DEPARTMENT OF THE ARMY UNITED STATES ARMY INTELLIGENCE AND SECURITY COMMAND FREEDOM or OFFICE roar GEORGE G. MEADE, MARYLAND 20755-5995 Freedom of Information/ SEP 2 3 2019 Privacy Office Mr. Joseph Cox MuckRock News DEPT MR 30269 411A Highland Avenue Somerville, MA 02144-2516 Dear Mr. Cox: This is in response to your Freedom of Information Act (FOIA) request of March 11, 2019, requesting documentation regarding W91 1W41 1 P0055 and W91 1W41 1 P0065 and supplements our letter of March 13, 2019. As noted, the review and coordination of the records responsive to your request have been completed and as a result the records have been determined to be partially releasable and are enclosed. Information which requires protection pursuant to Title 5 US. Code 552(b)(4) has been sanitized. Exemption 4 protects from disclosure trade secrets and commercial or financial information obtained from a person which is privileged or confidential. Information has been withheld from the record pursuant to Title 5 U.S.C. 552(b)(3) of the FOIA. Exemption pertains to information that is exempt by statute. The applicable statute is 50 U.S.C. 3024i which protects intelligence sources and methods. In addition, information which would result in the unwarranted invasion of the privacy rights of the individuals concerned has been sanitized from the record. This information is exempt from the public disclosure provision of the FOIA pursuant to Title 5 US. Code 552(b)(6). The withholding of the information described above is a partial denial of your request. This denial is made on behalf of Major General Gary W. Johnston, Commander, US. Army Intelligence and Security Command, who is the Initial Denial Authority for Army intelligence investigative and security records under the FOIA and may be appealed to the Secretary of the Army. If you decide to appeal at this time your appeal must be postmarked no later than 90 calendar days from the date of this letter. After the 90 day period the case may be considered closed; however, such closure does not preclude you from filing litigation in the courts. You should state the basis for your disagreement with the response and he should provide justification for an additional administrative search to be conducted or reconsideration of the denial. An appeal may not serve as a request for new or additional information. An appeal may only address information denied in this response. Your appeal is to be made to this office, to the below listed address, for fonrvarding as appropriate, to the Secretary of the Army, Office of the General Counsel: Commander US. Army Intelligence and Security Command Freedom of Information/Privacy Office 2600 Ernie Pyle Street, Room 3802-8 Fort George G. Meade, Maryland 20755-5910 If you have any questions regarding this action, contact this office at 1-866-548-5651 or email the INSCOM FOIA office at: @mail.mil and refer to case Please note that you now have the ability to check the status of your request online via the US. Army Records Management and Declassification Agency website: Please refer to FOIA Control Number: FP-19- 012503. You may also seek dispute resolution services by contacting the INSCOM FOIA Public Liaison, Mrs. Joanne Benear, at 301-677-7856. Additionally, you may contact the Office of Government Information Services (OGIS) at the National Archives and Records Administration to inquire about the FOIA mediation services they offer. The contact information for OGIS is as follows: Office of Government Information Services, National Archives and Records Administration, 8601 Adelphi College Park, Maryland 20740-6001; email at ogis@nara.gov; telephone at 202-741-5770, toll free at 1-877?684- 6448; or facsimile at 202-741?5769. Sincerely, I ael T. on irector Freedom of Information/Privacy Office Investigative Records Repository Enclosure SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUM BER WZ38FK10397ED1 PAGE 1 OF 20 5. SOLICITATION NUMBER 6. SOUCITATION ISSUE DATE 24?Mar?201 1 OFFEROR TO COMPLETE BLOCKS 1?CONTRACT No. 3. AWARDIEFFECTIVE DATE 4. ORDER NUMBER VV911W4-11-P-0055 31-Mar-2011 7. FOR SOUCITATION .. MAW INFORMATION I3 b. TELEPHONE NUMBER (NO CdIecr Calls) e. OFFER DUE TIME 11:00 AM 30 2011 CDR. HOUSAINSCOM 8825 BEU LAH ST. FORT BELVOIR VA 22060-5246 FAN: I SET ASIDE: SB BZONE SB BIA) EMERGING SB SVC-DISABLED VET-OWNED SB 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB UNRESTRICTED DESTINATION UNLESS FOR BLOCK as MARKED SEE SCHEDULE 12. DISCOUNT TERMS Net 30 Days 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION SIZE STD: NAICS: 541512 RFQ DIFB DRFP SEE SCHEDULE 15. DELIVER TO CODE 16. ADMINISTERED BY CODE I SEE IT EM 9 CICOM USA. LLC 7 1997 ANNAPOLIS EXCHANGE PKWY STE 30 ANNAPOLIS MD 21401-3271 CODE FACILITY TEL. (443) 949-7470 cone I DFA S- ROME 325 BROOKS ROAD 18a. PAYMENT WILL BE MADE BY VBNIDOR 553-0527 ROME NY 13441-4527 CODE HQO302 .170. CHECKJE PUT . SUCH ADDRESS IN OFFER BBOW IS 18b. SUBMIT INVOICES TOADDREBSSHOVW IN BLOCK 1 Ba. UNLESS BLOCK [1 SEE ADDENDUM 19. ITEVI NO. 20. SCHEDULE OF SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA See Schedule 26. TOTAL AWARD AMOUNT (For Govt. Use Only) $350,000.00 27b. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212?5 IS ATTACHED. D273. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212?3. 52.212-5 ARE ATTACHED. ADDENDA DARE DARE NOT ATTACHED ADDENDA DARE NOT ATTACHED SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES 29. AWARD OF CONTRACT: REFERENCE TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN. IS ACCEPTED AS TO ITEMS: 30a. SIGNATUREOF 313 . UNITED OF HEMCA 31:. DATE SIQED bLo (TYPE OR PRINT) 300. NAME AND TITLE OF 30c. DATE SIGNS 31b. OF CONTRACTING OFFICER OF PRINT) CONTRACTING OFFICER EMAIL: blo AUTHORIZED FOR LOCAL PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) F??escribed by GSA FAR (48 CFR) 53.212 Endosm (CONTINUED) SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS PAGEZ OF 20 19. ITBVI NO. 20. SCHEDULE OF SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 328. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED DINSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32:. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 328. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 329. E-MAIL 0F AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER I PARTIAL I IFINAL 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER CORRECT FOR COMPLETE PARTIAL FINAL 38. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUMBER 40. PAI BY 41a. THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND OF CERTIFYING OFFICER 41C. DATE 42;. RECEIVED BY (Print) 42b. RECEIVED AT (Location) 426. DATE 42d. TOTAL CONTAINERS AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) BACK Prescribed by GSA 2 FAR (48 CFR) 53.212 W911W4-11-P-0055 Page 3 of 20 Section SF 1449 CONTINUATION SHEET ITEM NO QUANTITY UNIT UNIT PRICE . AMOUNT 0001 1 Each bk}, b3 PROVIDED IN RESPONSE TO SOLICITATION FOB: Destination PURCHASE REQUEST NUMBER: W23BFK10397001 NET AMT Hr ACRN AA W23BFK10397001 000] INSPECTION AND ACCEPTANCE TERMS Will" Be'ins'p?ectedilao?ept?d at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30-APR-2011 1 b3 ACCT W23BFK W23W8C W23BFK BLDG 712, SUITE 1, 9301 1 ROAD bio FORT BELVOIR VA 22060-5435 FOB: Destination Page 4 of 20 I ACCOUNTING AND APPROPRIATION DATA CIN b4, CLAUSES INCORPORATED BY REFERENCE 52.202-1 De?nitions JUL 2004 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-2 Security Requirements AUG 1996 52.204?7 Central Contractor Registration APR 2008 52.212?4 Contract Terms and Conditions-?Commercial Items IUN 2010 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to SEP 2010 ham-Certi?cation. 52.227-19 Commercial Computer Software License DEC 2007 52.232-1 Payments APR 1984 52.23 3-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.246?2 Inspection Of Supplies-?Fixed Price AUG 1996 52247-34 F.O.B. Destination NOV 1991 52.249-2 Termination For Convenience Of The Government (Fixed- MAY 2004 Price) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52222-50, Combating Traf?cking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(9). (2) 52233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108?77, 108-78). The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Of?cer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) (1) 52203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). W911W4-11-P-0055 Page 5 of 20 (2) 52.203?13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (3) 52203?15. Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52.204-11, American Recovery and Reinvestment Act?Reporting Requirements (JUL 2010) (Pub. L. 111- 5). (6) 52.289-6, Protecting the '?ovemment?s interest When Subcontracting With Contractors Debarred, Emailed, or Preposed for Debarment?EC 2019361 19312302); {Applies-to contracts g?Lthasl?leifim). (7) 52219-3, Notice of Total Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). (8) 52219-4, Notice of Price Evaluation Preference for Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (9) [Reserved]. 52219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii) Alternate 1 (OCT 1995) of 52.219-6. Alternate 11 (MAR 2004) of 52.219-6. 52.219-7, Notice ofPartial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii) Alternate I (OCT 1995) of 52.219-7. Alternate 11 (MAR 2004) of 52.219-7. (12) 52219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 and 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. (ii) Alternate I (OCT 2001) of 52.219-9 Alternate II (OCT 2001) of 52.219-9. (iv) Alternate (JUL 2010) of 52.219-9. W911W4-11-P-0055 Page 6 of 20 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). (15) 52.21946, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 63 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C . 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I (JUNE 2003) of 52.219-23. (17) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (18) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103?355. section 7102. and 10 U.S.C. 2323). (19) 52.219-27, Notice of Total Service-Disabled Veteran?Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 (20) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. A (21) 52222-3, Convict Labor (TUNE 2003) (BO. 11755). (22) 52.222-19, Child Labor-?Cooperation with Authorities and Remedies (IUL 2010) (13.0. 13126). (23) 52.2-2-21, Prohibition of Segregated Facilities (FEB 1999). A (24) 52222?261 Equal Opportunity (MAR 2007) (E0. 11246). (25) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). A (26) 52.222-36, Af?rmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). I .4 gramme-e Rights awaits Act (DEC 2010')" (8.0. 134,963.. (28) 52222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (29) 52.222-54, Employment Eligibility Veri?cation (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) W911W4-11-P-0055 Page 7 of20 (30) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Altemate I (MAY 2008) of 52.223-9 (42 U.S.C. (Not applicable to the acquisition of commercially available off-the-shelf items.) (31) 52.223-15, Energy Ef?ciency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.223-16, 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (13.0. 13423) (ii) Alternate I (DEC 2007) of 52.223-16. . 33.. (33) 52.223-18, Contractor'Policy to Ban Text Messaging while Driving (SEP 2010) (E0. 13513). (34) 52.225-1, Buy American Act--Supplies (TUNE 2003) (41 U.S.C. 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (JAN 2004) of 52.225-3. Alternate 11 (JAN 2004) of 52.225-3. (36) 52225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (37) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Of?ce of Foreign Assets Control of the Department of the Treasury). (38) 52226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150), (39) 52226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (40) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(1), 10 U.S.C. 23076)) (41) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(1)). A (42) 52.232-33, Payment by Electronic Funds Transfer-~Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). W911W4-11-P-0055 Page 8 of 20 (43) 52232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) (44) 52232-36. Payment by Third Party (FEB 2010) (31 U.S.C. 3332). (45) 52239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (46 52.247-64. Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (APR 2003) of 52.247-64. The Contractor shall comply with the FAR clauses in this paragraph applicable to commercial services, that the Contracting Of?cer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). (3) 52222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). (4) 52.222-44. Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) (5) 52222-5], Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) U.S.C. 351, et seq.) (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (7) 52226-6, Promoting Excess Food Donation to Nonpro?t Organizations (Mar 2009) (Pub. L. 110-247). (8) 52237-1 1, Accepting and Dispensing of$1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simpli?ed acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. W911W4-11-P-0055 Page 9 of 20 (2) The Contractor shall make available at its of?ces at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after ?nal payment under this contract or for any shorter period speci?ed in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting ?nal termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals. litigation. or claims are ?naily resolved. (3) As used in this clause, records include books, documents. accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (1) Notwithstanding the requirements of the clauses in paragraphs and of this clause, the Contractor is not required to flow down any FAR clause. other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the ?ow down shall be as required by the clause? 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219?8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E0. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52222-36. Af?rmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Noti?cation of Employee Rights Under the National Labor Relations Act (DEC 2010) (ED. 13496). Flow down required in accordance with paragraph of FAR clause 52.222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Traf?cking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51. Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption ?'om Application of the Service Contract Act to Contracts for Certain Services-- Requirements (FEB 2009) (41-U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Veri?cation (JAN 2009). 52.226-6, Promoting Excess Food Donation to Nonpro?t Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph of FAR clause 52.226-6. Page 10 of 20 (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph of FAR clause 52.247?64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request. the Contracting Of?cer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Quick Reference: .htm DFARS Quick Reference: (End of clause) 252211?7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) De?nitions. As used in this clause' Automatic identi?cation device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identi?er means-- (1) For items that are serialized within the enterprise identi?er, the linking together of the unique identi?er data elements in order of the issuing agency code, enterprise identi?er, and unique serial number within the enterprise identi?er; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identi?er data elements in order of the issuing agency code; enterprise identi?er; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data quali?er means a speci?ed character (or stringof characters) that immediately precedes a data ?eld that de?nes the general category or intended use of the data that follows. recognized unique identi?cation equivalent? means a unique identi?cation method that is in commercial use and has been recognized by All recognized unique identi?cation equivalents are listed at unique item identi?cation means a system of marking items delivered to with unique item identi?ers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identi?er, the unique item identi?er shall include the data elements of the enterprise 10 Page 11 of 20 identi?er and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identi?er, the unique item identi?er shall include the data elements of the enterprise identi?er; the original part, lot, or batch number; and the serial number. Enterprise means the entity a manufacturer or vendor) responsible for assigning unique item identi?ers to items. Enterprise identi?er means a code that is uniquely assigned to an enterprise by an issuing agency. Government?s unit acquisition cost means?? (1 For ?xed-price type line, subline, or exhibit line items, the unit price identi?ed in the contract at the time of delivery; (2) For cost-type or unde?nitized line, subline, or exhibit line items, the Contractor?s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor?s estimated fully burdened unit cost to the Government at the time of delivery. 'Issuing agency means an organization responsible for assigning a non-repeatable identi?er to an enterprise Dun Bradstreet's Data Universal Numbering System (DUNS) Number. 651 Company Pre?x, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identi?er. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch. all of which were manufactured under identical conditions. Machine-readable means an automatic identi?cation technology media, such as bar codes, contact memory buttons, radio frequency identi?cation, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, ?mction, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identi?er or recognized unique identi?cation equivalent. Serial number within the enterprise identi?er means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for'the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identi?er means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identi?er. ll Page 12 of 20 I Serialization within the part, lot. or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part. lot. or batch number within the enterprise identi?er. Unique item identi?er means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a recognized unique identi?cation equivalent. Unique item identi?er type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identi?er types is maintained at The Contractor shall deliver all items under a contract line, subline, or exhibit line item. Unique item identi?er. (1) The Contractor shall provide a unique item identi?er for the following: All delivered items for which the Government's unit acquisition cost is $5,000 or more. Contract line. subline, or exhibit line item No. Item description am 0001 3 (ii) The following items for which the Government's unit acquisition cost is less than $5.000: Contract line, subline, or exhibit line item No. Item description Subassemblies, components, and parts embedded within delivered items as speci?ed in Attachment Number (2) The unique item identi?er and the component data elements of the unique item identi?cation shall not change over the life of the item. (3) Data syntax and semantics of unique item identi?ers. The Contractor shall ensure that-- The encoded data elements (except issuing agency code) of the unique item identi?er are marked on the item using one of the following three types of data quali?ers, as determined by the Contractor: (A) Application Identi?ers (AIS) (Format Indicator 05 of International Standard 15434), in accordance with International Standard 15418, Information Technology--EAN/UCC Application Identi?ers and Fact Data Identi?ers and Maintenance and ANSI MH 10.8.2 Data Identi?er and Application Identi?er Standard. (B) Data Identi?ers (DIs) (Format Indicator 06 of International Standard 15434), in accordance with International Standard 15418, Information Technology?EAN/UCC Application Identi?ers and Fact Data Identi?ers and Maintenance and ANSI MH 10.8.2 Data Identi?er and Application Identi?er Standard. (C) Text Element Identi?ers (TEIs) (Format Indicator 12 of International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and Page 13 of 20 (ii) The encoded data elements of the unique item identi?er conform to the transfer structure, syntax, and coding of messages and data formats speci?ed for Format Indicators 05, 06. and 12 in International Standard 15434. Information Technology-?Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identi?er. The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identi?er; (2) Serialize within the part, lot, or batch number; or (3) Use a recognized unique identi?cation equivalent: and (B) Place the data elements of the unique item identi?er (enterprise identi?er; serial number; recognized unique identi?cation equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph of this clause, based on the criteria provided in the version of MIL-STD-130, Identi?cation Marking of US. Military Property, cited in the contract Schedule. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data quali?er for the enterprise identi?er. For each item that requires unique item identi?cation under paragraph or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report speci?ed elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identi?er. (2) Unique item identi?er type. (3) Issuing agency code (if concatenated unique item identi?er is used). (4) Enterprise identi?er (if concatenated unique item identi?er is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identi?er is used). (10) Government's unit acquisition cost. (11) Unit of measure. 13 Page 14 of 20 For embedded subassemblies, components, and parts that require unique item identi?cation under paragraph of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report speci?ed elsewhere in this contract, the following information: (1) Unique item identi?er of the parent item under paragraph of this clause that contains the embedded subassembiy, component, or part. (2) Unique item identi?er of the embedded subassembly, component, or part. (3) Unique item identi?er type.** (4) Issuing agency code (if concatenated unique item identi?er is (5) Enterprise identi?er (if concatenated unique item identi?er is (6) Original part number (if there is serialization within the original part number).M (7) Lot or batch number (if there is serialization within the lot or batch number)? (8) Current part number (Optional and only if not the same as the original part number).M (9) Current part number effective date (optional and only if current part number is (10) Serial number (if concatenated unique item identi?er is (11) Description. Once per item. The Contractor shall submit the information required by paragraphs and of this clause in accordance with the data submission procedures at submission_information.html. Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identi?cation is required in accordance with paragraph of this clause, the Contractor shall include this clause, including this paragraph in the applicable subcontract(s). (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMIVIERCIAL ITEMS (MAR 2011) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable toacquisitions of commercial items or components.- 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 14 Page 15 of 20 The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which. if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) A252203-7000, Requirements Relating to Compensation of Former Of?cials (JAN 2009) (Section 847 ofPub. L. 110-181). (2) 252205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) 252219-7003, Small Business Subcontracting Plan (DOD Contracts) (OCT 2010) (15 U.S.C. 637). (4) 252219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). 252225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. lOa-lOd, E.O. 10582). (ii) -. .. Alternate 1' (use 2030) of 2522253991. (6) 252225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) 252225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (8) 252225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (9) 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) 252.225-7016, Restriction on Acquisition ofBall and Roller Bearings (DEC 2010) (Section 8065 of Public Law 107-117 and the same restriction in subsequentDoD appropriations acts). (11) 252.225-7021, Trade Agreements (NOV 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 330] note). (ii) Alternate 1 (SEP 2008) Aims-m?) '11 magma; (12) 252225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779) (13) 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). 252.225-7036, Buy American Act?~Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) Alternate 1 (JUL 2009) of 252225-7036. MEG 201.03 0:2522257936 (Iv3__Aitcmate 1H 15 W911W4-11-P-0055 Page 16 of 20 (15) 252225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (l6) 252226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts). (17) A 252.227-7015, Technical Data--Commercial Items (MAR 2011) (10 U.S.C. 2320). (18) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (l 9) 252232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) 4452522373010,Prdliibition'on Interrogation ofDetainecs by Contractor Personnel (NOV 2010) (Section 5103801? ?135.12 1 1 3-84). (22) 252243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (23) 252.2%7994, Safety of Facilities, in?as?ueture, aid Equipmeni'fer rar??tary'operations (OCT 2010) (Section 8079f Public Law I .1 1-84). (24) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) Alternate I (MAR 2000) of 252.247-7023. Alternate 11 (MAR 2000) of 252.247-7023. (iv) Alternate (MAY 2002) of 252247?7023. (26) 252247-7024. Noti?cation of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). In addition to the clauses listed in paragraph of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders?~Commercial Items clause of this contract (FAR the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.23 7-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). . (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 16 W911W4-11-P-0055 Page 17 of 20 (5) 252247-7024, Noti?cation of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting O?icer, the contract administration o?ice, and the payment o?ice. Wide Area Worlg?low (WA WF) (see instructions below) Web Invoicing System mil American National Standards Institute (ANSI) X. 12 electronic data interchange (EDI) formats (http:/iiwuwX] lorg and I: Other (please speci?z) DFAS POC and Phone: WA WF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WA WF shall register to use WA WF at and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at within ten (1 0) calendar days after award of this contract/order. WA WF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ROME at (800) 553-0527 or faxed to (8 77) 5 75-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. 17 W911W4-11-P-0055 Page 18 of 20 he following codes and information will be required to assure successful ?ow of WA WF documents. TYPE OF DOCUMENT [Check the appropriate block] I: Commercial Item inancing Construction Invoice (Contractor Only) [m (Contractor Only) Invoice and Receiving Report (COJMBO) Invoice as 2-in-1 (Services Only) Performance Based Payment (Government Only) Prom= ?ess Payment (Government Only) Cost Voucher (Government Only) Receiving Report (Government Only) Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique ?part identi?er containing data elements used to track parts through their life cycle. [1 Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BYDODAAC: ADMIN BYDODAAC: INSPECT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODDA C: PAYMENT OFFICE FISCAL STATION CODE: [30093] 18 W91 1W4-1 i Page 19 of20 EMIL POINTS OF ONTA CT LIST ING: (Use Group e?mail accounts if applicable) INSPECTOR: AC CEPT OR: RECEIVING OFFICE POC: ONT RAC TADMINIS RA TOR: 10 CONTRACTING OFFICER: ADDITIONAL CONTACT: [Enter email address(es) here] CONTRACTING OFFICER: CONTRACT Contractor Code of Business Ethics and Conduct (Jan 2009) a. Contractors must disclose, in writing, to the agency Of?ce of the Inspector General (GIG), with a copy to the Contracting Of?cer, The address for the Department Of Defense Inspector General certain information set forth in the clause at FAR 52.203-13, Contractor Code of Business Ethics and Conduct when whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed- (A) A violation of Federal criminal law involving fraud, con?ict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or (B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733). b. The contractor must send such information to the Inspector General for the Department of Defense at the following address: Of?ce of the Inspector General ,19 Department of Defense Investigative Policy and Oversight Contractor Disclosure Program 400 Army Navy Drive Suite 1037 Arlington, VA 22202-4704 Toll free number: 866?429-8011 20 W91 lW4?l Page 20 of 20 b3 bIo OF FEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND SOLICITATIOWCONTRACTIORDER FOR COMMERCIAL ITEMS WKHIBTUN 30 1. REQUISITION NUMBER PAGE1 OF 33 2 CONTRACT NO. 3. DATE 4. ORDER NUMBER s. NUMBER 5. SOLICITATION ISSUE DATE 24~IIfar-201 1 BLDG 712. SUITE 1. 9901 ROAD FORT BHVOIR VA 220305435 7. FOR SOUCITATION a NAMF L0 TELEPHONE NUMBER ??06de 0815) a. OFFERDUE DATEILOCALTIME INFORMATION 1 1:00 AM 30 Mar 2011 9. ISSUED BY cope WB11W4 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. DISCOUNT TERMS CUR DESTINATION 3325 BEULAH ST. SET ASIDE: FOR BLOCK ?3 MAR ED FORT BELVOIR VA 22060-5246 88 SEE SCHEDULE HUBZONE 33 13a. THIS CONTRACT IS A RATED ORDER (15 CFR 700) BIA) 13h. RATING SVC-DISABLED VET-OWNED SB TEL: 1+ EMERGING SB 14. METHOD OF SOLICITATION FAX: SIZE STD: NAICS: 541512 Rm RFP 15 DELIVER TO CODE IWFK 16. ADMINISTERED BY com: ACCT wzaamemc 178. OFFEROR US .4 5/ 7 ,5 r1 CODE I Pair? Su?? 3M, . QWH. FACILITY 0005 I 183. PAYMENT WILL BE MADE BY CODE 17b. CI-ESK SUCHATDRESSNOFFER 18b. SIBMT NVODES AIIRESS SHOWN IN BLOCK 188. LN..ESS BLOCK SEE ADDEIIDLM 19. TIBENO. 20. SCI-EDUJE OF SERVICES 21. QUANTITY 22. UNIT 23. 24. ANDWT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use OnIy) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212?4. FAR 52.212?5 IS ATTACHED. AD DENDA IARE DARE NOT ATTACHED ADDENDA DARE ARE NOT ATTACHED SUBJECT To THE TERMS AND CONDITIONS SPECIFIED HEREIN. /7 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS COPIES 29. AWARD OF CONTRACT: REFERENCE OFFER DATED (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES ARE SET FORTH HEREIN. IS ACCEPTED AS TO . YOUR OFFER ON SOLICITATION 30a. SIGNATURE OF SID 313.UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 31:. DATE SIGNED . 30b. OF (TYPE 01'? PRINT) U. 3W 301:. DATE SIGNED I TEL: 31b. NAME OF CONTRACTING OFHCER (TYPE 0R PRINT) EMAIL: AUIHORIZED FOR LOCAL WHON PREVIOUS EDITION IS NOT USABLE 21 STANDARD FORM 1449 (REV 3/2005) Prescrbed by GSA (CONTINUED) FOR COMMERCIAL ITEMS PAGE 2 OF 33 19. ITBJ NO. 20. SCI-EXILEOF SERVCES 21. QUANTITY 22. UNIT 23. UNITFRICE 24. Am SEE SCHEDULE 328. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED El INSPECTED ACCEPTED, AND CONFORMS TD THE CONTRACT, EXCEPT AS NOTED: 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32C. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 329. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUKBER 34. VOUCHER NUMBER IPARTIAL 35. AMOUNT VERIFIED 3G. PAYMENT 37? CHECK NUIIBER CORRECT FOR COMPLETE PARTIAL FINAL 33. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUIIBER 4D. PAID BY 41s. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42a. RECEIVED BY {Print} 42b. RECEIVED AT (Location) 42c. DATE 42d. TOTAL CONTAINERS AUTI-DRIZED FOR LOCAL PREVIOUS EJTDN IS DDT USABLE STAINDARD FORM 1449 (REV 3?2005) BACK 2 2 Prescrbed by GSA ITEM NO QUANTITY UNIT UNIT PRICE 0001 W91 iW4-1 l-T?0107 Page 3 of 33 Section SF 1449 - CONTINUATION SHEET ADMINISTRATIVE ADDENDUM ADMINISTRATIVE ADDENDUM FOR CONTRACTOR Once the contract award is made, the information in the extended description box in CLIN 0001 will be left as shell description due to classi?ed nature. AMOUNT 1 Each b3 MAINTENANCE PN: CURS-MAINT FOB: Destination PURCHASE REQUEST NUMBER: W23BFK10397001 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/ services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 000 1 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0001 30-APR-201 1 ACCT W23BPK w23wsc b3 ROAD. BLDG 712, SUITE 1, 9801 PORT BELVOIR VA 22060-5435 FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.202-1 52.203 -5 52203-6 52203-7 52.204-2 52.204?7 52.212-1 52.212-4 52.225?25 52.227-19 52.232-1 52.233-2 52.233-4 52.243-1 52.246-2 52.247-34 52.249-2 De?nitions Covenant Against Contingent Fees Restrictions On Subcontractor Sales To The Government Anti-Kickback Procedures Security Requirements Central Contractor Registration Instructions to Offerors--Commercial Items Contract Terms and Conditions-Commercial Items Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certi?cation. Commercial Computer Software License Payments Service Of Protest Applicable Law for Breach of Contract Claim Changes?Fixed Price Inspection Of Supplies--Fixed Price P.O.B. Destination Termination For Convenience Of The Government (Fixed- Price) CLAUSES INCORPORATED BY FULL TEXT 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) De?nitions. JUL 2004 APR 1984 SEP 2006 OCT 2010 AUG 1996 APR 2008 JUN 2008 JUN 2010 SEP 2010 DEC 2007 APR 1984 SEP 2006 OCT 2004 AUG 1987 AUG 1996 NOV 1991 MAY 2004 Page 4 of 33 UTC W23BFK Common parent, as used in this provision, means that corporate entity that owns or controls an af?liated group of corporations that ?ies its Federal income tax returns on a consolidated basis, and of which the offeror is a member. 24 W911W4-11-T-0107 Page 5 of 33 Taxpayer Identi?cation Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identi?cation Number. All o?'erors must submit the information required in paragraphs through of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (0) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. Taxpayer identi?cation Number (TIN). H: TIN has been applied for. TIN is not required because: Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an of?ce or place of business or a ?scal paying agent in the United States; Offeror is an agency or of a foreign government; Offeror is an agency or of the Federal Government. Type of organization. Sole proprietorship; ?artnership; Corporate entity (not tax-exempt); Corporate entity (tax-exempt); Government entity (Federal, State, or local); Foreign government; International organization per 26 CFR 1.6049-4; Other (0 Common parent. Offeror is not owned or controlled by a common parent as de?ned in paragraph of this provision. 25 W911W4-11-T-0107 Page 6 of 33 Name and of common parent: Name TIN (End of provision) 52.212-2 EVALUATION-COMRCIAL ITEMS (JAN 1999) The Government will award a contract resulting ?om this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (13) Options. The Government will evaluate o?'ers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are signi?cantly unbalanced Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance speci?ed in the otter, shall result in a binding contract without further action by either party. Before the otfer?s speci?ed expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND ITEMS (JAN 2011) An offeror shall complete only paragraph of this provision if the offeror has completed the annual representations and certi?cations electronically at gov. If an offeror has not completed the annual representations and certi?cations electronically at the ORCA website, the offeror shall complete only paragraphs through (0) of this provision. De?nitions. As used in this provision "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), Le, a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria speci?ed in 6 U.S.C. 395(b), applied in accordance with the rules and de?nitions of 6 U.S.C. 395(c). 26 Page 7 of 33 Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (F SG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the ?nished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are de?ned in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is de?ned in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to speci?c authorization from the Of?ce of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian- organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran?owned small business concern- (1) Means a small business concern? 2? W911W4-11-T-0107 Page 8 of33 Not less than 51 percent of which is owned by one or more service?disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the Spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as de?ned in 38 U.S.C. 101(2), with a disability that is service- connected, as de?ned in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the ?eld of operation in which it is bidding on Government contracts, and quali?ed as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran?owned small business concern means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as de?ned at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (I) Annual Representations and Certi?cations. Any changes provided by the offeror in paragraph of this provision do not automatically change the representations and certi?cations posted on the Online Representations and Certi?cations Application (ORCA) website. (2) The offeror has completed the annual representations and certi?cations electronically via the ORCA website at http:/forcabpngov. After reviewmg the ORCA database information, the o??eror veri?es by submission of this offer that the representations and certi?cations currently posted electronically at AR 52.212-3, Offeror Representations and Certi?cations--Commereial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs (Offeror to identify the applicable paragraphsat through (0) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certi?cation(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. - Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certi?cations posted on 28 W911W4-11-T-0107 Page 9 of 33 O??erors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The o??eror represents as part of its offer that it (565, is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itselfas a small business concern in paragraph of this provision.) The offeror represents as part of its offer that it is, (his not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph of this provision.) The offeror represents as part of its offer that it is, (X) is not a seMce-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offer-or represented itself as a small business concern in paragraph of this provision.) The offeror represents, for general statistical purposes, that it is, 2.9 is not a small disadvantaged business concern as de?ned in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the o?eror represented itself as a small business concern in paragraph of this provision.) The offeror represents that it is, (79) is not a women?owned small business concern. Note: Complete paragraphs and only if this solicitation is expected to exceed the simpli?ed acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the o?eror is a women- owned business concern and did not represent itself as a small business concern in paragraph of this provision.) The offeror represents that it is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. if this is an invitation for bid, small business o?'erors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or ?rst-tier subcontractors) amount to more than 50 percent of the contract price: (8) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a bene?t based on its disadvantaged status.) General. The o?'eror represents that eithe -- (A) It is, is not certi?ed by the Small Business Administration as a small disadvantaged business concern and identi?ed, on the date of this representation, as a certi?ed small disadvantaged business concern in the database maintained by the Small Business Administration and that no material change in disadvantaged ownership and control has occurred since its certi?cation, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the Certi?cation is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR or (B) It has, has not submitted a completed application to the Small Business Administration or a Private Certi?er to be certi?ed as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. 29 Page 10 of 33 (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The o?eror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CF 124.1002(i) and that the representation in paragraph of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The of?feror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: 5/ .) (9) small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph of this provision.) The offeror represents, as part of its offer, that-? It [squ] is, is not a l-iUBZone small business concern listed, on the date of this representation, on the List of Quali?ed Zone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal of?ce, or employee percentage have occurred since it was certi?ed in accordance with 13 CF Part 126; and (ii) It [squ] is, [squ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph i) of this provision is accurate for each small business concern participating in the joint venture. [The offeror shall enter the names of each of the small business concerns participating in the HUBZonejoint venture: Each small business concern participating in the joint venture shall submit a separate signed copy of the representation. Certi?cations and representations required to implement provisions of Executive Order 1246?- (1) Previous Contracts and Compliance. The offeror represents that? it has, ()6has noguparticipated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and 7 7 (ii) 1t( has, (?has not, ?led all required compliance reports. (2) Af?rmative Action Compliance. The oiTeror represents that-- hasdeveloped and has on file, ()6has not developed and does not have on ?le, at each establishment, af?rmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It has not previously had contracts subject to the written af?nnative action programs requirement of the rules and regulations of the Secretary of Labor. Certi?cation Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certi?es to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for in?uencing or attempting to in?uence an officer or employee of any agency, a Member of Congress, an of?cer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed of?cers or employees of the offeror to whom payments of reasonable compensation were made. Buy American Act Certi?cate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225?1, Buy American Act ~Supplies, is included in this solicitation.) W91 lW4-l l-T-0107 Page ii of33 The offeror certi?es that each end product, except those listed in paragraph of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, an end product that is not a COTS item and does not meet the component test in paragraph (2) of the de?nition of ?domestic end product.? The terms ?commercially available off-the-shelf (COTS) item,? ?component," ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act--Supplies.? (2) Foreign End Products: 1 ya. Line Item No.: 0/ Country of Origin: (List as necessary) 3 (3) The Government will evaluate offers in accurdance with the policies and procedures of FAR Part 25. 1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act~Frce Trade Agreements-Israeli Trade Act, is included in this solicitation.) The offeror certi?es that each end product, except those listed in paragraph or of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product,? ?commercially available o??-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?end product,? ?foreign end product,? ?Free Trade Agreement country,? ?Free Trade Agreement country end product,? ?[sraeli end product,? and ?United States? are de?ned in the clause of this solicitation entitled ?Buy American Act-Free Trade Agreements-Israeli Trade Act.? (ii) The offeror certi?es that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or lsraeli end products as de?ned in the clause of this solicitation entitled ?Buy American Act??Frec Trade Agreements?-lsrae1i Trade Act": Free Trade Agreement Country 13nd Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. [List as necessary] The offeror shall list those supplies that are foreign end products (other than those listed in paragraph of this provision) as de?ned in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements- israeii Trade Act." The offeror shail iist as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, an end product that is not a COTS item and does not meet the component test in paragraph (2) of the de?nition of ?domestic end product.? Other Foreign End Products: 31 l-T-0107 Page 12 of33 Line item No. Country of Origin [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Aer- Free Trade A greements-lsrae/i Trade Act Certificate, Alternate 1 (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph for paragraph of the basic provision: The offeror certi?es that the following supplies are Canadian end products as de?ned in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. a {List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certi?cate, Alternate ll (Jan 2004). if Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph for paragraph of the basic provision: The offeror certi?es that the following supplies are Canadian end products or Israeli end products as de?ned in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin 32 Page 13 of33 [List as necessary] (4) Trade Agreements Certi?cate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) The o?eror certi?es that each end product, except those listed in paragraph of this provision, is a U.S.- made or designated country end product, as de?ned in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin (List as necessary) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.?made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Of?cer determines that there are no offers for such products or that the offers for such products are insuf?cient to ful?ll the requirements of the solicitation. Certi?cation Regarding Responsibility Matters (Executive Order 12689). The offeror certi?es, to the best of its knowledge and belief, that -- The offeror and/or any of its principals are, are not presently debarred, suspended, proposed for debarrnent, or declared ineligible for the award of contracts by any Federal agency, (2) Have, have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered aga' st them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsi?cation or destructionof records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and ?33 Page 14 of33 (3) are, (?yl are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph of this clause; and (4) Have, QC) have not, within a three-year period preceding this offer, been noti?ed of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatis?ed Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is ?nally determined. The liability is ?nally determined if it has been assessed. A liability is not ?nally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not ?nally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of de?ciency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax de?ciency. This is not a delinquent tax because it is not a ?nal tax liability. Should the taxpayer seek Tax Court review, this will not be a ?nal tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has ?led a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under LRC. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Of?ce of Appeals contesting the lien ?ling, and to further appeal to the Tax Court if the IRS determines to sustain the lien ?ling. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a ?nal tax liability. Should the taxpayer seek tax court review, this will not be a ?nal tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in ?rll compliance-with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has ?led for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). Certi?cation Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13 26). (The Contracting O?icer must list in paragraph any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certi?cation as to Forced or lndentured Child Labor, unless excluded at (1) Listed End Product Listed End Product Listed Countries of (2) Certi?cation. (If the Contracting O?icer has identi?ed end products and countries of origin in paragraph of this provision, then the offeror must certify to either or by checking the appropriate block.) 34 l-T-0107 Page 15 of33 The o??eror will not supply any and product listed in paragraph of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. (ii) The offeror may supply an end product listed in paragraph of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The otferor certi?es that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the o??eror certi?es that it is not aware of any such use of child labor. Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- 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) ?ll/Outside the United States. (it) Certi?cates regarding exemptions from the application of the Service Contract Act. (Certi?cation by the offeror as to its compliance with respect to the contract also constitutes its certi?cation as to compliance by its subcontractor if it subcontracts out the exempt services.) (The contracting of?cer is to check a box to indicate if paragraph (10(1) or (10(2) applies.) (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003 The offeror( does does not certify that-- The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR for the maintenance, calibration, or repair of such equipment; and The compensation (wage and fringe bene?ts) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) Certain services as described in FAR The offeror( )does does not certify that?? The services under the contract are o??ered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and 35 Page 16 of33 (iv) The compensation (wage and fringe bene?ts) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph or of this clause applies-- If the offeror does not certify to the conditions in paragraph or (10(2) and the Contracting Of?cer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Of?cer as soon as possible; and (ii) The Contracting Of?cer may not make an award to the offeror if the offeror fails to execute the certi?cation in paragraph or (10(2) of this clause or to contact the Contracting Of?cer as required in paragraph of this clause. (1) Taxpayer Identi?cation Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (1X3) through of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the o?'eror?s TIN. (3) Taxpayer Identi?cation Number bLi' TIN has been applied for. TIN is not required because: Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an of?ce or place of .business or a ?scal paying agent in the United States; Offeror is an agency or instrumentality of a foreign government; Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. Sole proprietorship; Partnership; Corporate entity (not tax-exempt); Corporate entity (tax-exempt); Government entity (Federal, State, or local); 36 W911W4-11-T-0107 Page 17 of 33 Foreign government; International organization per 26 CPR 1.6049?4; Other (5) Common parent. (7i0fferor is not owned or controlled by a common parent; Name and TIN of common parent: Name TIN . (n1) Restricted business operations in Sudan. By submission of its offer, the offeror certi?es that the o??eror does not conduct any restricted business operations in Sudan. Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph of this provision, by submission of its offer, the o??eror certi?es that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certi?cation requirement of paragraph of this provision does not apply if? This solicitation includes a trade agreements certi?cation or a comparable agency provision); and (ii) The offeror has certi?ed that all the offered products to be supplied are designated country end products. (End of provision) 52.212-5 CONTRACT TERMS AND. CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ITEMS (JAN 2011) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Tra?icking in Persons (FEB 2009) (22 U.S.C. 7104(9). 37 Page 18 of 33 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.2334, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). The Contractor shall comply with the PAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) (1) 52203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52203?13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (3) 52.203?15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (IUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52204-10, Reporting Executive Compensation and irst-Tier Subcontract Awards (JUL 2010) (Pub. L. 109- 282) (31 U.S.C. 6101 note). (5) 52.204-11, American Recovery and Reinvestment Act?Reporting Requirements (JUL 2010) (Pub. L. 111- 5). (6) 52209-6, Protecting the Government's interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available items). (7) 52219?3, Notice of Total Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). (8) 52219-4, Notice of Price Evaluation Preference for Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (9) [Reserved]. 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii) Alternate I (OCT 1995) of 52.219-6. Alternate 11 (MAR 2004) of 52.219-6. 52219-7, Notice of Partial Small Business Set?Aside (TUNE 2003) (15 U.S.C. 644). (ii) Alternate I (OCT 1995) of 52219-7. 38 Page 19 of 33 Alternate II (MAR 2004) of 52.219-7. (12) 52219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 and 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. (ii) Alternate 1 (OCT 2001) of 52.219?9 Alternate 11 (OCT 2001) of 52.21 9-9. (iv) Alternate [11(1le 2010) of 52.219-9. (14) 52219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). (15) 52219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate 1 (JUNE 2003) of 52219-23. (17) 52219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103?355, section 7102, and 10 U.S.C. 2323). (18) 52219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (19) 52219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 (20) 52219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. A (21) 52.222-3, Convict Labor (JUNE 2003) (13.0. 11755). (22) 52.222-19, Child Labor?COOperation with Authorities and Remedies (JUL 2010) (ED. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (24) 52.22226, Equal Opportunity (MAR 2007) (no. 11246). g; (25) 52.22235, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). A (26) 52222-36, Af?rmative Action for Workers with Disabilities (OCT 2010) (29 39 Page 20 of 33 U.S.C. 793). (27) 52.222 40, Noti?cation of Employee Rights Under the National Labor Relations Act (DEC 2010) (13.0. 13496). (28) 52222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (29) 52222-54, Employment Eligibility Veri?cation (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-dre-shelf items or certain other types of commercial items as prescribed in 22.1803.) (30) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. (Not applicable to the acquisition of commercially available off-the?shelf items.) (ii) Alternate I (MAY 2008) of 52 223 -9 (42 U.S.C. (Not applicable to the acquisition of commercially available off?the-shelf items.) (31) 52.223-15, Energy Ef?ciency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.223-16, 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (ED. 13423) (ii) Alternate I (DEC 2007) of 52.223-16. . A (33) 52223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E0. 13513). (34) 52.225-1, Buy American Actnsuppnes (JUNE 2003) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act?Free Trade Agreements?lsraeli Trade Act (JUN 2009) (41 U.S.C. 10a- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-233, and 110-138). (ii) Alternate I (JAN 2004) of 52.225-3. Alternate 11 (JAN 2004) of52.225-3. (36) 52225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 42L (37) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Of?ce of Foreign Assets Control of the Department of the Treasmy). (3 8) 52226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). 40 Page 21 of 33 (39) 52226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (40) 52232-29, Terms for Financing of Purchases of Commercial Items (F EB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) (41) 52232-30, Installment Payments for Commercial items (OCT 1995) (41 U.S.C. 255(1), 10 U.S.C. 23076)). - (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (43) 52 232?34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) (44) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). (45) 52239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). 52247-64, Preference for Privately Owned U.S.-F lag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and, 10 U.S.C. 2631). 7 . (ii) Alternate 2003) of 52247-64. The Contractor shall comply with the PAR clauses in this paragraph applicable to commercial services, that the Contracting O?icer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) (1) 52222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (2) 52222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). (3) 52222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). (4) 52222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (SEP. 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) (5) 52 222-5 1 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-?Requirements (Nov 2007) (41 U.S.C. 351, et seq). (6) 52222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services- Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 41 Page 22 of 33 (7) 52226-6, Promoting Excess Food Donation to Nonpro?t Organizations (Mar 2009) (Pub. L. 110-247). (8) 52.237-11, Accepting and DiSpensing of $1 Coin (SEP 2008)(31 U.S.C. Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simpli?ed acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its of?ces at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after ?nal payment under this contract or for any shorter period speci?ed in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting ?nal termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are ?nally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (1) Notwithstanding the requirements of the clauses in paragraphs and of this clause, the Contractor is not required to ?ow down any FAR clause, other than those in this paragraph (e)(l)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? 52.203?13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (13.0. 11246). 52222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Af?rmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.22240, Noti?cation of Employee Rights Under the National Labor Relations Act (DEC 2010) (13.0. 13496). Flow down required in accordance with paragraph of FAR clause 52222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq). 42 Page 23 of 33 (ix) 52.222-50, Combating Traf?cking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate 1 (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment?Requirements (Nov 2007) (41 U.S.C. 351, et seq). (xi) 52222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services? Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Veri?cation (JAN 2009). 52.226-6, Promoting Excess Food Donation to Nonpro?t Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph of FAR clause 52.247 -64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252?1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Of?cer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identi?er and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at thisi?these address(es): FAR Quick Reference: .?ntm DFARS Quick Reference: (End of provision 52.252?2 CLAUSES BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Of?cer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Quick Reference: http://farsitehilLafmil/vffarl .htrn DFARS Quick Reference: 43 Page 24 of 33 (End of clause) 252211?7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) De?nitions. As used in this clause' Automatic identi?cation device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identi?er means? (1) For items that are serialized within the enterprise identi?er, the linking together of the unique identi?er data elements in order of the issuing agency code, enterprise identi?er, and unique serial number within the enterprise identi?er, or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identi?er data elements in order of the issuing agency code; enterprise identi?er; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data quali?er means a speci?ed character (or string of characters) that immediately precedes a data ?eld that de?nes the general category or intended use of the data that follows. recognized unique identi?cation equivalent? means a unique identi?cation method that is in commercial use and has been recognized by BOB. All recognized unique identi?cation equivalents are listed at DOD unique item identi?cation means a system of marking items delivered to with unique item identi?ers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identi?er, the unique item identi?er shall include the data elements of the enterprise identi?er and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identi?er, the unique item identi?er shall include the data elements of the enterprise identi?er, the original part, lot, or batch number; and the serial number. Enterprise means the entity a manufacturer or vendor) responsible for assigning unique item identi?ers to items. Enterprise identi?er means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means-- (I) For ?xed-price type line, subline, or exhibit line items, the unit price identi?ed in the contract at the time of delivery; (2) For cost?type or unde?nitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor?s estimated fully burdened unit cost to the Government at the time of delivery. - Page 25 of 33 Issuing agency means an organization responsible for assigning a non?repeatable identi?er to an enterprise Dun Bradstreet's Data Universal Numbering System (DUNS) Number, Company Pre?x, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identi?er. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. . Machine-readable means an automatic identi?cation technology media, such as bar codes, contact memory buttons, radio frequency identi?cation, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identi?er or recognized unique identi?cation equivalent. Serial number within the enterprise identi?er means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the di?erentia?on of that item ?om any other like item within a part, lot, or batch number assignment Serialization within the enterprise identi?er means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identi?er. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch. number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identi?er. Unique item identi?er means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identi?er or a recognized unique identi?cation equivalent. Unique item identi?er type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identi?er types is maintained at The Contractor shall deliver all items under a contract line, subline, or exhibit line item. Unique item identi?er. (1) The Contractor shall provide a unique item identi?er for the following: All delivered items for which the Government?s unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: W911W4-11-T-0107 Page 26 of 33 Contract line, subline, or exhibit line item No. Item description CLIN 0001 3 Subassemblies, components, and parts embedded within delivered items as speci?ed in Attachment Number (2) The unique item identi?er and the component data elements of the unique item identi?cation shall not change over the life of the item. (3) Data syntax and semantics of unique item identi?ers. The Contractor shall ensure that?- The encoded data elements (except issuing agency code) of the unique item identi?er are marked on the item using one of the following three types of data quali?ers, as determined by the Contractor: (A) Application Identi?ers (AIS) (Format Indicator of International Standard 15434), in accordance with International Standard 15418, Information Technology--EAN/UCC Application Identi?ers and Fact Data Identi?ers and Maintenance and ANSI MH 10.8.2 Data Identi?er and Application Identi?er Standard. (B) Data Identi?ers (DIS) (Format Indicator 06 of International Standard 15434), in accordance with International Standard 15418, Information Technology--EAN/UCC Application Identi?ers and Fact Data Identi?ers and Maintenance and ANSI MH 10.8.2 Data Identi?er and Application Identi?er Standard. (C) Text Element Identi?ers (TEIs) (Format Indicator 12 of International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identi?er conform to the transfer structure, syntax, and coding of messages and data formats speci?ed for Format Indicators 05, 06, and 12 in International Standard 15434, Information Technologu'l'ransfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identi?er. The Contractor shall-- (A) Determine whether to? Serialize within the enterprise identi?er, (2) Serialize within the part, lot, or batch number; or (3) Use a recognized unique identi?cation equivalent; and (B) Place the data elements of the unique item identi?er (enterprise identi?er; serial number; recognized unique identi?cation equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph of this clause, based on the criteria provided in the version of MIL-STD-130, Identi?cation Marking of US. Military Property, cited in the contract Schedule. (ii) The issuing agency code?- (A) Shall not be placed on the item; and (B) Shall be derived from the data quali?er for the enterprise identi?er. 46 Page 27 of 33 For each item that requires unique item identi?cation under paragraph or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report speci?ed elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identi?er. (2) Unique item identi?er type. (3) Issuing agency code (if concatenated unique item identi?er is used). (4) Enterprise identi?er (if concatenated unique item identi?er is used). (5) Original part number (if there is serialization Within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identi?er is used). (10) Governments unit acquisition cost. (1 1) Unit of measure. For embedded subassemblies, components, and parts that require unique item identi?cation under paragraph of this clause, the Contractor shall report as part of, or associated with, the Material inspection and Receiving Report speci?ed elsewhere in this contract, the following information: (1) Unique item identi?er of the parent item under paragraph of this clause that contains the embedded subassembly, component, or part. (2) Unique item identi?er of the embedded subassembly, component, or part. (3) Unique item identi?er type. (4) Issuing agency code (if concatenated unique item identi?er is (5) Enterprise identi?er (if concatenated unique item identi?er is used (6) Original part number (if there is serialization within the original part number)" (7) Lot or batch number (if there is serialization within the lot or batch number)? (8) Current part number (optional and only if not the same as the original part number (9) Current part number effective date (optional and only if current part number is used)? (10) Serial number (if concatenated unique item identi?er is used)? (11) Description. 47 Page 28 of 33 Once per item. The Contractor shali submit the information required by paragraphs and of this clause in accordance with the data submission procedures at submission_information.html. Subcontracts. Ifthe Contractor acquires by subcontract, any item(s) for which unique item identi?cation is required in accordance with paragraph of this clause, the Contractor shall include this clause, including this paragraph in the applicable subcontract(s). (End of clause) 252212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2011) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52203-3, Gratuities (APR 1984) (10 U.S.C. 2207). The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.203 -7000, Requirements Relating to Compensation of Former DOD Of?cials (JAN 2009) (Section 847 (2) 252205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) 252219-7003, Small Business Subcontracting Plan Contracts) (OCT 2010) (15 U.S.C. 637). (4) 252219?7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). 252225?7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (ii) Alternate I (DEC 2010) of 252225-7001. (6) 252225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 253 3b). (7) 252225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (8) 252225-7012, Preference for certain Domestic Commodities (JUN 2010) (10 U.S.C. 25333). (9) 252225-7015, Restriction on Acquisition of Hand or Measuring Tools (IUN 2005) (10 U.S.C. 2533a). 48 1-T-0107 Page 29 of33 (10) 252225-7016, Restriction on Acquisition of Ball and Roller Bearings (DEC 2010) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DOD appropriations acts). (11) 252225-7021, Trade Agreements (NOV 2009) (19 U.S.C. 2501 -2518 and 19 U.S.C. 3301 note)- (ii) Alternate 1 (SEP 2008) Alternate 11 (DEC 2010) of 252 .225 -702 1. (12) 252225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) 252225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). 252225-7036, Buy American Act?Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and i9 U.S.C. 3301 note). (ii) Alternate 1 (JUL 2009) of 252225-7036. Alternate 11 (DEC 2010) of 252225-7036. (iv) Alternate (DEC 2010) of 252.225 -703 6. (15) 252.225-703 8, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) 252226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises. and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts). (17) 252227-7015, Technical Data?Commercial Items (MAR 2011) (10 U.S.C. 2320). (18) 252227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) 252232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) 252237?7019, Training for Contractor Personnel interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108?375). (21) 25 2.23 7-70 10, Prohibition on interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 ofPub. L. 111-84). (22) 252243-7002, Requests for Equitable Adjustment (MAR 1993) (10 U.S.C. 2410). (23) 252246-7004, Safety of Facilities, In?asmicture, and Equipment for Military Operations (OCT 2010) (Section 807 of Public Law 111-84). . (24) 252247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). 252247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 49 Page 30 of33 (ii) Alternate I (MAR 2000) of 252.247-7 023. Alternate ll (MAR 2000) of 252247-7023. (iv) Alternate Ill (MAY 2002) of 252247-7023. (26) 252247-7024, Noti?cation of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). In addition to the clauses listed in paragraph of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items clause of this contract (FAR the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.23 7-7010, Prohibition. on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (2) 252.23 7-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.24 7-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252247-7024, Noti?cation of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the fol/o wing method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. Wide Area War/(flow (WA WF) (see instructions below) Web In voicing System American National Standards Institute X. 12 electronic data interchange (EDI) formats (http://wmefZ ore and diasmil/ecedi) Other (please special) DFAS FCC and Phone: W911W4-11-T-0107 Page 31 of33 WA is the preferred method to electronically process vendor request for payment. This application allows 000 vendors to submit and track In voices and Receipt/Acceptance documents electronically Contractors electing to use WA WF shall register to use WA WF at eb.mi/ and (it) ensure an electronic business point of contact (P0 C) is designated in the Central Contractor Registration site at gov within ten {10) calendar days after award of this contract/order. WA WF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (0 PAS) 0M at (800) 553-0527 or faxed to (877) 5 75-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The fol/o wing codes and information will be required to assure successful flow of WA WF documents. TYPE OF DOCUMENT [Check the appropriate block] Commercial Item Financing Construction Invoice (Contractor Only) _I_r1vo_lc_e(Contractor Only) Invoice and Receiving Report (COMBO) Invoice as 2-in-7 {Services Only) El Performance Based Pa vment (Government Only) Progress Pa vment (Government Only) Cost Voucher (Government Only) Receiving Report (Government Only) W911W4-11-T-0107 Page 32 of33 Receiving Report With Unioue identification (UID) Data (Government Only) UID is a new globally unique ?part identi?er containing data elements used to track 000 parts through their life cycle. Summary Cost Voucher (Government Only) CA GE CODE: [Enter Contractor Cage Code here] ISSUE ADMIN c: [weer/t] SHIP TO c: LOCAL PROCESSING OFFICE PA YMENT FISCAL STA TIOIV CODE: [30093] EMA IL POINTS OF (Use Group e-mait accounts if applicable) INSPECTOR: ACCEPTOR: RECEIVING CONTRA CTA DMINISTRA roe: ?0 CONTRACTING A 00/ CON TA T: Enter email address(es) here] CONTRACTING OFFICER: 52 W9llW4?11-T?0l07 Page 33 of33 Contractor Code of Business Ethics and Conduct (Jan 2009) a. Contractors must disclose, in writing, to the agency Of?ce of the Inspector General (OIG), with a copy to the Contracting Of?cer, The address for the Department of Defense Inspector General certain information set forth in the clause at FAR 52.203-13, Contractor Code of Business Ethics and Conduct when whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed- (A) A violation of Federal criminal law involving ??aud, con?ict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or (B) A violation of the civil False Claims Act (31 U.S.C. 3729-3 733). b. The contractor must send such information to the InsPector General for the Department of Defense at the following address: Of?ce of the InsPector General Department of Defense Investigative Policy and Oversight Contractor Disclosure Program 400 Army Navy Drive Suite 1037 Arlington, VA 22202-4704 Toll ?ee number: 866-429-8011 0'1 (0 I I REPORT SMALL BUSINESS COORDINATION RECORD 1. If?. (Optiomi? 2. PURCHASE REQUEST 3, TOTAL ESTIMATED VALUE 4. SOLICITATION NOJCONTRACT ?9 f} REOLIISITION NO. {Including options) . MODIFICATION N0. Lg} Ur LI i, 0397001 3. NAME Ears: Middle InitiaU (.0 OFFICE SYMBOL c. TELEPHONE (Include Area Code) In 6. ITEM DESCRIPTION (Including quan?ry] Ga. FEDERAL SUPPLY CLASSISERVIOE CODE 7025 This is for Ihc acquisition of a on FOTI Belvoir, VA. 3 7. TYPE OF COORDINATION (X one) 8. SMALL BUSINESS SIZE STANDARD INITIAL CONTACT a, NORTH AMERICAN INDUSTRY CLASSIFICATION b. NO. or EMPLOYEES c. DOLLARS MODIFICATION I I WITHDRAWN. SYSTEM C095 9. RECOMMENDATION as applicabfe) 10. ACQUISITION HISTORY (X one} YES NO recommendations are "No, ?plain in Remarks} a. FIRST TIME BUY - 3. SECTION 8(a) {x one} D. PREVIOUS ACQUISITION (X all that apply) I1) COMPETITIVE I I I2) SOLE SOURCE SECTION 8(a) b. SMALL DISADVANTAGED (SOB) SET-ASIDE 1 I2) SDB SET-ASIDE c. HISTORICALLY BLACK COLLEGES AND SET-ASIQE MINORITY INSTITUTIONS SET-ASIDE 0 (Us! percentage) (4) SB SET-ASIDE d. SMALL BUSINESS (SB) SET-ASIDE (Listporcmtage) 9" OTHER {Specny} e. EMERGING SMALL BUSINESS SET-ASIDE (6) Two OR MORE RESPONSIVE $8 OFFERS ON PRIOR ACQUISITION f. EVALUATION PREFERENCE FOR 5085 I7) OR MORE SOB OFFERISI WITHIN 10% OF g_ HUBZONE 5513?s?); AWARD PRICE OF PRIOR ACQUISITION h. HOBEONE SOLE SOURCE '7 - WOMAN OWNED 58 i. HUBZONE PRICE EVALUATION PREFERENCE (9) SERVICE-DISABLED VETERAN $8 1. SB PROGRESS PAYMENTS 12. SUBCONTRACTING PLAN 7 {x one) REQUIRED one) 1.3. SYNOPSIS REQUIRED (x one) (If "No, cite FAR 5.202 exception14. REMARKS i This is for The acquisition Of a 1 on Eon Bcivnir, VA. For details to this requirL-ment please refer to under Tab 15. REVIEWED BY SMALL BUSINESS ADMINISTRATION (SBA) 16- LOCOL USE REPRESENTATIVE 3. NAME (Last, First, mauve Initial) b. SIGNATURE c. DATE SIGNED 17. CONTRACTING OFFICER (X one) 13. SMALL BUSINESS SPECIALIST concuas I I VZI CONCURS I I APPEALS a. RECOMMENDATIONS {Documnt rejections on reverse side} NOTE: Any change in the acquisition Dian this coordination record describes will require Tatum for re-evaluation by the SB specialist. b. NAME (Last. First. MIddfelnr?tiaI?} a. NAME (Last; First. Middle Initial) LO SIGNATURE 6. DATE SIGNED b. ?7 c. DATE SIGNED (FORM 2579, DEC 2000 PREVIOUS EDITI A?mwessmmo 42- Date ROUTING AND TRANSMITTAL SUP 24 Feb 11 To: (Name; of?ce symboi, room number, Initials . Date building, Agency/Post) animating Of? cer, KO Review, ENSCOM DOC Smali Business Speciaiist, SBS Review, INSCOM 2. blo gr: 51f"- ,7 is; 5 Wm"; II. 5. Action Hie Note and Return Appmva! For Cteamnce Per Conversation As Requesked For Correction Prepare Reply Circuiate For Your Information . See Me Comment . investigate Signature . Coordination Jus?fy DD Form 2579 REMARKS Reviewers, Please review and Sign DD Form 2579, so I can soiicit contractor for requirement. Note: This is a classi?ed buy, so there are no details typed on this routing sheet, because this is an unsecure siteif" Wimmx 1 "3?1 .5 ?1 ?r bLo 1(0?307/ 0&9 DO NOT use this form as 3 RECORD of appmvals, concurrenees. disposais, Clearances, and similar actions (Name. om. svmbof. Agency/Post) Room No. -Bldg. (0 Phone No. (D OPTIONAL FORM 41. (Rev. 1-94) Prescribed by GSA FPMR CPR) 101-11206 APB PE 55 SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12REQUISITION NUMBER PAGE 1 OF 15 2 CONTRACT NO. WQ11W4-11-P-0065 a. DATE 20-Apr-201 1 4. ORDER NUMBER 5. SOUCITATION NUMBER 12 7. FOR SOLICITATION 8. NAME INFORMATION CALL 5. SOUCITATION ISSUE DATE 30-Mar-201 1 TELEPHONE NI IMBER (NO Cdlecf Calls) Into a. OFFER DUE TIME 12:00 PM 07 Apr 2011 9. ISSUED BY CODE Im11w4 CDR. HOUSAINSCOM 8825 BEULAH ST. FORT BELVOIR VA 22060-5246 FAX: b4 10. THIS ACQUISITION IS UNRESTRICTED 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED FOR SEE SCHEDULE 12. DISCOUNT TERMS Net 30 Days 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING VET-OWN ED SB EMERGING SB SIZE STD: NAICS: 443130 14. METHOD OF SOLICITATION DIFB Dana ?15. DELIVER TO CODE I 16. AD MI STERED BY CODE I AN NAPOLI MD 21401-3271 FACILITY TEL. (443) 949-7470 CODE I SEE SCHEDULE SEE ITEM 9 CODE 18a. PAYMENT WILL BE MADE BY CODE HQOSOZ USA, LLC ID DFAS-ROME I VENDOR 553?0527 1997 ANNAPOLIS EXCHANGE PKWY STE 30 325 BROOKS ROAD ROME NY 13441-4527 1Tb. CHECK IF IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 1Ba. UNLESS BLOCK BEOW IS CHECKED SEE 19. NO. 20. SCHEDULE OF SERVICES 21. QUANTITY 22. UNIT 23. PRICE 24. AMOUNT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA See Schedule 26. TOTAL AWARD AMOUNT (For Govt. Use Oniy) LI . 27b. ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. ADDENDA DAREDARE NOT ATTACHED ADDENDA DARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 30a. SIGNATURE OF COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. 29. AWARD OF CONTRACT: REFERENCE 20110152 OFFER DATED 31-Mar-2011 YOUR OFFER ON SOLICITATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN. IS ACCEPTED AS TO ITEMS: SEE SCHEDULE STATES OF MERICA 31C. SIGNED El?Apr-C?Oll bLo- 3Db. NAME AND OF (TYPE 0R PRINT) 300. DATE SIGNED 31b. NAME or OFFICER (rm ox yam-u AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV 3l2005) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA FAR (48 CFR) 53.212 58 SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS PAGE2 OF15 (CONTINUED) 19. ITBVI NO. 20. SCHEDULE OF SERVICES 21. QUANTTIY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED ACCEPTED, AND CONFORMS To THE CONTRACT. EXCEPT AS NOTED: 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 325. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32a. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 35. PAYMENT 37. CHECK NUMBER CORRECT FOR COMPLETE PARTIAL FINAL IFINAL 38. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUMBER 40. PAID BY 41a. CERTIFY THIS ACCOUNT IS CORRECT AND PROPER 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 416. DATE FOR PAYMENT 42a. RECEIVED BY (Print) 42b. RECEIVED AT (Location) 426. DATE 42d. TOTAL CONTAINERS AUTHORIZED FOR LOCAL PREVIOUS EDITION IS NOT USABLE 5? STANDARD FORM 1449 (REV 3/2005) BACK Hescribed by GSA FAR (48 CFR) 53.212 Section SF 1449 - CONTINUATION SHEET ITEM NO 0001 ITEM NO 0002 QUANTITY UNIT 5 Each COLLET PN: FOB: Destination PURCHASE REQUEST NUMBER: W23BFK10627001 ACRN AA W23BFK106270010001 QUANTITY UNIT bi ac OLLET PN: FOB: Destination PURCHASE REQUEST NUMBER: W23BFKIO627001 ACRN AA W2SBFK106270010002 (J1 UNIT PRICE NET AMT UNIT PRICE NET AMT W911W4-11-P-0065 Page 3 of 15 1+ AMOUNT 1311 Ll? AMOUNT W911W4-11-P-0065 Page 4 of 15 I, ITEM NO QUANTITY UNIT UNIT PRICE AMOUNT 0003 - 5 Each . FOB: Destination PURCHASE REQUEST NUMBER: W23BFK10627001 NET AMT ACRN AA b4 W238FK106270010003 ITEM NO QUANTITY UNIT UNIT PRICE . AMOUNT 0004 5 Kit b3 FOB: Destination PURCHASE REQUEST NUMBER: W23BFK10627001 NET AMT b4 ACRN AA W23BFK106270010004 (D Page 5 of IS ITEM NO QUANTITY UNIT UNIT PRICE AMOUNT 0005 5 Kit H, FOB: Destination PURCHASE REQUEST NUMBER: W238FK10627001 NET AMT H, ACRN AA W23BFK106270010005 INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 5 3 ACCT W23BFK W23W8C W23BFK - BLDG 712, SUITE 1, 980} [9 ROAD FORT BELVOIR VA 22060-5435 FOB: Destination 0002 0 5 (SAME AS PREVIOUS LOCATION) W911W4-1I-P-0065 FOB: Destination 60 l-P-0065 Page 6 of 15 0003 01-JUN-2011 5 (SAME AS PREVIOUS LOCATION) W23BFK FOB: Destination 0004 01-IUN-2011 5 (SAME AS PREVIOUS LOCATION) W23BFK FOB: Destination 0005 01-JUN-2011 5 (SAME AS PREVIOUS LOCATION) W23BFK FOB: Destination ACCOUNTING AND APPROPRIATION DATA CIN msarmoszvomoom: W23BFK106270010002: CIN CIN CIN W238FK106270010005: CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.252?2 Clauses Incorporated By Reference FEB 1998 252203-7000 Requirements Relating to Compensation of Former JAN 2009 Of?cials 252232-7003 Electronic Submission of Payment Requests and Receiving MAR 2008 Reports CLAUSES INCORPORATED BY FULL TEXT CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Traf?cking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52222-50 (22 U.S.C. 7104(g)). (2) 52233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 61 W911W4-11-P-0065 Page 7 of 15 The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Of?cer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) 52203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Altemate 1 (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.203-13. Contractor Code ofBusiness Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 1 11-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52.204?10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52204-1 1, American Recovery and Reinvestment Act?RepOrting Requirements (JUL 2010) (Pub. L. 111-5). 52 209-6, Protecting the Governments Interest When Subcontracting ContraCtors Debarred, S?uspended,? or Proposed for Debann'ent (DEC 2010) {31 U. 6101 note) (Appiies to contracts 'over $30 ,000) {th applicabie to subcontracts for the acquiSition of commercial-1y avaiiabie o??ethe-sheif items). (7) 52219-3. Notice of Total Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). (8) 52219-4. Notice of Price Evaluation Preference for Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (9) [Reserved]. 52.219-6. Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii) Alternate 1 (OCT 1995) of 52.219-6. Alternate 11 (MAR 2004) of 52.219-6. 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii) Alternate 1 (OCT 1995) of 52.219-7. Alternate (MAR 2004) of 52.219-7. (12) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 and W911W4-11-P-0065 Page 8 of 15 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. (ii) Alternate 1 (OCT 2001) of 52.219-9 Alternate II (OCT 2001) of 52.219-9. (iv) Alternate (JUL 2010) of 522193. (14) 52.219-14. Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). (15) 52.219?16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concems (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate 1 (JUNE 2003) of 52.219-23. 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (18) 52.219-26, Small Disadvantaged Business Participation Program-~1ncentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (19) 52.219-27, Notice of Total Service?Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 (20) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. (21) 52222-3, Convict Labor (JUNE 2003) (E0. 11755). (22) 52.222-19. Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E0. 13126). (23) 52.222-21. Prohibition of Segregated Facilities (FEB 1999). (24) 52.222-26, Equal Opportunity (MAR 2007) (ED. 11246). (25) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (26) 52.222-36, Af?rmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 63 Page 9 of 15 (27) 52222-40, Noti?cation of Empioyec Rights Under the Nationai Labor Relations Act (DEC 2010) (E0. 13496). (28) 52.222-37, Employment Reports on Veterans (SEP 2010) (?38 U.S.C. 4212). (29) 52.222-54, Employment Eligibility Veri?cation (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (30) 52.223-9. Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (MAY 2008) of 52223-9 (42 U.S.C. (Not applicable to the acquisition of commercially available o?-the-shelf items.) (31) 52.223-15. Energy Ef?ciency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.223-16, 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E0. 13423) (ii) Alternate 1 (DEC 2007) of 52.223-16. . (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E0. 13513). (34) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. lOa?lOd). 52.225-3, Buy American Act?-Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (JAN 2004) of 52.225-3. Alternate 11 (JAN 2004) of 52.225?3. (36) 52225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (37) 52.225-13, Restrictions on Certain Foreign Purchases (IUN 2008) (E.O.'s, proclamations, and statutes administered by the Of?ce of Foreign Assets Control of the Department of the Treasury). 64 lW4-l l-P-0065 Page 10 of15 (38) 52226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (39) 52226-5. Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (40) 52.232-29. Terms for Financing ofPurchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f). 10 U.S.C. 2307(1)) 52.232?30. Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f). 10 U.S.C. (42) 52.232-33, Payment by Electronic Funds Transfer?-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (43) 52.232-34. Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) (44) 52.232-36. Payment by Third Party (FEB 2010) (31 U.S.C. 3332). (45) 52239?1. Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). 52.247?64, Preference for Privately Owned Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (APR 2003) Of52.247-64. The Contractor shall comply with the PAR clauses in this paragraph applicable to commercial services, that the Contracting Of?cer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Of?cer check as appropriate.) (1) 52222-4], Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (2) 5222242, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 65 Page 11 oflS (5) 52222-5]. Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration. or Repair of Certain Equipment??Requirements (Nov 2007) (41 U.S.C. 351. et seq.). (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements (FEB 2009) (41 U.S.C. 351, et seq.). - (7) 52226-6. Promoting Excess Food Donation to Nonpro?t Organizations (Mar 2009) (Pub. L. 110?247). (8) 52.237-11, Accepting and Dispensing of$l Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simpli?ed acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its of?ces at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after ?nal payment under this contract or for any shorter period speci?ed in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting ?nal termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are ?nally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (1) Notwithstanding the requirements of the clauses in paragraphs and of this clause, the Contractor is not required to ?ow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the ?ow down shall be as required by the clause? 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) ('15 U.S.C. 637(d)(2) and in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. Reserved. (iv) 52222-26, Equal Opportunity (MAR 2007) (13.0. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). W91 1W 4-1 Page 12 of 15 (vi) 52.222-36. Af?rmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52222-40. Noti?cation of Employee Rights Under the National Labor Relations Act (DEC 2010) (E0. 13496). Flow down required in accordance with paragraph of FAR clause 52222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Traf?cking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate 1 (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption ?'om Application of the Service Contract Act to Contracts for Certain Services-- Requirements (FEB 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). 52.226-6, Promoting Excess Food Donation to Nonpro?t Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631 Flow down required in accordance with paragraph of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting O?icer, the contract administration o?ce, and the payment office. Wide Area Workflow (WA WF) (see instructions below) El Web Invoicing System El American National Standards Institute (ANSI) X. 12 electronic data interchange (EDI) formats 2.0Lg and Other (please specify) 67 Page 13 0f15 DFAS POC and Phone: WA WF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WA WF shall (I) register to use WA WF at and (it) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at within ten (10) calendar days after award of this contract/order. WA WF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service ROME at 1-800-553-052 7. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. he following codes and information will be required to assure successful ?ow of WA WF documents. TYPE OF DOCUMENT [Check the appropriate block] [3 Commercial Item Financing [3 Construction Invoice (Contractor Only) (Contractor Only) Invoice and Receiving Report OIVIBOJ Invoice as 2-in-1 (Services Only) Performance Based Payment (Government Only) Proorr= ess Payment (Government Only) Cost Voucher (Government Only) I: Receiving Report (Government Only) Receiving Report With Unique Identification (UID) Data (Government Only) 68 Page 14 of 15 UID is a new globally unique ?part idenrg'?er containing data elements used to track DOD parts through their life cycle. Summarv Cost Voucher (Government Only) CA GE CODE: 6BHN8 ISSUE BY DODAAC: W911 W4 ADMIN BY DODAAC: W911 W4 INSPECT BY DODAAC: W23BFK ACCEPT BYDODAAC: SHIP DODAAC: W23BFK LOCAL PROCESSING OFFICE [Enter LPO DODAAC here if applicable] PAKMENT OFFICE FISCAL STATION CODE: 30093 EMIL POINTS OF CONTACT LISTING: ROME- VENDORPA INSPECTOR: AC EPT OR: RECEIVING OFFICE POC: 6" CONTRACTADAIINISTRATOR: CONTRACTING OFFICER: or more information contacf.? 0R INSCOM-H-29 69 Page 15 of15 Contractor Code of Business Ethics and Conduct (Jan 2009) a. Contractors must disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the Contracting Of?cer, The address for the Department of Defense Inspector General certain information set forth in the clause at FAR 52.203?13, Contractor Code of Business Ethics and Conduct when whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed- (A) A violation of Federal criminal law involving fraud, con?ict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or (B) A violation ofthe civil False Claims Act (31 U.S.C. 3729-3733 . b. The contractor must send such information to the Inspector General for the Department of Defense at the following address: Of?ce of the Inspector General Department of Defense Investigative Policy and Oversight Contractor Disclosure Program 400 Army Navy Drive Suite 1037 Arlington, VA 22202-4704 Toll free number: 866-429?8011 ROUTING AND TRANSMITTAL SLIP To; (Name. of?ce symbol, room number, building, Agency/Post) Contract Speciaiist, Peer Review, INSCOM, IAPC-DOC Data 3 1 Mar 1 i initials Date This is for the review, signature, and reiease of the description box in CLIN 0001, please refer back to 1. Contracting Of?cer, KO Review, INSCOM, IAPC-DOC 2. Procurement Anaiysi, PA Review, MPG-DOC 3. Contracting Of?cer, KO Signature 8: Release, INSCOMAction Fiie Note and Return Approval For Ciearanoe Per Conversa?on As Requested For Correction Prepare Reply For Your information See Me Comment investigate Signature Coordination Justify W91 1W4-1 1 -P-0055 Review REMARKS Reviewers, If there are questions about the extended 3 page three (3) on the soiicitation document. DO NOT use this form as 3 RECORD of approvais. conwrrenees, disposais. FROM: (Name, org, symboi. Agency/Post) DOD TO OF41 APPROVED BY 441989 ciearanees. and similar actions 71 Room No. - Bi?g. Phone No. bio OPTIONAL FORM 41. (Rev. 1-94) Prescribed by GSA (41 CFR) 101-11206 APO PE V1100 .5 iv: xr are-1w 4" a as aha war: war r-rayav?m?wmww wr? rat? a wen-ye aw W?a' 29- a" 5? wt: ?Ar-r3: ?ery-m? :9 7: xv MEMORANDUM FOR: bk) Contract Specialist Subject: Review of Purchase Order Award -3 Description of Requirement: 3 Dollar Amount: Ll? Filed Received by PA on [31 March 11] As a result of this review, the following comments are provided: No issues to note concerning the Purchase Order Award. Ensure all documents th at are in the man an! folder are also in the electronic If you have any questions or comments, please contact the undersigned at X4527 or lab bto Procurefnent DPMS?QniIacto Support INSCOM Directorate of Contracting 72 ?wf?xr?? 135$ 3" 94? a? who? 5 i v" ,r x" was 7?13?! ?I?llinf-W K. 1.1st .I.. ii. i ?l . .4 MEMORANDUM . . Contract Specialist Subject: Review of Solicitation Description of Requirement: bl-l b3 Dollar Amount: Filed Received by PA on, [24 March 11] As a result of this review, the following comments are provided: Tab A-3 Remove the Draft PR. Date the ?Pen and Ink? addition made to the 2579. *3 Add DFARS Clause 252.203 -7000. This is required in all solicitations and resulting contracts. - I site no other issues to note concerning the solicitation. Ensure alI documents that ?re in the manual folder are also in the electronic If you have any questions or contact the undersigned at X4527 or blo ProcanE?f-Maly? DPMS ontraotor Support INS COM Directorate of Contracting I.) [m4 c? . I 39??!23! It! a? .3- rd Afr-a? 11 .a me?- #"Ar ?mrw - 4:9" :w a: :"vr .a an:- pun-7m: a; was? is": af?rm"! 2% 73 ?te ROUTING SLIP . 23 Mar-11 To: (Name, of?ce symbol. room number, Initials Date building, Agency/Post) Contracx Specialist-Peer Review, INSCOM, Contracting Of?cer, KO Review, INSCOM, IAPC-DOC if - Ex 2- #73515 . . I Procurement Analyst, PA Review, INSCOM, IAPC-DOC - [0 Contracting Of?cer, KO Approval 6.: Release, LNSCOM, .7 4 9 a .5. Action - File . Note and Return Approval For Clearance 7 Per Conversation As Requested For Correction Prepare Reply Circulate For Your infoi'ma?on See Me Comment Investigate Signature Coordination Justify W91 I W4-I 1-T-0107 REMARKS ReViewers, 3 This is for the review, approval, and release of the solicitation for requirement. This solicitation will not be released on ASFl-it wili be e-mailed directly to the vendor for quote due to the sensitivity of the requirement All documents DD 2579, Waiver of Synopsis, etc.) have been re?lleWed and signed. DO NOT use this Torin as 3 RECORD of approvals, concurrence-s, disposals. clearances, and similar actions FROM (Name, org. symbol, Agency/Post) Room No. -Bldg. Phone bio bio OPTIONAL FORM (Rev. 1-94) Prescribed by GSA FPMR [41 CPR) 101-11206 APO FE mm 74 24 Mar MEMORANDUM FOR RECORD SUBJECT: Response to Procurement Analyst Review 1. I removed the Draft PR as requested, since I did not have to make any modi?cations to the PR. 2. The pen and ink change on the DD Form 2579 was made by and initialed by bio I do not know when she made the pen and ink change, so I am not dated he: change to this document. 3. I checked the line with DFARS Clause 252203-7000 in DFARS Clause 251.212- bio Coetract Specialist '75 IAPC-DOC 23 Mar 11 MEMORANDUM FOR RECORD SUBJECT: 11-0107 Response to Contracting Of?cer Review 1. I checked DFARS ctause 252227-7015 ?Technical Data?Commercial Items" in DFARS clause 252212?7001 of the solicitation as recommended by a Contracting Of?cer bb during the Contracting Of?cer review. 2. I did not reprint alt 29 pages for the review that wit! be conducted by the Procurement Anatyst (PA) during the PA review. Contract Specialist 76 Freedom of Information Act/Privacy Act Deleted Page(s) Information Sheet Indicated below are one or more statements which provide a brief rationale for the deletion of this page. Information has been withheld in its entirety in accordance with the following exemption(s): It is not reasonable to segregate meaningful portions of the record for release. Information pertains solely to another individual with no reference to you and/or the subject of your request. Information originated with another government agency. It has been referred to them for review and direct response to you. Information originated with one or more government agencies. We are coordinating to determine the releasability of the information under their purview. Upon completion of our coordination, we will advise you of their decision. Other: Duplicate of page 55. DELETED NO DUPLICATION FEE FOR THIS PAGE. Page(s) 77 IAGPA-CSF Form 6-R 1 Sep 93 DEPARTMENT OF THE ARMY STATES ARMY AND secu COMMAND 8825 BEULAH STREET vmemm 22060-5246 30 March 20l 1 MEMORANDUM FOR RECORD SUBJECT: Authority Cited: Federal Acqui?it?ion Regulation (FAR), Subpart entitled items Peculiar to One- Manufacturer. The requirement For multiple extended head color cameras and pinhole iensr?micro lens: kits is available only through sole provider, Cieom, USA, therefore, an intent to sole source memorandum will be posted on Army Single Face to Industry (ASFI) Website for a period of 5 days. The Request for Quote will be sent directly to Cicom, USA. with an offer due date of 07 April 201 l. - bio wit? maim- Date Contract Specialist-Contract Support. Date Contracting Of?cer 78 This is a NOTICE. OF INTENT TO AWARD A SOLE SOURCE CONTRACT using the simpli?ed acquisition procedures of FAR Part 13 to procure multiple extended head color cameras, as well as, pinhole lens kits and micro lens kits in support for INSCOM in the support of ISRA. The Govt intends to award a sole source contract for the above services to Cic-om, USA. 199? Annapolis Exchange Parkway, Suite 300 Annapolis, MD 21403. The Pmposed contract action is for services for which the Government intends to solicit only one source. Under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. DURATION: This requirement will be a one-time purchase. All quotations received within 5 days after date ol?pubiication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed purchase orden?contract based upon responses to this notice is solely Within the discretion of the Govemnient. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. For Speci?c questions, please contact Contract Specialist (Contractor Support DPMS), or (0 phone . Contracting Of?cer: or phone - Interested persons may identify their interest and capability to respond to the requirement not later than 07 April 201 bio ?Contract Of?cer 79 Voucher View Page 1 of 2 SF1034 - EDP PUBLIC VOUCHERS FOR PURCHASES AND SERVICES OTHER THAN PERSONAL US DEPARTMENT, BUREAU, OR DTE VOU PREP VOUCHER NUM ESTABLISHMENT AND LOCATION 05/27/11 122652 DIRECTORATE FOR CEN DISB CONTRACT NO PAID BY CENTER W911W41 1P0055 bio ATTN: ADD . DFAS-IN MAIL STOP #101 PAYMENT NO. 001 05/27/11 8899 E. 56TH STREET 1 PE: FINAL 5570 PAYEE ID CICOM USA NAME 1997 ANNAPOLIS EXCHANGE PAR AND SUITE 300 ADDRESS ANNAPOLIS MD 21401-3294 INV INV. DOC CTL MDSE DAYS INT DATE NUM NUM AMOUNT 5MB FREIGHTAMOUNT 0 2011012201 0.00 0 0.0000%0.00 b1} REMARKS VOUCHER SUBTOTAL: . TAX WITHHELD: 0.00 . EXCHANGE . 11126213948CAPS . WCD. ROV4B 0.00 131-? PREPARED BY: SYS TOTAL PAYMENT: AUT-CER: SCACALA ENTITLEMENT OFFICE ENTITLEMENT OFFICE TELEPHONE NUMBER I CERTIFY THIS VOUCHER CORRECT AND PROPER FOR CHECK PAYMENT 05/27/11 No DIRECTOR SENTRALIZED DATE AUTHORIZED CERTIFYING OFFICER TITLE 123 1 1/9/ 201 1 Voucher View I Page 2 of 2 ACCOUNTING CLASSIFICATION bl CONTRACT CONIPLETION STATEMENT 1. FROM: (ContractAdminisn-ation O?ice) 2a. PII NUMBER CDR. HQUSAINSCOM 2b. LAST MODIFICATION NUMBER 8825 BEULAH ST. FORT BELVOIR VA 22060-5246 2c. NUMBER 4. CONTRACTOR IDENTITY CODE 3 TO: (Name and Address of Purchasing O??ice and Of?ce Symbol of the PC 0. if known) ADDRESS 1+ CDR, HQUSAINSCOM CICOM USA LLC 8825 BEULAH 1997ANNAPOLIS EXCHANGE PKWY STE 30 ANNAPOUS MD FORT BELVOIR VA 22060-5246 5. EXCESS FUNDS F7 YES NO 30-00 27 IN PROCESS 6a. IF FINAL PAYMENT HAS BEEN MADE. COMPLETE 6b. VOUCHER NUMBER 6c. DATE ITEMS AND 6? 122652 27-May-2011 7a. IF FINAL APPROVED INVOICE FORWARDED TO DO. 7b, INVOICE NUMBER 70 DATE FORWARDED OF ANOTHER ACTIVITY AND STATUS OF PAYMENT IS UNKNOWN, COMPLETE ITEMS 7b, and 7c. 8. REMARKS All deliverables received and ?nal payments made. NOTICE OF PHYSICAL COMPLETION DATE OF FINAL ACCEPTANCE: 27-Mav-2011 REASON FOR NAME OF RESPONSIBLE OFFICIAL: DATE SIGNED: 27?May-2011 TARGET DATE FOR ADMIN CLOSEOUT: 27-Aug-2017 9a. ALL ADMINISTRATION OFFICE ACTIONS REQUIRED HAVE BEEN FULLY AND SATISFACTORILY AC OMPLIS HED. TI-HS INCLUDES FINAL SETTLEMENT IN THE CASE OF A PRJC REVISION CONTRACT. 9b TYPED NAME OF RESPONSIBLE OFFICIAL 9c. SIGNATURE 9d. DATE FOR PURCHASING OFFICE USE ONLY 10a. ALL PURCHASING OFFICE ACTIONS REQUIRED HAVE BEEN FULLY AND SATISFACTORILY ACCOMPLISHED. CONTRACT FILE OF THIS OFFICE IS HEREBY CLOSED AS OF: . DATE SHOWN IN ITEM 9d. ABOVE. 0 DATE SHOWN IN ITEM BELOW. more than three months beyond close-out date shown in Item 9d. above. In suc ?nal accomplishment of all purchasing o?ice actions to the contract administration office. (Upon receipt, the contract (check this box only if ?nal completion of any signi?cant purchasing o?ice action extends cases. submit a copy of the completed form upon administration office shall extend its contract file close-out date accordingly. 10b. REMARKS All deliverables received and ?nal payments made. 10c. TYPED NAME OF RESPONSIBLE OFFICIAL 10d. SIGNATURE 106. DATE to 21-Nov-2011 bio DD FORM 1594, FEBTO (EG) REPLACES EDI..-.. . .. .. Havana?uh 82 DEPARTMENT OF THE ARMY UNITED sures ARMY INTELLIGENCE AND SECURITY COMMAND 8825 BEULAH STREET FORT BELVOIR. VIRGINIA 22060-5246 DETERMINATION AND FINDINGS FAR 13.106 FINDINGS I. The contract action is for the purchase of multiple b3 for the i. 902rid Military Intelligence Group with an estimated total price of 2. The quantities represented are for five different articies with quantities of ?ve for each item. 3 b3 . bit 4. This is a sole source requirement and an intent to Soie Source Letter will be posted on Army Single Face to Industry (ASFI) Website. DETERMINATION In accordance with FAR For purchases not exceeding the simpli?ed acquisition threshold, the contracting of?cers may solicit from one source if the Contracting Of?cer determines that the circumstances of the contract action deem only one source reasonably available urgency, exclusive licensing agreements, brand name, or industrial mobilization). bIo Contacting Of?cer UNCLASSIFIEDHW 83 Voucher View Page 1 of?! SF1034 EDP PUBLIC VOUCHERS FOR PURCHASES AND SERVICES OTHER THAN PERSONAL US DEPARTMENT BUREAU, OR DTE VOU PREP VOUCHER NUM ESTABLISHMENT AND LOCATION 02mm 137209 DIRECTORATE FOR CEN DISB CONTRACT NO PAID BY DFAS-INDIANAPOLIS CENTER W911W411POO65 bio ATTN: ADD MAIL STOP #101 PAYMENT NO. 001 00.00/11 8899 E. 56TH STREET TYPE: FINAL 5570 PAYEE ID CICOM USA NAME I997 ANNAPOLIS EXCHANGE PAR AND SUITE 300 ADDRESS ANNAPOLIS MD 21401-3294 INY INV. DOC CTL MDSE DAYS {$13 DATE TM. NUM AMOLNT PREIOHTAMOUNI 201I0210 I 0.00 0 0.0000%0.00 b4? b? 0.00 0 0 00009 00. 00 REMARKS VOUCHER SUBTOTAL: WI TAX WITHHELD: 0.00 I EXCHANGE '7 a. 7 APS ROWIB RATEIDIFFERENCE: 0.00 PREPARED BY: APA TOTAL PAYMENT 00 ?if" AUT-CER: DUI I I ENTITLEMENT OFFICE I I ENTITLEMENT OFFICE TELEPHONE NUMBER I 0 g} I CERTIFY THIS VOUCHER CORRECT AND PROPER FOR CHECK PAYMENT DIRECTOR FOR CENTRALIZED 8330/201 1 CONTRACT COMPLETION STATEMENT 1. FROM: (Contract Administration O?ce) CDR HQUSAINSCOM 8825 BEULAH ST. FORT BELVOIR VA 22060?5246 221. P11 NUMBER 2b. LAST MODIFICATION NUMBER 2c. NUMBER CDK HQUSAINSCOM 8825 BEULAH ST. FORT BELVOIR VA 22060-5246 3_ T0: (Name and Address ofPurchaTing O?ce and Of?ce Symbol of the PC 0. if known) 4, CONTRACTOR IDENTITY CODE AND ADDRESS CICOM USA. LLC 1997 ANNAPOIJS EXCHANGE PKWY STE 30 ANNAPOUS MD 21401-3271 5. EXCESS FUNDS YES NO $0.00 IN PROCESS 63. IF FINAL PAYMENT HAS BEEN MADE. COMPLETE 6b. VOUCHER NUMBER 69 DATE ITEMS 6b.. AND 66. . 137209 18.Aug-2011 IS COMPLETE ITEMS 7b, and 7c. 7a. IF FINAL APPROVED INVOICE FORWARDED TO DO. OF ANOTHER ACTIVITY AND STATUS OF PAYMENT 7b. INVOICE NUMBER 7c. DATE FORWARDED 8. REMARKS NOTICE OF PHYSICAL COMPLETION: ALL DELIVERABLES HAVE BEEN RECEIVED AND FINAL PAYMENT HAS BEEN MADE. DATE OF FINAL ACCEPTANCE: 18?Auu-20 11 REASON FOR DELAY: NAME OF RESPONSIBLE OFFICIAL: DATE SIGNED: 18-Aug-2011 TARGET DATE FOR ADMIN CLOSEOUT: 18-Aug-20 1 4 921. ALL ADMINISTRATION OFFICE ACTIONS REQUIRED HAVE BEEN FULLY AND SATISFACTORILY ACCOMPLISHED. THIS INCLUDES FINAL SETTLEMENT IN THE CASE OF A PRICE REVISION CONTRACT. 9b. TYPED NAME OF RESPONSIBLE OFFICIAL 9c. SIGNATURE 9d. DATE FOR PURCHASING OFFICE USE ONLY . DATE SHOWN IN ITEM 9d. ABOVE. 0 DATE SHOWN IN ITEM BELOW. more than three months beyond close-ou ?nal accomplishment of all purchasing of?ce actions to the contract administration of?ce shall extend its contract ?le close?out date accordingly.)) 1023. ALL PURCHASING OFFICE ACTIONS REQUIRED HAVE BEEN FULLY AND SATISFACTORILY ACCOMPLISHED. CONTRACT FILE OF THIS OFFICE IS HEREBY CLOSED AS OF: (check this box only if ?nal completion of any signi?cant purchasing o?Ice action extends 1 date shown in Item 9d. above. In such cases. submit a copy of the completed form upon administration o?ice. (Upon receipt. the contract 10b. REMARKS ALL DELIVERABLES HAVE BEEN RECEIVED AND FINAL PAYMENT HAS BEEN MADE. 10c. TYPED NAME OF RESPONSIBLE OFFICIAL bb 10d. SIGNATURE DD FORM 1594, FEBTO (E6) 85 I 10c. DATE bio REPLACES EDITIUN u: gun uu Ill-"Uh Ia I i 01 -Sep?20 11