIRM (Include Zip Code) SIGNATURE TYPE OR PRINT NAME AND TITLE OF SIGNER FOLD FOLD ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- FOLD ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SOLICITATION NO. DUE: 1 JAN 2018 FOLD FA820218R1001 2:00 PM FROM: AFFIX STAMP HERE TO: ATTN: Trena Held/AFLCMC DEPARTMENT OF THE AIR FORCE, DIRECTORATE OF CONTRACTING AFLCMC WWAK 6072 FIR AVENUE BLDG 1233 HILL AIR FORCE BASE UT 84056-5820 SF 1447 (rev 2/2012) BACK Page 3 of 63 FA8202-18-R-1001 PART I - THE SCHEDULE SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS PART I - THE SCHEDULE SECTION B A. THE PURPOSE OF THIS SOLICITATION IS TO ESTABLISH AN IDIQ CONTRACT FOR THE PURCHASE OF A-10 THUNDERBOLT ADVANCED-WING CONTINUATION KITTING (ATTACK) WING ASSEMBLIES FOR THE A-10. THE SUBSEQUENT IDIQ CONTRACT WILL HAVE A BASIC FIVE-YEAR ORDERING PERIOD BEGINING AT CONTRACT AWARD, TWO ONE-YEAR OPTIONAL ORDERING PERIODS THEREAFTER, AND A FIVE-YEAR DELIVERY PERIOD FOLLOWING THE END OF THE ORDERING PERIODS. B. FAILURE OF THE GOVERNMENT TO PURCHASE SUCH ITEMS IN THE AMOUNTS OR QUANTITIES DESCRIBED IN THE SCHEDULE AS "ESTIMATED" OR "MAXIMUM" WILL NOT ENTITLE THE CONTRACTOR TO ANY EQUITABLE ADJUSTMENT IN PRICE. C. In Accordance with FAR 52.216-22(b), "Indefinite Quantity" 1. Contract Minimum is defined as: 1 First Article AND 3 EA Low Rate Initial Production Articles (for a Total of 4) 2. Contract Maximum single item is defined as: 112 Each of wing sets and 15 kits D. Periods of Contract Performance (to begin upon date of basic contract award announcement): *Each year represents 365 days Basic Contract Period Basic Year 1: From dd/mm/yyyy through dd/mm/yyyy Ordering Period (Year 2) From dd/mm/yyyy through dd/mm/yyyy Ordering Period (Year 3) From dd/mm/yyyy through dd/mm/yyyy Ordering Period (Year 4) From dd/mm/yyyy through dd/mm/yyyy Ordering Period (Year 5) From dd/mm/yyyy through dd/mm/yyyy Optional Ordering Period (Year 6) From dd/mm/yyyy through dd/mm/yyyy Optional Ordering Period (Year 7) From dd/mm/yyyy through dd/mm/yyyy E: CONTRACTORS DESIRING TO BECOME APPROVED SOURCES ARE TO FOLLOW THE INSTRUCTIONS IN THE ATTACHED QUALIFICATIONS REQUIREMENTS DOCUMENT. ALL QUALIFICATION PACKAGES MUST BE SUBMITTED NO LATER THAN 45 DAYS PRIOR TO THE CLOSING DATE ON THE SOLICITATION IN ORDER TO BE REVIEWED FOR APPROVAL OR DISAPPROVAL FOR THIS EFFORT. AWARD WILL NOT BE UPHELD PENDING REVIEW; THEREFORE; IT IS CRITICAL THAT QUALIFICATION PACKAGES ARE RECEIVED NO LATER THAN THIS DATE. THE SOONER THE PACKAGES CAN BE SUBMITTED THE BETTER. Page 4 of 63 FA8202-18-R-1001 F: CURRENTLY THE GOVERNMENT OWNS MASTER TOOLING AND PRODUCTION TOOLING ASSOCIATED WITH THE TECHNICAL REQUIREMENTS OF THIS ACQUISITION. A GFE LIST WILL BE RELEASED AT A LATER DATE. G: THIS SOLICITATION ALLOWS CONTRACTORS TO SUBMIT CUSTOMARY PROGRESS PAYMENTS FOR FIRST ARTICLE AND LRIPs IN ORDER TO PROCURE LONG-LEAD ITEMS. THE GOVERNMENT MAY ENTERTAIN CONVERSION TO PERFORMANCE BASED PAYMENTS AFTER AWARD - TO BE NEGOTIATED. CONTRACTOR REQUESTING PERFORMANCE BASED PAYMENTS WOULD THEN PROVIDE A DRAFT MILESTONE SCHEDULE FOR GOVERNMENT REVIEW. THE MILESTONE SCHEDULE WILL BE NEGOTIATED WITH THE POTENTIAL AWARDEE (OR ACTUAL AWARDEE). H: EACH CONTRACTOR IS TO SUBMIT A LIST OF ITEMS THEY CONSIDER TO BE LONG-LEAD ITEMS. THIS WILL NOT BE CONSIDERED AS PART OF THE EVALUATION OF THE OFFERS. CONTRACTORS SHALL ACCOUNT FOR LONG-LEAD ITEMS IN THEIR PROPOSED PERFORMANCE BASED-PAYMENTS (IF APPLICABLE). THE LONG-LEAD ITEMS WILL BE APPROVED/DISAPPROVED AS PART OF THE NEGOTIATIONS OF PERFORMANCE PAYMENTS (WITH POTENTIAL AWARDEE) I: DUE TO THE LIMITED NUMBER OF DATA HARD DRIVES AVAILABLE THEY WILL ONLY BE SENT TO CONTRACTORS INTERESTED IN BEING A PRIME CONTRACTOR FOR THIS EFFORT. PRIME CONTRACTORS WILL HAVE 10 DAYS FROM THE DAY THE HARD DRIVE IS SENT TO THE DAY THE HARD DRIVE IS RETURNED TO THE GOVERNMENT. J: CONTRACTORS ARE TO INCLUDE ALL COSTS ASSOCIATED WITH FIRST ARTICLE AND LOW RATE INITIAL PRODUCTION UNIT INSPECTION AND TESTING ON THE ASSOCIATED CLINS. K: LESS THAN A TRUCKLOAD SHIPMENT IS ACCEPTABLE AT NO INCREASE IN COST TO THE GOVERNMENT. EARLY DELIVERY WILL REQUIRE APPROVAL FROM GOVERNMENT CONTRACT ADMINISTRATOR. IF APPROVAL IS GRANTED, IT WILL BE AT NO INCREASE IN COST TO THE GOVERNMENT. L: THE MAXIMUM PRODUCTION RATE REQUIRED FOR THIS CONTRACT ARE 4 WINGS PER MONTH. M: PER DISTROBUTION STATEMENT E, CONTRACTORS ARE NOT ALLOWED TO DISTRIBUTE TECHNICAL ORDERS TO THIRD PARTIES DURING THE BIDDING PROPOSAL PERIOD. N: THE GOVERNMENT MAY HAVE CONTRACTS IN PLACE OR IN THE PROCESS OF BEING IN PLACE WITH SUBCONTRACTOR(S) THAT MAY OVERLAP WITH THE ATTACK WRP CONTRACT. THE PRIME OR SUBCONTRACTOR(S) SHALL NOT HAVE AGREEMENTS IN PLACE THAT DO NOT ALLOW THE GOVERNMENT TO PROCURE THE SAME PARTS FROM THE SAME OR ALTERNATE SUPPLIERS. Page 5 of 63 FA8202-18-R-1001 All Contractors Must Submit FA Item No. 0001 NSN: 1560 Manufacturer Part Number 03640 162D610010-1001 0JRC1 162D610010-1001 0PXV4 162D610010-1001 1909A 162D610010-1001 4ATM5 162D610010-1001 Associated Document(s) Line Item(s) FD20201600515 0001 Priority: C THIS IS AN EXTREMELY URGENT REQUIREMENT CONCERNING PUBLIC EXIGENCY. Buy American Act/Balance of Payments Program IUID Required: Yes Item No. 0001AA All Contractors Must Submit FA Firm Fixed Price Quantity U/I 1 LO Unit Price Not Separately Priced Amount Not Separately Priced DATA DATA IAW DD 1423S, SOW, AND ATTACHMENTS Data in support of Contract Line Items in accordance with attached Statement of Work, CDRLS and attachments. include A001-A043 (A015, A018, and A031 do NOT exist for this effort). Associated Document(s) Line Item(s) FD20201600515 0001 Priority: R ROUTINE Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Exhibit: A Quality Assurance: IAW DD 1423s Delivery IAW DD 1423s All Contractors Must Submit FA Item No. 0001AB Firm Fixed Price Quantity U/I 1 EA Unit Price Amount CDRLS Page 6 of 63 FA8202-18-R-1001 All Contractors Must Submit FA CLIN ACRN 0001AB AA FA First Article FIRST ARTICLE - SAME AS BASIC LINE ITEM ABOVE Associated Document(s) Line Item(s) FD20201600515 0002 ACRN Total Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. B FB2029 Type / Ship To B FB2029 Type / Ship To Quantity (U/I) B FB2029 1 EA B FB2029 1 EA DESTINATION PACRN Mark For PAA First Article submitted for inspection, at Bldg 590 *ARO Contract _ Req No / Pri Required Delivery *3 CAL Year Proposed Delivery Item No. 0001AC All Contractors Must Submit FA Firm Fixed Price Quantity U/I 1 EA Unit Price CLIN ACRN 0001AC AA PROD Production Article LOW RATE INITIAL PRODUCTION UNIT Associated Document(s) FD20201600515 Priority: R ROUTINE Amount ACRN Total Line Item(s) 0002 Page 7 of 63 FA8202-18-R-1001 All Contractors Must Submit FA Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. B FB2029 Type / Ship To B FB2029 DESTINATION PACRN PAB Type / Ship To Quantity (U/I) B FB2029 1 EA B FB2029 1 EA Mark For "Low Rate Initial Production Piece," requires operational checks and functional flight checks prior to acceptance, at BLDG 590 *ARO Delivery of _ Req No / Pri First Article Required Delivery Proposed Delivery *3 Months All Contractors Must Submit FA Item No. 0001AD Firm Fixed Price Quantity U/I 1 EA Unit Price CLIN ACRN 0001AD AA PROD Production Article LOW RATE INITIAL PRODUCTION UNIT Associated Document(s) FD20201600515 Priority: R ROUTINE Amount ACRN Total Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Page 8 of 63 FA8202-18-R-1001 All Contractors Must Submit FA Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. B FB2029 Type / Ship To B FB2029 DESTINATION PACRN PAC Type / Ship To Quantity (U/I) B FB2029 1 EA B FB2029 1 EA Mark For "Low Rate Initial Production Piece," requires operational checks and functional flight checks prior to acceptance, at BLDG 590 *ARO Delivery of _ Req No / Pri 0001AC Required Delivery *8 Weeks Proposed Delivery Item No. 0001AE All Contractors Must Submit FA Firm Fixed Price Quantity U/I 1 EA Unit Price CLIN ACRN 0001AE AA PROD Production Article LOW RATE INITIAL PRODUCTION UNIT Associated Document(s) FD20201600515 Priority: R ROUTINE Amount ACRN Total Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring Page 9 of 63 FA8202-18-R-1001 All Contractors Must Submit FA 9100 AS9100 _____________________________________________________________________________________________ Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. B FB2029 Type / Ship To B FB2029 DESTINATION PACRN PAD Type / Ship To Quantity (U/I) B FB2029 1 EA B FB2029 1 EA Mark For "Low Rate Initial Production Piece," requires operational checks and functional flight checks prior to acceptance, at BLDG 590 *ARO Delivery of _ Req No / Pri 0001AD Required Delivery Proposed Delivery *8 Weeks Shipping / Packaging / Disposition of Tooling Item No. 0002 Cost Reimbursement - No Fee Quantity U/I Est Unit Cost 1 LO To be Determined Total Estimated Cost To be Determined SHIP Packaging / Shipping / Disposition of Tooling Purpose of this CLIN is to cover costs associated with Packaging, Shipping and/or Disposition of Government Tooling Associated Document(s) Line Item(s) FD20201600515 0002 Potential Re-start Costs Item No. 0003 Cost Reimbursement - No Fee Quantity U/I Est Unit Cost 1 LO To be Determined NRE POTENTIAL RESTART COSTS Total Estimated Cost To be Determined Page 10 of 63 FA8202-18-R-1001 Potential Re-start Costs The purpose of this CLIN is to provide an opportunity to negotiate potential restart costs associated with this effort due to a break in production. This CLIN may be negotiated only if there is both a break in production and an order placed following the break in production. The parties agree to negotiate restart costs associated with this effort should there be a break in production, if so requested by the contractor. A break in production is defined as a lack of an additional wing assembly purchase order being placed at least 18 months prior to the last wing assembly delivery date. In order to negotiate restart costs there must be both a break in production and an order placed following the break in production. Merely discontinuing to place orders on the contract does not allow the contractor an opportunity to negotiate restart costs or costs associated with a break in production. The break in production definition applies to the gap between LRIP and FRP, in addition to potential gaps between FRP orders. Early delivery of wing assemblies, accepted by the Government, will not be used in the determination of a break in production. Additionally the rate at which the contractor chooses to build wing assemblies will not be used in the determination of a break in production. Negotiations of this CLIN will only be opened in the event there is a break in production (as defined above) and an additional order is placed following the break in production. The Government does not intend to have a break in production for this effort. In the event there is a break in production the restart costs (not to include changes to unit pricing) may be negotiated between the A-10 System Program Office (SPO) and the contractor at that time. Engineering Support Services Item No. 0004 Cost Plus Fixed Fee Quantity U/I 1 LO Estimated Cost Fixed Fee Est Total Cost OVER Over and Above Over and above Contractor will provide Engineering Support Services as needed in accordance with SOW paragraph 3.2.8. Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Standard Inspection Type / Ship To Quantity (U/I) To be determined _ Req No / Pri Required Delivery A FB2029 1 LO A FB2029 1 LO TBD Proposed Delivery Incentive Fee Item No. 0005 Firm Fixed Price Quantity U/I 1 LO 9999 Unit Price Total Target Price See Attachment Page 11 of 63 FA8202-18-R-1001 Incentive Fee Incentive Fee Incentive Fee Incentive for early delivery of first article and additional incentive possible for LRIP(s). See SOW paragraph 3.2.7. See Incentive Fee Attachment for incentive fee calculations, definitions and rules for obtaining this incentive. Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Standard Inspection Delivery Schedule for incentive(s) is outlined in the Incentive Fee Attachment to the contract. KITS Item No. 0006 NSN: 1560 FJ KITS The contractor shall provide kits IAW SOW Attachment E. Buy American Act/Balance of Payments Program Kit A Item No. 0006AA Firm Fixed Price Quantity U/I EA Unit Price Amount CLIN ACRN 0006AA AA NSN: 1560 FJ KIT A The contractor shall provide Kit A IAW SOW Attachment E. Manufacturer Part Number 1560K016073AFJ Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required ACRN Total Page 12 of 63 FA8202-18-R-1001 Kit A Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Type / Ship To Quantity (U/I) To be determined _ Req No / Pri Required Delivery A FB2029 EA A FB2029 EA TBD Proposed Delivery Item No. 0006AB Kit B Firm Fixed Price Quantity U/I EA Unit Price Amount CLIN ACRN 0006AB AA NSN: 1560 FJ KIT B The contractor shall provide Kit B IAW SOW Attachment E. Manufacturer Part Number 1560K016073BFJ ACRN Total Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Type / Ship To Quantity (U/I) To be determined _ Req No / Pri Required Delivery A FB2029 Proposed Delivery EA TBD Page 13 of 63 FA8202-18-R-1001 Kit B A FB2029 EA Kit C Item No. 0006AC Firm Fixed Price Quantity U/I EA Unit Price Amount CLIN ACRN 0006AC AA NSN: 1560 FJ KIT C The contractor shall provide Kit C IAW SOW Attachment E. Manufacturer Part Number 1560K016073CFJ ACRN Total Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 Required Delivery _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Type / Ship To Quantity (U/I) To be determined _ Req No / Pri A FB2029 EA A FB2029 EA TBD Proposed Delivery Item No. 0006AD Kit D Firm Fixed Price Quantity U/I EA CLIN 0006AD NSN: 1560 FJ Unit Price ACRN AA Amount ACRN Total Page 14 of 63 FA8202-18-R-1001 Kit D KIT D The contractor shall provide Kit D IAW SOW Attachment E. Manufacturer Part Number 1560K016073DFJ Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 Required Delivery Proposed Delivery _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Type / Ship To Quantity (U/I) To be determined _ Req No / Pri A FB2029 EA A FB2029 EA TBD Kit E Item No. 0006AE Firm Fixed Price Quantity U/I EA Unit Price CLIN ACRN 0006AE AA NSN: 1560 FJ KIT E The contractor shall provide Kit E IAW SOW Attachment E. Manufacturer Part Number 1560K016073EFJ Amount ACRN Total Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 Page 15 of 63 FA8202-18-R-1001 Kit E Required Delivery _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Type / Ship To Quantity (U/I) To be determined _ Req No / Pri A FB2029 EA A FB2029 EA TBD Proposed Delivery Item No. 1001 Year 1 Ordering Period Firm Fixed Price From Quantity U/I EA Quantity Range A 1 EA Quantity Range B 6 EA Quantity Range C 11 EA Quantity Range D 16 EA Quantity Range E 21 EA Quantity Range F 26 EA Quantity Range G 31 EA Quantity Range H 36 EA CLIN 1001 NSN: 1560 FJ WING ASSEMBLY Manufacturer 03640 0JRC1 0PXV4 To Quantity Unit Price 5 EA 10 EA 15 EA 20 EA 25 EA 30 EA 35 EA 50 ACRN AA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 Page 16 of 63 FA8202-18-R-1001 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE Year 1 Ordering Period 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. A FB2029 Type / Ship To A FB2029 Type / Ship To ORIGIN PACRN PAE Quantity (U/I) Mark For Account 09 To be determined _ Required Delivery A FB2029 1 EA 1 A FB2029 1 EA 1 TBD Proposed Delivery Delivery will be identified on each individual order. Item No. 2001 Year 2 Ordering Period Firm Fixed Price From Quantity U/I EA Quantity Range A 1 EA Quantity Range B 6 EA Quantity Range C To Quantity Unit Price 5 EA 10 EA Req No / Pri Page 17 of 63 FA8202-18-R-1001 11 EA 15 Quantity Range D 16 EA 20 Quantity Range E 21 EA 25 Quantity Range F 26 EA 30 Quantity Range G 31 EA 35 Quantity Range H 36 EA 50 CLIN ACRN 2001 AA NSN: 1560 FJ Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE Year 2 Ordering Period EA EA EA EA EA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. Required Delivery A FB2029 Type / Ship To A FB2029 Type / Ship To A FB2029 ORIGIN PACRN PAF Quantity (U/I) 1 EA 1 Mark For Account 09 To be determined _ TBD Req No / Pri Page 18 of 63 FA8202-18-R-1001 Year 2 Ordering Period Proposed Delivery A FB2029 1 EA 1 Delivery will be identified on each individual order. Item No. 3001 Year 3 Ordering Period Firm Fixed Price From Quantity U/I EA To Quantity Quantity Range A 1 EA 5 Quantity Range B 6 EA 10 Quantity Range C 11 EA 15 Quantity Range D 16 EA 20 Quantity Range E 21 EA 25 Quantity Range F 26 EA 30 Quantity Range G 31 EA 35 Quantity Range H 36 EA 50 CLIN ACRN 3001 AA NSN: 1560 FJ Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE Unit Price EA EA EA EA EA EA EA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Page 19 of 63 FA8202-18-R-1001 Year 3 Ordering Period Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. A FB2029 Type / Ship To A FB2029 Type / Ship To Quantity (U/I) ORIGIN PACRN PAG Mark For Account 09 To be determined _ Required Delivery A FB2029 1 EA 1 A FB2029 1 EA 1 TBD Proposed Delivery Delivery will be identified on each individual order. Item No. 4001 Year 4 Ordering Period Firm Fixed Price From Quantity U/I EA Quantity Range A 1 EA Quantity Range B 6 EA Quantity Range C 11 EA Quantity Range D 16 EA Quantity Range E 21 EA To Quantity Unit Price 5 EA 10 EA 15 EA 20 EA 25 EA Req No / Pri Page 20 of 63 FA8202-18-R-1001 Year 4 Ordering Period Quantity Range F 26 EA 30 Quantity Range G 31 EA 35 Quantity Range H 36 EA 50 CLIN ACRN 4001 AA NSN: 1560 FJ WING ASSEMBLY Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE EA EA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. A FB2029 Type / Ship To A FB2029 Type / Ship To Required Delivery Proposed Delivery Quantity (U/I) A FB2029 1 EA 1 A FB2029 1 EA 1 ORIGIN PACRN PAH Mark For Account 09 To be determined _ TBD Delivery will be identified on each individual order. Req No / Pri Page 21 of 63 FA8202-18-R-1001 Year 5 Ordering Period Item No. 5001 Firm Fixed Price From Quantity U/I EA To Quantity Quantity Range A 1 EA 5 Quantity Range B 6 EA 10 Quantity Range C 11 EA 15 Quantity Range D 16 EA 20 Quantity Range E 21 EA 25 Quantity Range F 26 EA 30 Quantity Range G 31 EA 35 Quantity Range H 36 EA 50 CLIN ACRN 5001 AA NSN: 1560 FJ WING ASSEMBLY Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE Unit Price EA EA EA EA EA EA EA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Page 22 of 63 FA8202-18-R-1001 Year 5 Ordering Period Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. Required Delivery A FB2029 Type / Ship To A FB2029 Type / Ship To ORIGIN PACRN PAI Quantity (U/I) A FB2029 1 EA 1 A FB2029 1 EA 1 Proposed Delivery Mark For Account 09 To be determined _ Req No TBD Delivery will be identified on each individual order. Year 6 OPTIONAL Ordering Period Item No. 6001 Firm Fixed Price From Quantity U/I EA Quantity Range A 1 EA Quantity Range B 6 EA Quantity Range C 11 EA Quantity Range D 16 EA Quantity Range E 21 EA Quantity Range F 26 EA Quantity Range G 31 EA Quantity Range H 36 EA CLIN To Quantity Unit Price 5 EA 10 EA 15 EA 20 EA 25 EA 30 EA 35 EA 50 ACRN EA ACRN Total / Pri Page 23 of 63 FA8202-18-R-1001 Year 6 OPTIONAL Ordering Period 6001 AA NSN: 1560 FJ WING ASSEMBLY Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. Required Delivery A FB2029 Type / Ship To A FB2029 Type / Ship To ORIGIN PACRN PAI Quantity (U/I) A FB2029 1 EA 1 A FB2029 1 EA 1 Mark For Account 09 To be determined _ TBD Proposed Delivery Delivery will be identified on each individual order. Item No. 7001 Year 7 OPTIONAL Ordering Period Firm Fixed Price From Quantity U/I EA To Quantity Unit Price Req No / Pri Page 24 of 63 FA8202-18-R-1001 Year 7 OPTIONAL Ordering Period Quantity Range A 1 EA 5 Quantity Range B 6 EA 10 Quantity Range C 11 EA 15 Quantity Range D 16 EA 20 Quantity Range E 21 EA 25 Quantity Range F 26 EA 30 Quantity Range G 31 EA 35 Quantity Range H 36 EA 50 CLIN ACRN 7001 AA NSN: 1560 FJ WING ASSEMBLY Manufacturer 03640 0JRC1 0PXV4 1909A 4ATM5 Associated Document(s) FD20201600515 Priority: R ROUTINE EA EA EA EA EA EA EA EA ACRN Total Part Number 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 162D610010-1001 Line Item(s) 0002 Limitations of Liability: Other Than High Value Item Inspection: Origin Acceptance: Origin Inspection/Acceptance Report: Receiving Report Required Quality Assurance: Higher Level Contract Quality Requirements The Contractor shall comply with the standard(s) listed below. (if more than one, check the appropriate standard.) Title Number Date Tailoring AS9100 9100 _____________________________________________________________________________________________ Buy American Act/Balance of Payments Program IUID Required: Yes Transportation From Continental United States CONUS (CONUS) Sources TYPE / SHIP TO CODE F.O.B. Page 25 of 63 FA8202-18-R-1001 A FB2029 Type / Ship To A FB2029 Type / Ship To Year 7 OPTIONAL Ordering Period ORIGIN PACRN Mark For PAI Account 09 To be determined _ Quantity (U/I) Required Delivery Proposed Delivery A FB2029 1 EA 1 A FB2029 1 EA 1 TBD Delivery will be identified on each individual order. TYPE/CODE: A SHIP TO / PLACE OF PERFORMANCE FB2029 DDHU HILL FACILITY CENTRAL RECEIVING BLDG 849W 5851 F AVE HILL AIR FORCE BASE UT 84056-5713 UNITED STATES MARK FOR: (See Individual Line Item) REQUISITION NUMBER: (See Individual Line Item) REQUISITION PRIORITY: (See Individual Line Item) AWARD NUMBER: TYPE/CODE: B 1423 IAW DD FORM 1423 MARK FOR: (See Individual Line Item) REQUISITION NUMBER: (See Individual Line Item) REQUISITION PRIORITY: (See Individual Line Item) AWARD NUMBER: TYPE/CODE: B FB2029 809 MXSS/MXDEB BLDG 849 ATTN: NON-ACCOUNTABLE BAY (DEAR JOHN BAY) TRANSPORTATION OFFICE HILL AIR FORCE BASE UT 84056-5713 UNITED STATES MARK FOR: (See Individual Line Item) REQUISITION NUMBER: (See Individual Line Item) REQUISITION PRIORITY: (See Individual Line Item) AWARD NUMBER: PART I - THE SCHEDULE SECTION D PACKAGING AND MARKING Req No / Pri Page 26 of 63 FA8202-18-R-1001 Requirements set forth below shall apply to any contract issued thereon and will take precedence over other inconsistent requirements herewith. All standards, bulletins, and publications referenced herein shall be of the issue in effect on the date of this document. 1. PHYSICAL MARKING OF ITEMS: MIL-STD-130: Items shall be marked in accordance with MIL-STD-130. The National Stock Number (NSN), and when assigned, the Configuration Item Identifier (CII), serial number, and military type designation information shall be marked on major assemblies, units, groups, and sets. Special attention must be given to requirements governing the application of the actual manufacturer’s Federal Supply Code for Manufacturers (FSCM) to the physical item. Items which are excluded in accordance with paragraph 1.1 of MIL-STD-130, Revision M, shall be marked in accordance with the appropriate document. 2. PACKAGE AND CONTAINER MARKING: authorized by the Contracting Officer. MIL-STD-129: Shipments will not be made until the NSN has been assigned, unless specifically Interior packages and shipping containers shall be marked in accordance with MIL-STD-129 when Military packing is specified. The requirements of paragraph 2.h apply regardless of which packaging is utilized: Design manufacturer’s name, trademark or manufacturer’s code (from Cataloging Handbook H4-1 or H4-2), identifying number, and serial number, when applicable, shall be included in the identification marking. When applicable, the Air Force project designator code shall be included as the last line of the address marking the project name related to the project code shall be marked in the clear on the exterior shipping container. Tags and labels, when required, shall be contractor’s tags or labels conforming to the requirements of MIL-STD-129 or as approved by the procuring activity. Contractor’s forms which indicate serviceable condition shall not be any shade of green or red. Labels are authorized to be used on metal containers. Items requiring technical order (T.O.) certification shall be annotated on inner and outer container tags or label with T.O. compliance. When dummy containers are used in a unitized load, the dummy containers shall be clearly marked “DUMMY CONTAINER” and located in the load so that the marking will be plainly visible to receiving and storage personnel. All interior packages and shipping containers for articles and materials classified as hazardous or restricted under provisions of Title 49, Code of Federal Regulations, or AFR 71-4/DLAM 4145.3/TM 38-250/NAVSUP PUB 505/MCO P 4030.19 shall be marked, regardless of exemption of transportation, with proper shipping name of item; flash point of all liquids having a flash point of 200 degrees F. or below; and percentage concentration of acids and corrosive liquids. In addition, the quantity of each hazardous or restricted material included in a container shall be annotated adjacent to the shipping name of the item, e.g., Acetic Acid (80% concentration) – 1 qt. On shipments of firearms regardless of mode of transportation, selected elements of identification and contractor data markings shall be omitted or obliterated in accordance with the requirements of MIL-STD-129 regarding sensitive items and packing lists shall be placed only inside the containers. Special markings for packaging and containers when specified on AFMC Form 158 shall be complied with as a part of MIL-STD-129. All special coated terneplate containers shall be marked with the legend “CAUTION—DO NOT REUSE AS FOOD CONTAINERS.” Bar code markings in accordance with MIL-STD-129 shall apply to all units, intermediate and exterior containers for all items going into stock regardless of package size or levels of package specified (including commercial Page 27 of 63 FA8202-18-R-1001 packaging). In addition to the NSN/NATO stock number, the exterior shipping container shall include the 13 digit contact number (plus, if applicable, the four digit call number). Excluded from Bar Code Markings are: Foreign Military Sales Direct Vendor Delivery (DVD)/Government Furnished Equipment (GFE) shipments. MIL-STD-2073 – Military Standard Packaging also applies to this contract. PART I - THE SCHEDULE SECTION E INSPECTION AND ACCEPTANCE FIRST ARTICLE TEST, CERTIFICATION AND DISPOSITION REQUIREMENTS (IAW FAR 9.308-2) (FEB 1998) Test criteria are as follows: Lot/Item 0001 Government Test/Inspection Requirements (See Below) Lot/Item Contractor Test/Inspection Requirements Government Testing Requirements are found within the Statement of Work. Disposition of the First Article shall be as follows: Lot/Item 0001 Approved Remain on Aircraft/Equipment Lot/Item 0001 Disapproved Retained by: 809 MXSG/MXD pending instructions from contractor. (Applicable when a fixed-price contract is contemplated and it is intended that the contract require first article approval and that the Government will be responsible for conducting the first article test) 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) (IAW FAR 46.302) (Applicable for supplies, services furnishing of supplies, fixed-price and exceeds the simplified acquisition threshold) 52.246-3 INSPECTION OF SUPPLIES--COST-REIMBURSEMENT (MAY 2001) (IAW FAR 46.303) (Applicable for cost-reimbursement supplies or services furnishing supplies) 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (IAW FAR 46.304) (Applicable for fixed-price services, or supplies furnishing services over the simplified acquisition threshold) Page 28 of 63 FA8202-18-R-1001 52.246-5 INSPECTION OF SERVICES--COST-REIMBURSEMENT (APR 1984) (IAW FAR 46.305) (Applicable for cost-reimbursement services, or supplies furnishing services) 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) (IAW FAR 46.311, DFARS 246.202-4(1)) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. [If more than one standard is listed, the offeror shall indicate its selection by checking the appropriate block.]* Title Number *See Individual Line Item Schedule Date Tailoring (Applicable only if specified in the individual order/call issued hereunder) 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) (IAW FAR 46.316) (Applicable to the furnishing of supplies, services involving the furnishing of supplies, or research and development, when a fixed-price contract is contemplated and the contract amount is expected to exceed the simplified acquisition threshold) 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) (IAW DFARS 246.370) (Applicable for deliverable supplies or hardware) INSPECTION AND ACCEPTANCE (SEP 1999) (IAW FAR 46.401(b), FAR 46.503) (Applicable to all orders issued hereunder) Government Contract Quality Assurance Inspection and Acceptance will be at (Final): [CONTRACTOR FILL-IN] Item No(s): See schedule for items with the following code(s) listed below : Inspection Code and Address: PART I - THE SCHEDULE SECTION F DELIVERIES OR PERFORMANCE 52.211-8 TIME OF DELIVERY (JUN 1997) (IAW FAR 11.404(a)(2)) DELIVERY FOR EACH ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. (Applicable when the Government desires delivery by a certain time but requires delivery by a specified later time, and the delivery schedule is to be based on the date of the contract) Page 29 of 63 FA8202-18-R-1001 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEP 1989) (IAW FAR 11.703(b)) (Applicable when fixed-price supplies are furnished) 52.242-15 STOP-WORK ORDER (AUG 1989) (IAW FAR 42.1305(b)(1)) (Applicable for supplies, services, or research and development) 52.242-15 STOP-WORK ORDER -- ALTERNATE I (APR 1984) (IAW FAR 42.1305(b)(2)) (Applicable for Cost-reimbursement line items) 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (IAW FAR 42.1305(c)) (Applicable to fixed-price for supplies other than commercial or modified-commercial items) 52.247-30 F.O.B. ORIGIN, CONTRACTOR'S FACILITY (FEB 2006) (IAW FAR 47.303-2(c)) (Applicable to f.o.b. origin at contractor's facility) 52.247-34 F.O.B. DESTINATION (NOV 1991) (IAW FAR 47.303-6(c)) (Applicable when delivery term is f.o.b. destination) 52.247-48 Applicable Item No(s) 0001AB 0001AC 0001AD F.O.B. DESTINATION--EVIDENCE OF SHIPMENT (FEB 1999) (IAW FAR 47.305-4(c)) 0001AE (Applicable when f.o.b. destination but inspection and acceptance will be at origin) 52.247-65 F.O.B. ORIGIN, PREPAID FREIGHT--SMALL PACKAGE SHIPMENTS (JAN 1991) (IAW FAR 47.303-17(f)) (Applicable when specifying f.o.b. origin) F.O.B. ORIGIN (OCT 1993) (IAW FAR 47.305(b)) Any supply item applicable to this document shall be delivered F.O.B. at: F.O.B. Address [CONTRACTOR FILL-IN] Page 30 of 63 FA8202-18-R-1001 (Applicable when delivery term is f.o.b. origin) PART I - THE SCHEDULE SECTION G CONTRACT ADMINISTRATION DATA 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (IAW DFARS 232.7004(b), PGI 232.7004(b)(1), DFARS 212.301(f)(liii)) (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ________________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ________________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or “See schedule” if multiple ship to/acceptance locations apply, or “Not applicable.”) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system. _______________________________________________________________ _______________________________________________________________ (Contracting Officer: Insert applicable email addresses or “Not applicable.”) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact. _______________________________________________________________ (Contracting Officer: Insert applicable information or “Not applicable.”) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. Page 31 of 63 FA8202-18-R-1001 (Applicable when 252.232-7003 is used and neither 232.7003(b) nor (c) apply) ACCOUNTING AND APPROPRIATION DATA (AUG 1998) Accounting and Appropriation Chargeable Funds Citation ACRN AA Amount Chargeable TO BE CITED ON EACH INDIVIDUAL ORDER $0.00 ACRN TOTAL $ 0.00 PART II - CONTRACT CLAUSES SECTION I CONTRACT CLAUSES 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (IAW DFARS 201.602-70) (Applicable to all orders issued hereunder) 5352.201-9101 OMBUDSMAN (JUN 2016) (IAW AFFARS 5301.9103) (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Jonna Hancey at 801 777 -6549 , FAX 801 777 -6830 , email jonna.hancey@us.af.mil . Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (Applicable to all solicitations and contracts) 52.202-1 DEFINITIONS (NOV 2013) (IAW FAR 2.201) (Applicable when the simplified acquisition threshold is exceeded) 52.203-3 GRATUITIES (APR 1984) (IAW FAR 3.202) (Applicable when simplified acquisition threshold is exceeded, except for personal services and those between military departments or defense agencies and foreign governments that do not obligate any funds appropriated to the Department of Defense) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) (IAW FAR 3.404) (Applicable when simplified acquisition threshold is exceeded other than those for commercial items (see Parts 2 and 12)) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) (IAW FAR 3.503-2) Page 32 of 63 FA8202-18-R-1001 (Applicable when the simplified acquisition threshold is exceeded) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) (IAW FAR 3.502-3) (Applicable when the simplified acquisition threshold is exceeded) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014) (IAW FAR 3.104-9(a)) (Applicable when noncommercial and the simplified acquisition threshold is exceeded) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014) (IAW FAR 3.104-9(b)) (Applicable when the simplified acquisition threshold is exceeded) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) (IAW FAR 3.808(b)) (Applicable over $150,000) 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (OCT 2015) (IAW FAR 3.1004(a)) (Applicable to solicitations and contracts exceeding $5.5 million and the period of performance is greater than 120 days, unless for the acquisition of a commercial item under Part 12 or performed entirely outside the U.S.) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) (IAW FAR 3.909-3 (b)) (Applicable in all solicitations and resultant contracts other than personal services contracts with individuals) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) (IAW DFARS 203.171-4(a), DFARS 212.301(f)(ii)) (Applicable to all solicitations and contracts) 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES (DEC 2008) (IAW DFARS 203.570-3) (Applicable when exceeding the simplified acquisition threshold (except for commercial items)) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) (IAW DFARS 203.970) (Applicable to all solicitations and contracts) 252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL (DEC 2012) (IAW DFARS 203.1004(a), DFARS 212.301(f)(iii)) (Applicable to solicitations and contracts when FAR 52.203-13 is included) 252.203-7004 DISPLAY OF HOTLINE POSTERS (OCT 2016) (IAW DFARS 203.1004(b)(2)(ii)) Page 33 of 63 FA8202-18-R-1001 (Applicable to acquisitions over $5.5 million, except for commercial items) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) (IAW FAR 4.303) (Applicable when the simplified acquisition threshold is exceeded) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) (IAW FAR 4.1403(a)) (Applicable over $30,000, unless not required to be reported in FPDS) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) (IAW FAR 4.1105(b)) (Applicable to solicitations that contain the provision at 52.204-7, and resulting contracts) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) (IAW FAR 4.1804(c), FAR 12.301(d)) (Applicable when there is a requirement to be registered in SAM or to have a DUNS Number) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) (IAW FAR 4.1202(b)) (Applicable to all solicitations and contracts) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) (IAW FAR 4.1903) (Applicable to all solicitations and contracts, except COTs, when a contractor’s system may contain Federal contract information) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) (IAW DFARS 204.404-70(a)) (Applicable when the contractor will have access to or generate unclassified information that may be sensitive and inappropriate for release to the public) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (IAW DFARS 204.404-70(b)) (Applicable to all orders issued hereunder) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) (IAW DFARS 204.7304(c)) (Applicable to all solicitations and contracts, including commercial except when solely for commercial-off-the-shelf items) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) (IAW DFARS 204.7403(c), DFARS 212.301(f)(ix)) (Applicable to solicitations and contracts that involve litigation support services when 252.204-7014 is not included) Page 34 of 63 FA8202-18-R-1001 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (IAW DFARS 205.470, DFARS 212.301(f)(x)) (Applicable over $1,000,000) 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) (IAW FAR 9.206-2) (a) Definition: "Qualification Requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. Item No 0001 1001 2001 3001 4001 5001 Agency Name/Address AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 Page 35 of 63 FA8202-18-R-1001 6001 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 AFLCMC/WWAK A-10 SPO 6072 Fir Avenue, Bldg 1233 ATTN: Benjamin R. Peterson Hill AFB, UT 84056 801-775-4694 7001 (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name ______________________________ Manufacturer's Name _________________________ Source's Name ______________________________ Item Name _________________________________ Service Identification _________________________ Test Number _______________________________ (to the extent known) (d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product, or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award. (The above Clause/Provision has been modified.) (Applicable when the acquisition is subject to a qualification requirement) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) (IAW FAR 9.308-2(a)(1), FAR 9.308-2(b)(1)) (a) The Contractor shall deliver 1 units(s) of Lot//Item First Article (CLIN 0001AB) within 1095 calendar days from the date of this contract to the Government at FB2029 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. First Article Item **Quantity ***Calendar Days ****Type/Location Page 36 of 63 FA8202-18-R-1001 (b) Within 60 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. *Lot/Item 0001 **Approval Days 60 ELIN No. A009 (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor— (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (The above Clause/Provision has been modified.) (Applicable when fixed-price or cost-reimbursement, first article approval is required and the Government will be responsible for conducting the first article test) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING -- ALTERNATE I (JAN 1997) (IAW FAR 9.308-2(a)(2), FAR 9.308-2(b)(2)) (Applicable when the contractor is required to produce the first article and the production quantity at the same facility) Page 37 of 63 FA8202-18-R-1001 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING -- ALTERNATE II (SEP 1989) (IAW FAR 9.308-2(a)(3), FAR 9.308-2(b)(3)) (Applicable when the contractor is authorized to purchase material or to commence production before first article approval) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) (IAW FAR 9.409) (Applicable when exceeding $35,000) 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (IAW FAR 9.104-7(c)) (Applicable to solicitations and contracts over $550,000 and contracts where the offeror has checked “has” in paragraph (b) clause 52.209-7) 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) (IAW FAR 9.108-5(b)) (Applicable to all solicitations and contracts for the acquisition of products and services (including construction) unless waived IAW FAR 9.108-4) 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) (IAW DFARS 209.409) (Applicable to solicitations and contracts with a value of $150,000 or more) 252.209-7010 CRITICAL SAFETY ITEMS (AUG 2011) (IAW DFARS 209.270-5) (b) Identification of critical safety items. One or more of the items being procured under this contract is an aviation or ship critical safety item. The following items have been designated aviation critical safety items or ship critical safety items by the designated design control activity: Line Item Description 52.210-1 MARKET RESEARCH (APR 2011) (IAW FAR 10.003) (Applicable to solicitations and contracts over $5.5 million for the procurement of items other than commercial items) 52.211-5 MATERIAL REQUIREMENTS (AUG 2000) (IAW FAR 11.304) (Applicable to supplies that are not commercial items) 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (APR 2008) (IAW FAR 11.604(b)) Page 38 of 63 FA8202-18-R-1001 This is a rated order certified for national defense , emergency preparedness, and energy program use, and the Contractor shall follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). (Applicable to all rated orders) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) (IAW DFARS 211.274-6(a)(1), DFARS 212.301(f)(xii)) (a) Definitions. As used in this clause— “DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid/equivalents.html . “Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html . (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government’s unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description See Schedule as Applicable (ii) Items for which the Government’s unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number *Items less than $5000, which require UID, will be specifically identified in the schedule. Item Description See Schedule as Applicable (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number _____( or See Schedule as Applicable). (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number _____( or See Schedule as Applicable). (v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or (iv) of this clause for which the contractor creates and marks a unique item identifier for traceability. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/ . (2) Embedded items shall be reported by one of the following methods— (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number ______, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (Applicable when delivery of one or more “items” as defined at 252.211-7003(c) is required) Page 39 of 63 FA8202-18-R-1001 252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (AUG 2012) (IAW DFARS 211.274-6(b), DFARS 212.301(f)(iv)) (Applicable when FAR 52.245-1, Government Property, is used) 52.215-2 AUDIT AND RECORDS--NEGOTIATION (OCT 2010) (IAW FAR 15.209(b)(1)) (Applicable if negotiated and above the simplified acquisition threshold, except commercial items and utility services at public prices plus reasonable connection charge) 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997) (IAW FAR 15.209(h), AFFARS 53.15.209(h)) (Applicable when using uniform contract format that is not commercial or for construction) 52.215-14 INTEGRITY OF UNIT PRICES (OCT 2010) (IAW FAR 15.408(f)(1)) (Applicable when negotiated and exceeding the simplified acquisition threshold) 52.216-4 ECONOMIC PRICE ADJUSTMENT--LABOR AND MATERIAL (JAN 2017) (IAW FAR 16.203-4(c)) 52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013) (IAW FAR 16.307(a)) (a) Invoicing. (3) The designated payment office will make interim payments for contract financing on the _30th day (Applicable when specifying cost-reimbursement pricing arrangement) 52.216-8 FIXED FEE (JUN 2011) (IAW FAR 16.307(b)) (Applicable when specifying cost-plus-fixed-fee pricing arrangement) 52.216-11 COST CONTRACT--NO FEE (APR 1984) (IAW FAR 16.307(e)(1)) (Applicable when specifying cost reimbursement providing no fee and not a cost-sharing contract) 52.216-19 ORDER LIMITATIONS (OCT 1995) (IAW FAR 16.506(b)) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $5000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-(1) Any order for a single item in excess of $999,000,000.00; (2) Any order for a combination of items in excess of $999,000,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order Page 40 of 63 FA8202-18-R-1001 limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (The above Clause/Provision has been modified.) (Applicable to all orders issued hereunder) 52.216-22 INDEFINITE QUANTITY (OCT 1995) (IAW FAR 16.506(e)) (d) Contractor shall not be required to make any deliveries under this contract after 30-SEP-2025 . (Applicable to all orders issued hereunder) 252.216-7006 ORDERING (MAY 2011) (IAW DFARS 216.506(a)) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from . (Applicable to solicitations and contracts when a definite-quantity contract, a requirements contract, or an indefinite-quantity contract is contemplated) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (IAW FAR 17.208(g)) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ordering period with 5 years of delivery period thereafter. 7 years of (The above Clause/Provision has been modified.) (Applicable when the inclusion of an option is appropriate and it is necessary to include any or all of the following: 1. A requirement that the Government must give the contractor a preliminary written notice of its intent to extend the contract; 2. A statement that an extension of the contract includes an extension of the option; 3. A specified limitation on the total duration of the contract.) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZone SMALL BUSINESS CONCERNS (OCT 2014) (IAW FAR 19.1309(b)) (c) Waiver of evaluation preference. __ Offeror elects to waive the evaluation preference. (Applicable when exceeding the simplified acquisition threshold) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) (IAW FAR 19.708(a)) (Applicable when exceeding the simplified acquisition threshold, except for personal service contracts or when performance is entirely outside of the United States and its outlying areas) Page 41 of 63 FA8202-18-R-1001 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2017) (IAW FAR 19.708(b)) (Applicable over $700,000) 52.219-16 LIQUIDATED DAMAGES--SUBCONTRACTING PLAN (JAN 1999) (IAW FAR 19.708(b)(2)) (Applicable when FAR 52.219-9, Small Business Subcontracting Plan, or its Alternate I or Alternate II applies. IAW DFARS 219.708(b)(2), does not apply to DoD in contracts with contractors that have comprehensive subcontracting plans approved under the test program described in DFARS 219.702) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (IAW FAR 19.309(c)) (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. (Applicable in solicitations and contracts exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas) 252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS)--BASIC (DEVIATION 2018-O0007) (DEC 2017) (IAW DARS Tracking # 2018-O0007) This clause supplements the Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan, clause of this contract. (a) Definitions. “Summary Subcontract Report (SSR) Coordinator,” as used in this clause, means the individual who is registered in the Electronic Subcontracting Reporting System (eSRS) at the Department of Defense (9700) and is responsible for acknowledging receipt or rejecting SSRs in eSRS for the Department of Defense. (b) Subcontracts awarded to workshops approved by the Committee for Purchase from People Who are Blind or Severely Disabled (41 U.S.C. 8502-8504), may be counted toward the Contractor’s small business subcontracting goal. (c) A mentor firm, under the Pilot Mentor-Protege Program established under section 831 of Public Law 101-510, as amended, may count toward its small disadvantaged business goal, subcontracts awarded to— (1) Protege firms which are qualified organizations employing the severely disabled; and (2) Former protege firms that meet the criteria in section 831(g)(4) of Public Law 101-510. (d) The master plan is approved by the Contractor's cognizant contract administration activity. (e) In those subcontracting plans which specifically identify small businesses, the Contractor shall notify the Administrative Contracting Officer of any substitutions of firms that are not small business firms, for the small business firms specifically identified in the subcontracting plan. Notifications shall be in writing and shall occur within a reasonable period of time after award of the subcontract. Contractor-specified formats shall be acceptable. (f) (1) For DoD, the Contractor shall submit reports in eSRS as follows: (i) The Individual Subcontract Report (ISR) shall be submitted to the contracting officer at the procuring contracting office, even when contract administration has been delegated to the Defense Contract Management Agency. (ii) Submit the consolidated SSR for an individual subcontracting plan by selecting “Department of Defense (DoD)(9700) from the top of the second dropdown menu in the Government agency in Block 7 (“Agency to which the report is being submitted”). The contractor shall not select anything lower. Page 42 of 63 FA8202-18-R-1001 (2) For DoD, the authority to acknowledge receipt or reject reports in eSRS is as follows: (i) The authority to acknowledge receipt or reject the ISR resides with the contracting officer who receives it, as described in paragraph (f)(1)(i) of this clause. (ii) The authority to acknowledge receipt of or reject SSRs resides with the SSR Coordinator. 252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS--ALTERNATE I (DEVIATION 2018-O0007) (DEC 2017) (IAW DARS Tracking # 2018-O0007) This clause supplements the Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan, clause of this contract. (a) Definitions. “Summary Subcontract Report (SSR) Coordinator,” as used in this clause, means the individual who is registered in the Electronic Subcontracting Reporting System (eSRS) at the Department of Defense (9700) and is responsible for acknowledging receipt or rejecting SSRs in eSRS for the Department of Defense. (b) Subcontracts awarded to workshops approved by the Committee for Purchase from People Who are Blind or Severely Disabled (41 U.S.C. 8502-8504), may be counted toward the Contractor’s small business subcontracting goal. (c) A mentor firm, under the Pilot Mentor-Protege Program established under section 831 of Public Law 101-510, as amended, may count toward its small disadvantaged business goal, subcontracts awarded to— (1) Protege firms which are qualified organizations employing the severely disabled; and (2) Former protege firms that meet the criteria in section 831(g)(4) of Public Law 101-510. (d) The master plan is approved by the Contractor's cognizant contract administration activity. (e) In those subcontracting plans which specifically identify small businesses, the Contractor shall notify the Administrative Contracting Officer of any substitutions of firms that are not small business firms, for the small business firms specifically identified in the subcontracting plan. Notifications shall be in writing and shall occur within a reasonable period of time after award of the subcontract. Contractor-specified formats shall be acceptable. (f) (1) For DoD, the Contractor shall submit reports in eSRS as follows: (i) The Standard Form 294, Subcontracting Report for Individual Contracts, shall be submitted in accordance with the instructions on that form. (ii) Submit the consolidated SSR for an individual subcontracting plan in eSRS by selecting “Department of Defense (DoD) (9700)” from the top of the second dropdown menu in the Government agency in Block 7 (“Agency to which the report is being submitted”). The Contractor shall not select anything lower. (2) For DoD, the authority to acknowledge receipt of or reject SSRs in eSRS resides with the SSR Coordinator. (Applicable to classified or sensitive solicitations and contracts over $700,000) 252.219-7004 SMALL BUSINESS SUBCONTRACTING PLAN (TEST PROGRAM) (OCT 2014) (IAW DFARS 219.708(b)(1)(B), DFARS 212.301(f)(xx), DARS Tr # 2015-O0006) (Applicable when the contract includes a Comprehensive Subcontracting Plan) 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (IAW FAR 22.103-5(b)) (a) overtime premium does not exceed ___*___ *Overtime Premium $ (Applicable to orders over $150,000 unless for operation of vessels - Blank shall be completed on the individual order) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) (IAW FAR 22.1505(b)) Page 43 of 63 FA8202-18-R-1001 (Applicable for supplies that exceed the micro-purchase threshold) 52.222-20 CONTRACTS FOR MATERIALS, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 (MAY 2014) (IAW FAR 22.610) (Applicable to all orders issued hereunder) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (IAW FAR 22.810(a)(1)) (Applicable when exceeding $10,000, except those exempted by FAR 22.807 (b) which includes those for work to be performed outside the U.S. by employees who were not recruited within the U.S.) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) (IAW FAR 22.810(e)) (Applicable to all orders issued hereunder) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) (IAW FAR 22.1310(a)(1), DFARS 222.1310(a)(1)) (Applicable when the expected value is $150,000 or more except when work is performed outside the United States by employees recruited outside the United States or the Director, Office of Federal Contract Compliance Programs, has waived, in accordance with 22.1305(b), all of the terms of the clause) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) (IAW FAR 22.1408(a)) (Applicable over $15,000 except when performance of work and recruitment of workers will occur outside the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island, or the agency head has waived, in accordance with 22.1403(a) or 22.1403(b) all the terms of the clause) 52.222-37 EMPLOYMENT REPORTS ON VETERANS (FEB 2016) (IAW FAR 22.1310(b)) (Applicable when the expected value is $150,000 or more and workers were recruited within the United States) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (IAW FAR 22.1605) (Applicable to all solicitations and contracts except under the simplified acquisition threshold, for work performed exclusively outside the U.S., or covered in their entirety by an exemption granted by the Secretary) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) (IAW FAR 22.1705(a)(1)) (Applicable to all orders issued hereunder) 252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION AGREEMENTS (DEC 2010) (IAW DFARS 222.7405) (Applicable to contracts in excess of $1 million utilizing funds appropriated by the FY10 or subsequent DoD appropriations acts, except in contracts for the acquisition of commercial items and commercially available off-the-shelf items) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) (IAW FAR 23.505) Page 44 of 63 FA8202-18-R-1001 (Applicable when the simplified acquisition threshold is exceeded except if performance is entirely outside the U.S. and its outlying areas) 52.223-11 OZONE-DEPLETING SUBSTANCES AND HIGH GLOBAL WARMING POTENTIAL HYDROFLUOROCARBONS (DEC 2016) (IAW FAR 23.804(a)(1)) (b) The Contractor shall label products which contain or are manufactured with ozone-depleting substances in the manner and to the extent required by 42 U.S.C. 7671j(b), (c), (d), and (e) and 40 CFR Part 82, Subpart E, as follows: WARNING Contains (or manufactured with, if applicable) ________________________*, a substance(s) which harm(s) public health and environment by destroying ozone in the upper atmosphere. * The Contractor shall insert the name of the substance(s). (Applicable to all orders issued hereunder) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (IAW FAR 23.1105) (Applicable to all solicitations and contracts) 52.223-20 AEROSOLS (DEC 2016) (IAW FAR 23.804(a)(3)) (Applicable to solicitations and contracts not delivered or performed outside the U.S. or it’s outlying areas, for products that may contain high global warming potential hydrofluorocarbons or involve maintenance or repair of electronic or mechanical devices) 52.223-21 FOAMS (DEC 2016) (IAW FAR 23.804(a)(4)) (Applicable to solicitations and contracts not outside the U.S. or its outlying areas, for hydrofluorocarbon containing foam or construction) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) (IAW DFARS 223.7306, DFARS 212.301(f)(xxi)) (Applicable to solicitations and contracts for supplies, maintenance and repair services, or construction) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (NOV 2012) (IAW AFFARS 5323.804-90) (Applicable to all orders issued hereunder) 52.224-3 PRIVACY TRAINING (JAN 2017) (IAW FAR 24.302(a)) (Applicable to all solicitations and contracts where contractor employees will have access to a system of records or personally identifiable information) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (IAW FAR 25.1103(a)) (Applicable to supplies or services involving the furnishing of supplies unless an exception applies) Page 45 of 63 FA8202-18-R-1001 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC (DEC 2017) (IAW DFARS 225.1101(2)) (Applicable except when an exception to the Buy American statute or Balance of Payments Program is known to apply, or if using the clause at 252.225-7021, Trade Agreements; or 252.225-7036, Buy American —Free Trade Agreements—Balance of Payments Program) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2017) (IAW DFARS 225.1101(3)) (Applicable if one of the following clauses are included: DFARS 252.225-7001, 252.225-7021 or 252.225-7036) 252.225-7004 REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA -- SUBMISSION AFTER AWARD (OCT 2015) (IAW DFARS 225.7204(b)) (Applicable to solicitations and contracts for performance outside the United States and Canada over $13.5 million) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) (IAW DFARS 225.7002-3(a), DFARS 212.301(f)(xxvii)) (Applicable when exceeding the simplified acquisition threshold for food; clothing; tents, tarpaulins or covers; cotton and other natural fiber products; woven silk or woven silk blends; spun silk yarn for cartridge cloth; synthetic fabric, coated synthetic fabric; canvas products; wool; or any item of individual equipment (FSC 8465) manufactured from or containing such fibers, yarns, fabrics, or materials; to waste and byproducts of cotton or wool used in the production of propellants and explosives) 252.225-7013 DUTY-FREE ENTRY (MAY 2016) (IAW DFARS 225.1101(4)) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) (IAW DFARS 225.7901-4) (Applicable to all solicitations and contracts) 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) (IAW DFARS 226.104) (Applicable to supplies or services exceeding $500,000) 52.227-1 AUTHORIZATION AND CONSENT (DEC 2007) (IAW FAR 27.201-2(a)(1)) (Applicable except when both complete performance and delivery are outside the United States) 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007) (IAW FAR 27.201-2(b)) (Applicable when the simplified acquisition threshold is exceeded except when both complete performance and delivery are outside the United States unless supplies are ultimately to be shipped into one of those areas) 252.227-7014 RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION (FEB 2014) (IAW DFARS 227.7203-6(a)(1)) (e) Identification and delivery of computer software and computer software documentation to be furnished with restriction on use, release, or disclosure. (1) This paragraph does not apply to restrictions based solely on copyright. Page 46 of 63 FA8202-18-R-1001 (2) Except as provided in paragraph (e)(3) of this clause, computer software that the Contractor asserts should be furnished to the Government with restrictions on use, release, or disclosure is identified in an attachment to this contract (the Attachment). The Contractor shall not deliver any software with restrictive markings unless the software is listed on the Attachment. (3) In addition to the assertions made in the Attachment, other assertions may be identified after award when based on new information or inadvertent omissions unless the inadvertent omissions would have materially affected the source selection decision. Such identification and assertion shall be submitted to the Contracting Officer as soon as practicable prior to the scheduled data for delivery of the software, in the following format, and signed by an official authorized to contractually obligate the Contractor: Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Computer Software. The Contractor asserts for itself, or the persons identified below, that the Government's rights to use, release, or disclose the following computer software should be restricted: Computer Software to be Furnished With Restrictions* (LIST) Basis for Assertion** (LIST) Asserted Rights Category*** (LIST) Name of Person Asserting Restrictions**** (LIST) *Generally, development at private expense, either exclusively or partially, is the only basis for asserting restriction on the Government's rights to use, release, or disclose computer software. **Indicate whether development was exclusively or partially at private expense. If development was not a private expense, enter the specific reason for asserting that the Government's right should be restricted. ***Enter asserted rights category (e.g., restricted or government purpose rights in computer software, government purpose license rights from a prior contract, rights in SBIR software generated under another contract, or specifically negotiated licenses). ****Corporation, individual, or other person, as appropriate. Date Printed Name and Title Signature ____________________________ ____________________________ ____________________________ ____________________________ (End of identification and assertion) (4) When requested by the Contracting Officer, the Contractor shall provide sufficient information to enable the Contracting Officer to evaluate the Contractor's assertions. The Contracting Officer reserves the right to add the Contractor's assertions to the Attachment and validate any listed assertion, at a later date, in accordance with the procedures of the Validation of Asserted Restriction--Computer Software clause of this contract. (f) Marking requirements. The Contractor, and its subcontractors or suppliers, may only assert restrictions on the Government's right to use, modify, reproduce, release, perform, display, or disclose computer software by marking the deliverable software or documentation subject to restriction. Except as provided in paragraph (f)(5) of this clause, only the following legends are authorized under this contract; the government purpose rights legend at paragraph (f)(2) of this clause; the restricted rights legend at paragraph (f)(3) of this clause; or the special license rights legend at paragraph (f)(4) of this clause; and/or a notice of copyright as prescribed under 17 U.S.C. 401 or 402. (1) General marking instructions. The Contractor, or its subcontractors or suppliers, shall conspicuously and legibly mark the appropriate legend on all computer software that qualify for such markings. The authorized legends shall be placed on the transmitted document or software storage container and each page, or portions thereof, of printed material containing computer software for which restrictions are asserted. Computer software transmitted directly from one computer or computer terminal to another shall contain a notice of asserted restrictions. However, instructions that interfere with or delay the operation of computer software in order to display a restrictive rights legend or other license statement at any time prior to or during use of the computer software, or otherwise cause such interference or delay, shall not be inserted in software that will or might be used in combat or situations that simulate combat conditions, unless the Contracting Officer's written permission to deliver such software has been obtained prior to delivery. Reproductions of computer software or any portions thereof subject to asserted restrictions, shall also reproduce the asserted restrictions. (2) Government purpose rights markings. Computer software delivered or otherwise furnished to the Government with government purpose rights shall be marked as follows: Page 47 of 63 FA8202-18-R-1001 GOVERNMENT PURPOSE RIGHTS Contract No Contractor Name Contractor Address Expiration Date _____________________ _____________________ _____________________ _____________________ _____________________ The Government's rights to use, modify, reproduce, release, perform, display, or disclose this software are restricted by paragraph (b)(2) of the Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation clause contained in the above identified contract. No restrictions apply after the expiration date shown above. Any reproduction of the software or portions thereof marked with this legend must also reproduce the markings. (End of Legend) (3) Restricted rights markings. Software delivered or otherwise furnished to the Government with restricted rights shall be marked with the following legend: Contract No Contractor Name Contractor Address RESTRICTED RIGHTS _____________________ _____________________ _____________________ _____________________ The Government's rights to use, modify, reproduce, release, perform, display, or disclose this software are restricted by paragraph (b)(3) of the Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation clause contained in the above identified contract. Any reproduction of computer software or portions thereof marked with this legend must also reproduce the markings. Any person, other than the Government, who has been provided access to such software must promptly notify the above named Contractor. (End of legend) (4) Special license rights markings. (i) Computer software or computer documentation in which the Government's rights stem from a specifically negotiated license shall be marked with the following legend: SPECIAL LICENSE RIGHTS The Government's right to use, modify, reproduce, release, perform, display, or disclose this software are restricted by Contract No.__________ (Insert contract number)_______, License No._____ (Insert license identifier)______. Any reproduction of computer software, computer software documentation, or portions thereof marked with this legend must also reproduce the markings. (End of legend) 52.228-7 INSURANCE--LIABILITY TO THIRD PERSONS (MAR 1996) (IAW FAR 28.311-1) (Applicable to cost-reimbursement line items) 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013) (IAW FAR 29.401-3(a)) (Applicable to fixed-price competitive contracts exceeding the simplified acquisition threshold, and performed wholly or partly in the United States or its outlying areas, unless the clause at 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments), is included) 52.232-1 PAYMENTS (APR 1984) (IAW FAR 32.111(a)(1)) (Applicable to fixed-price supply or services and non-regulated communication services). Page 48 of 63 FA8202-18-R-1001 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) (IAW FAR 32.111(b)(1)) (Applicable to fixed-price supply or fixed-price service) 52.232-11 EXTRAS (APR 1984) (IAW FAR 32.111(c)(2)) (Applicable to fixed-price supply, fixed-price service, or transportation) 52.232-17 INTEREST (MAY 2014) (IAW FAR 32.611(a), FAR 32.611(b)) (Applicable when exceeding the simplified acquisition threshold) 52.232-20 LIMITATION OF COST (APR 1984) (IAW FAR 32.706-2(a)) (Applicable when fully funded and cost-reimbursement) 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) (IAW FAR 32.806(a)(1)) (Applicable when the micro-purchase threshold is exceeded, unless the contract will prohibit the assignment of claims (see 32.803(b)) 52.232-25 PROMPT PAYMENT (JAN 2017) (IAW FAR 32.908(c)) (a) Invoice payments— (5) Computing penalty amount. The Government will compute the interest penalty in accordance with the Office of Management and Budget prompt payment regulations at 5 CFR part 1315. (i) For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the 7th day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (Applicable except when the clause at 52.212-4, Contract Terms and Conditions--Commercial Items is included) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (IAW FAR 32.706-3) (Applicable to all solicitations and contracts) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (IAW FAR 32.009-2) (Applicable to all solicitations and contracts) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (IAW DFARS 232.7004) Page 49 of 63 FA8202-18-R-1001 (a) Definitions. As used in this clause— (1) “Contract financing payment” and “invoice payment” have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) “Electronic form” means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) “Payment request” means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/ . (c) The Contractor may submit a payment request and receiving report using other than WAWF only when— (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer’s determination with each request for payment; or (4) DoD makes a payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (Applicable to all orders issued hereunder) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) (Applicable to all solicitations and contracts over the micro-purchase threshold issued hereunder) 52.233-1 DISPUTES (MAY 2014) (IAW FAR 33.215) (Applicable except to foreign governments or their agencies, or to international organizations or a subsidiary body of that organization, if the agency head determines that the application of 41 U.S.C. chapter 71 to the contract would not be in the public interest) 52.233-3 PROTEST AFTER AWARD (AUG 1996) (IAW FAR 33.106(b)) (Applicable to all orders issued hereunder) 52.233-3 PROTEST AFTER AWARD -- ALTERNATE I (JUN 1985) (IAW FAR 33.106(b)) (Applicable to cost reimbursement items) Page 50 of 63 FA8202-18-R-1001 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (IAW FAR 33.215(b)) (Applicable to all solicitations and contracts) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984) (IAW FAR 42.802) (Applicable when cost-reimbursement, fixed-price incentive, or price redetermination) 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS (JAN 1997) (IAW FAR 42.703-2(f)) (c) The certificate of final indirect costs shall read as follows: CERTIFICATE OF FINAL INDIRECT COSTS This is to certify that I have reviewed this proposal to establish final indirect cost rates and to the best of my knowledge and belief: 1. All costs included in this proposal (identify proposal and date) to establish final indirect costs rates for (identify period covered by rate) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) and its supplements applicable to the contracts to which the final indirect cost rates will apply; and 2. This proposal does not include any costs which are expressly unallowable under applicable cost principles of the FAR or its supplements. Firm: ___________________________________________________ Signature: _______________________________________________ Name of Certifying Official: __________________________________ Title: ____________________________________________________ Date of Execution: _________________________________________ (Applicable for interim reimbursement of indirect costs; establishment of final indirect costs rates; or contract financing that includes interim payment of indirect costs) 52.242-5 PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (JAN 2017) (IAW FAR 42.1504) (Applicable to all solicitations and contracts containing the clause 52.219-9, Small Business Subcontracting Plan.) 52.242-13 BANKRUPTCY (JUL 1995) (IAW FAR 42.903) (Applicable when the simplified acquisition threshold is exceeded) 252.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (MAY 2011) (IAW DFARS 242.7204) (Applicable to orders that exceed the simplified acquisition threshold are non-commercial, and are either (a) cost-reimbursement orders or (b) fixed-price orders with progress payments made on the basis of costs incurred by the contractor as work progresses under the contract) 252.242-7005 52.243-1 CONTRACTOR BUSINESS SYSTEMS (FEB 2012) (IAW DFARS 242.7001) CHANGES--FIXED-PRICE (AUG 1987) (IAW FAR 43.205(a)(1)) (Applicable to fixed-price supplies) Page 51 of 63 FA8202-18-R-1001 52.243-2 CHANGES--COST-REIMBURSEMENT (AUG 1987) (IAW FAR 43.205(b)(1)) (Applicable to cost-reimbursement supplies) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) (IAW DFARS 243.205-70) (Applicable to fixed-price efforts) 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) (IAW DFARS 243.205-71) (Applicable when the simplified acquisition threshold is exceeded) 52.244-2 SUBCONTRACTS (OCT 2010) (IAW FAR 44.204(a)(1), FAR 44.204(a)(3)) (d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: Subcontracts (j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: Subcontracts (Applicable to cost-reimbursement, letter contract exceeding the simplified acquisition threshold, fixed-price exceeding the simplified acquisition threshold under which unpriced actions are anticipated, time-and-materials exceeding the simplified acquisition threshold, or labor-hour contracts exceeding the simplified acquisition threshold) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2017) (IAW FAR 44.403) (Applicable to supplies or services other than commercial items) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (IAW DFARS 244.403) (Applicable to solicitations and contracts for supplies or services other than commercial items that contain any of the clauses listed in the clause at 252.244-7000) 252.244-7001 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION--BASIC (MAY 2014) (IAW DFARS 244.305-71) (Applicable to solicitations and contracts containing the clause at FAR 52.244-2, Subcontracts) 52.245-1 GOVERNMENT PROPERTY (JAN 2017) (IAW FAR 45.107(a), DFARS 237.7003(c), DFARS 245.107) (Applicable in cost reimbursement, time-and-material, and labor-hour; and fixed-price when the Government will provide Government property. Also commercial where Government property exceeds $100,000) 52.245-9 USE AND CHARGES (APR 2012) (IAW FAR 45.107(c)) (Applicable when FAR 52.245-1 is included) Page 52 of 63 FA8202-18-R-1001 252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY (APR 2012) (IAW DFARS 245.107(2)) (Applicable to solicitations and contracts containing FAR clause 52.245-1, Government Property) 252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY (DEC 2017) (IAW DFARS 245.107(3)) (Applicable to solicitations and contracts containing FAR clause 52.245-1, Government Property) 252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012) (IAW DFARS 245.107(4)) (Applicable to solicitations and contracts containing the clause at FAR 52.245-1, Government Property) 252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL (DEC 2017) (IAW DFARS 245.107(5)) (Applicable to solicitations and contracts containing the clause at FAR 52.245-1, Government Property) 52.246-24 LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997) (IAW FAR 46.805(a)(2)) 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS (FEB 2006) (IAW FAR 47.104-4(a), FAR 47.104-4(b)) (Applicable when fixed-price f.o.b. origin or Cost-reimbursement are specified) 52.247-68 REPORT OF SHIPMENT (REPSHIP) (FEB 2006) (IAW FAR 47.208-2) (Applicable to solicitations and contracts when advance notice of shipment is required) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) (IAW DFARS 247.574(b)) (Applicable when procedures other than for direct purchase of ocean transportation services are utilized) 252.247-7028 APPLICATION FOR U.S. GOVERNMENT SHIPPING DOCUMENTATION/INSTRUCTIONS (JUN 2012) (IAW DFARS 247.207) (Applicable when shipping under Bills of Lading and Domestic Route Order under FOB origin contracts, Export Traffic Release regardless of FOB terms, or foreign military sales shipments) 52.248-1 VALUE ENGINEERING (OCT 2010) (IAW FAR 48.201(b), FAR 48.201(f)) (Applicable over the simplified acquisition threshold, except as specified in FAR 48.201(a) and (f)) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 2012) (IAW FAR 49.502(b)(1)(i)) (Applicable over the simplified acquisition threshold, except as specified in FAR 49.502(b)(1)(i)(A), (B) or (C)) 52.249-6 TERMINATION (COST-REIMBURSEMENT) (MAY 2004) (IAW FAR 49.503(a)(1)) Page 53 of 63 FA8202-18-R-1001 (Applicable to cost-reimbursement except contracts for research and development with an educational or nonprofit institution on a no-fee basis) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) (IAW FAR 49.504(a)(1)) (Applicable when fixed-price is contemplated and exceeds the simplified acquisition threshold) 52.249-14 EXCUSABLE DELAYS (APR 1984) (IAW FAR 49.505(b)) (Applicable to supplies, services, construction, and research and development on a fee basis, when a cost-reimbursement. Also applicable to time-and-material and labor-hour) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(b)) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfarTOC.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page, conduct a search for the desired regulation reference using your browser's FIND function. When located, click on the regulation reference (hyperlink). (Applicable to all orders issued hereunder) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (IAW FAR 52.107(f)) (Applicable to all orders issued hereunder) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) (IAW FAR 53.111) (Applicable when requiring the contractor to submit data on Standard or Optional Forms prescribed by this regulation; and, unless prohibited by agency regulations, forms prescribed by agency supplements) PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J LIST OF ATTACHMENTS Form Number Description/File Name Incentive_Fee_Attachment_CLIN_0005.docx Date 31JAN2018 Number of Pages 1 Page 54 of 63 FA8202-18-R-1001 PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION K REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR RESPONDENTS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (IAW DFARS 203.171-4(b), DFARS 212.301(f)(iv)) (Applicable to all solicitations, including solicitations for task and delivery orders) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2017) (IAW FAR 4.1202(a)) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 336413 . (2) The small business size standard is 1250 . (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. (vii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. Page 55 of 63 FA8202-18-R-1001 (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvi) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at (xvii) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xviv) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation. This provision applies to solicitations that include the clause at 52.204-7 (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternate I, II, and III) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies. (D) If the acquisition value is $77,533 or more but its less than $100,000, the provision with its Alternate III applies. (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transaction Relating to Iran—Representation and Certifications. This provision applies to all solicitations. (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] X __ (i) 52.204-17, Ownership or Control of Offeror. X __ (ii) 52.204-20, Predecessor of Offeror. X __ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. (see note) (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. ). (Note: If this clause is applicable it will be listed in the appropriate clause section of this document.) __ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. (see note) (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). (Note: If this clause and it’s Alternate I are applicable they will be listed in the appropriate clause section of this document.) (vii) 52.227-6, Royalty Information. X __(A) Basic. __ (B) Alternate I. __(viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. Page 56 of 63 FA8202-18-R-1001 (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. (Applicable to all solicitations except commercial items) (Applicable to solicitations that include 52.204-16, Commercial and Government Entity Code Reporting) (Applicable to solicitations that include FAR provisions 52.204-16) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015) (IAW DFARS 204.1202) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d) (1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government--Representation. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities—Representation. Applies to solicitations for the acquisition of commercial satellite services. (vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain. (ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer; [Contracting Officer check as appropriate.] __ _ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. __X _ (ii) 252.225-7000, Buy American —Balance of Payments Program Certificate. __ _ (iii) 252.225-7020, Trade Agreements Certificate. __ _ Use with Alternate I __ _ (iv) 252.225-7031, Secondary Arab Boycott of Israel. __ _ (v) 252.225-7035, Buy American —Free Trade Agreements—Balance of Payments Program Certificate. Page 57 of 63 FA8202-18-R-1001 __ _ __ _ __ _ __ _ __ _ Use with Alternate I. Use with Alternate II. Use with Alternate III. Use with Alternate IV. Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://acquisition.gov/ . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8© and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision# Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (Applicable to solicitations when using the provision at FAR 52.204-8, Annual Representations and Certifications) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (IAW DFARS 204.7304(a)) (Applicable to all solicitations, including commercial except when solely for commercial-off-the-shelf items) 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) (IAW FAR 7.203) (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS ITEM QUANTITY QUOTATION PRICE TOTAL Page 58 of 63 FA8202-18-R-1001 (Applicable to supplies - Proposals to include offeror's opinion and recommendations) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (IAW FAR 9.104-7(b)) (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (Applicable to solicitations when the contract is expected to exceed $550,000) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (IAW FAR 9.104-7(d)) (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (Applicable to all solicitations) NOTE: Refer to FAR clause 52.204-8 para c(2)(iv) (Applicable when exceeding the micro-purchase threshold and the acquisition is for end products (regardless of country of origin) of a type identified by country of origin on the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, except commercial items) THE FOLLOWING IS FILL-IN DATA FOR PROVISION 52.204-8 PARA (c)(2)(ii): 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (Mar 2011) (b) Listed End Products. Listed End Product ____________________________________________ ____________________________________________ ____________________________________________ Listed Countries of Origin ____________________________________________ ____________________________________________ ____________________________________________ (c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision. [ ] (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product. [ ] (2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. 52.223-22 PUBLIC DISCLOSURE OF GREENHOUSE GAS EMISSIONS AND REDUCTION GOALS--REPRESENTATION (DEC 2016) (IAW FAR 23.804(b)) (b) Representation. [Offeror is to check applicable blocks in paragraphs (b)(1) and (2).] Page 59 of 63 FA8202-18-R-1001 (1) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose greenhouse gas emissions, i.e., make available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (2) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly available Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (3) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party greenhouse gas emissions reporting program. (c) If the Offeror checked “does” in paragraphs (b)(1) or (b)(2) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported:__________. (Applicable to all solicitations except commercial) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) (IAW FAR 25.1101(f)) (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (Applicable to solicitations for manufactured end products) (Applicable to supply line items only) 252.225-7003 REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA -- SUBMISSION WITH OFFER (OCT 2015) (IAW DFARS 225.7204(a)) (Applicable in solicitations with intended performance outside the United States and Canada over $13.5 million) NOTE: Refer to FAR clause 52.204-8 para c(2)(ix)(A) (Applicable to negotiated orders for which royalty information is desired or for which cost or pricing data is obtained under 15.403) PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) (IAW FAR 4.1105(a)(1)) (Applicable to solicitations except as provided in 4.1102(a)) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) (IAW FAR 4.1804(a), FAR 12.301(d)) (Applicable to solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS number) 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) (IAW FAR 4.1008) (Applicable in all solicitations) Page 60 of 63 FA8202-18-R-1001 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) (IAW DFARS 204.1105) (Applicable when using the provision at FAR 52.204-7, System for Award Management) FIRST ARTICLE APPLICABILITY AND/OR CONDITIONS FOR WAIVER (FEB 2013) (IAW FAR 9.306(c)) (a) First Article Testing is a requirement of this contract. This requirement may be waived by the Contracting Officer, if the bidder/offeror meets any one of the conditions for waiver listed below *** and in the instance of a prior contract, not more than __*__ months have elapsed since the completion of that contract: Lot/Item *Months Since Completion of Contract (b) Bidders who meet the conditions for waiver set forth below shall submit a bid or proposal on Bid/Offer "B" which does not require compliance with the First Article Approval provision set forth herein and furnish the following information in the individual solicitation: Contract No. __________________________, Contract Item No. _________, Date of Contract. __________, Name & Address of Government Agency issuing the Contract. Failure to include this information will render the IFB(s) non-responsive and may cause rejection of RFP(s). (c) Bidders/offerors who do not meet the conditions for waiver set forth below shall submit a bid on Bid/Offer, “A” which includes compliance with First Article Approval. (d) Performance or other characteristics, which the First Article must meet, and detailed technical data requirements for testing of the First Article (including necessary data to be submitted in First Article Test Report, if applicable) are as set forth in this solicitation. (e) The approved First Article ___**___ serve as a manufacturing standard. Lot/Item 0001 **Serve as a Manufacturing Standard WILL NOT (f) Waivers Lot/Item 0001 ***Conditions for Waiver There will be no waiver issued for First Article Testing. (Applicable when the requirement may be waived when supplies identical or similar to those called for have previously been delivered by the offeror and accepted by the Government (see 52.209-3(h) and 52.209-4(i)) 52.211-14 Note: NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) (IAW FAR 11.604(a)) DX or DO rating will be completed on cover page. (Applicable when the contract to be awarded will be a rated order. Ratings will be entered on individual orders) 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2017) (IAW FAR 15.209(a)) Page 61 of 63 FA8202-18-R-1001 (Applicable to all competitive solicitations where the Government intends to award a contract without discussions) 52.215-20 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) (IAW FAR 15.408(l)) 252.215-7008 ONLY ONE OFFER (OCT 2013) (IAW DFARS 215.408(4), DFARS 212.301(f)(xviii)) (c) If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2) Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable [U.S. Contracting Officer to provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification]. (Applicable to competitive solicitations) 52.216-1 TYPE OF CONTRACT (APR 1984) (IAW FAR 16.105) The Government contemplates award of a (see individual line item) contract resulting from this solicitation. (Applicable to all solicitations, unless the solicitation is for a fixed-price acquisition made under simplified acquisition procedures or is for Information for planning purposes) 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) (IAW FAR 16.506(f)) (Applicable to solicitations for indefinite quantities that may result in multiple contract awards) 52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB 1999) (IAW FAR 22.810(c)) (Applicable to orders, other than those for construction, when the clause at 52.222-26, Equal Opportunity is included, and the amount is $10 million or more) 52.233-2 SERVICE OF PROTEST (SEP 2006) (IAW FAR 33.106(a)) (a) by obtaining written and dated acknowledgment of receipt from (See page 1 Issuing Office). (Applicable when the simplified acquisition threshold is exceeded) 52.247-46 SHIPPING POINT(S) USED IN EVALUATION OF F.O.B. ORIGIN OFFERS (APR 1984) (IAW FAR 47.305-3(b)(4)(ii)) (Applicable when specifying f.o.b. origin and when price evaluation for shipments from various shipping points is contemplated) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(a)) This solicitation incorporated one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Page 62 of 63 FA8202-18-R-1001 The full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfar1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the regulation reference (hyperlink). (Applicable to provisions incorporated by reference) PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION M EVALUATION FACTORS FOR AWARD EVALUATION COST FACTOR FOR FIRST ARTICLE (OCT 1988) (IAW FAR 9.306(i)) The cost to the Government for first article testing or engineering review and approval of first article test reports (where preliminary Contractor testing is required), as applicable, shall be a factor in the evaluation of this solicitation. The factor to be used in evaluation shall be Lot/Item 0001 Evaluation cost $ 5,000.00 (Applicable when the Government is responsible for first article testing) EVALUATION CRITERIA FOR AWARD (OCT 1997) (IAW FAR 13.106-2(b), FAR 14.201-5(c), FAR 15.204-5(c)) For the purposes of award, offers will be evaluated based on the following factors, listed in descending order of importance: Evaluation Factors Technical/Performance Schedule Past Performance Price or Cost Order of Importance 01 02 03 04 All evaluation factors other than cost or price, when combined, are Significantly More Important than Cost or Price . NOTICE FOR OPTIONS: Price will be evaluated by adding the extended prices for basic award and option quantities, if applicable. (Applicable when evaluation criteria is required) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) (IAW FAR 17.208(c)) (Applicable when an option clause is included, and is not to be exercised at the time of contract award) 52.247-47 EVALUATION-F.O.B. ORIGIN (JUN 2003) (IAW FAR 47.305-3(f)(2)) (a) The Government normally uses * methods of transportation by regulated common carrier for shipment within the contiguous United States. Page 63 of 63 FA8202-18-R-1001 * ITEM NO 1001 2001 3001 4001 5001 6001 7001 MODE OF TRANSPORTATION Surface Surface Surface Surface Surface Surface Surface (Applicable to all proposals or unpriced orders for f.o.b. origin supplies)