You are on page 1of 150

UNIFORM CONTRACT FORMAT GUIDE (UCFG)

NAVAL FACILITIES ENGINEERING COMMAND 200 Stovall Street Alexandria VA 22332-2300

FEBRUARY 1996

FACILITY SUPPORT CONTRACT UNIFORM CONTRACT FORMAT GUIDE (UCFG) SEALED BID AND NEGOTIATED CONTRACTS TABLE OF CONTENTS P A R T I - THE SCHEDULE Section A Section B Section C Section D Section E Section F Section G Section H Solicitation, Offer, and Award Form (SF-33) ........................................... A-1 Supplies or Services and Prices/Costs ....................................................... B-1 Descrition/Specifications ......................................................................... C-1 Packaging and Marking ........................................................................... D-1 Inspection and Acceptance ...................................................................... E-1 Deliveries or Performance ........................................................................ F-1 Contract Administration Data .................................................................. G-1 Special Contract Requirements ................................................................ H-1 P A R T I I - CONTRACT CLAUSES Section I Section I Contract Clauses - Sealed Bidding ............................................................ I-1 Contract Clauses - Negotiated ................................................................. I-1 P A R T I I I - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS Section J Documents, Exhibits, and Other Attachments .......................................... J-1 P A R T I V - REPRESENTATIONS AND INSTRUCTIONS Section K Section K Section L Section L Section M Section M Representations and Certifications - Sealed Bidding ................................. K-1 Representations and Certifications - Negotiated ....................................... K-1 Instructions, Conditions and Notices to Bidders - Sealed Bidding ............ L-1 Instructions, Conditions and Notices to Bidders - Negotiated .................. L-1 Evaluation Factors for Award - Sealed Bidding ....................................... M-1 Evaluation Factors for Award - Negotiated .............................................. M-1

PART

S E C T I O N

SOLICITATION, OFFER, AWARD FORM

PART

S E C T I O N

SUPPLIES OR SERVICES AND PRICES/COSTS

UNIFORM CONTRACT FORMAT GUIDE PART I - THE SCHEDULE SECTION B: SUPPLIES OR SERVICES AND PRICES/COSTS

TABLE OF CONTENTS PARA NO. B.1 B.2 PAGE NO. B-3

TITLE CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTION AND FACILITY SUPPORT CONTRACTS INCLUDING CONSTRUCTION..................................... INDEFINITE QUANTITY INDIVIDUAL CONTACT LINE ITEM QUANTITIES..................................... EXAMPLES OF SCHEDULES EXAMPLE 1 - FIRM-FIXED PRICE CONTRACT (W/O CONTRACT SUBLINE ITEMS)....... EXAMPLE 2 - FIRM-FIXED PRICE CONTRACT (WITH CONTRACT SUBLINE ITEMS)....... EXAMPLE 3 - INDEFINITE QUANTITY CONTRACT....... EXAMPLE 4 - COMBINATION FIRM-FIXED PRICE AND INDEFINITE QUANTITY CONTRACT....... EXAMPLE 5 - PREPRICED OPTIONS...................

B-4 B-4

B.3

B-6 B-6 B-7 B-8 B-10

PART 1 - THE SCHEDULE SECTION B: SUPPLIES OR SERVICES AND PRICE/COSTS B.1 CONTRACT LINE ITEMS AND CONTRACT SUBLINE ITEMS

a. Bidders shall enter unit prices and amounts for contract line items and contract subline items as indicated in the schedules. b. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid and the total of the contract line item or contract subline item will be recomputed accordingly. The contract line item which includes recomputed contract subline items will also be recomputed to take into account the change in the contract subline item. If the bidder provides a total amount for a contract line item or contract subline item but fails to enter the unit price, the total amount divided by the contract line item or contract subline item quantity will be held to be the intended unit price. *********************************************************************NO TE: In facility support service contracts and facility support combination contracts which contain firm-fixed price work, a schedule of deductions (SOD) is required in accordance with P-68 and clause 5252.246-9300 must be included in the contract. Alternatively, if the firm-fixed portion of the contract requirements can be broken down into contract subline items as a schedule of firm-fixed price work in sufficient detail to support the calculation of deductions to the contract price for unsatisfactory or nonperformed work, a SOD is not required. When an SOD is required, use ALTERNATE I of paragraph B.1c. When an SOD is not required, use ALTERNATE II of paragraph B.1c. ********************************************************************* ALTERNATE I c. The firm-fixed price portion of the contract is supported by a schedule of deductions in Section E. DO NOT SUBMIT THE SCHEDULE OF DEDUCTIONS UNTIL AFTER CONTRACT AWARD. The successful bidder shall complete the schedule of deductions and submit it to the Contracting Officer within fifteen days after date/notice of award. The schedule of deductions and the schedule of indefinite quantity work will be used as the basis of deductions pursuant to "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E. ALTERNATE II c. The schedule of firm-fixed price work and the schedule of indefinite quantity work will be used as the basis of deductions in accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E.

B.2

DAVIS-BACON WAGE DETERMINATIONS IN CONSTRUCTION AND FACILITY SUPPORT CONTRACTS INCLUDING CONSTRUCTION

*********************************************************************NO TE: A facility support service contract with construction work whose term, including options, is more than one year shall contain only one Davis-Bacon wage decision which shall be in effect for the life of the contract. No wage adjustments will be made for the option years; therefore, the offerors shall be given an opportunity to include in their offered price for the option years any possible increases needed for wages. Since this is a significant change from the past, the following notice shall be included in all facility support service contracts with construction work. ********************************************************************* This contract contains only one Davis-Bacon Wage Decision which shall be in effect for the life of the contract. The contractor may include in the offered price for the option years any increase needed for wages or benefits for construction work under the contract. The contractor warrants that the prices in the option years of this contract do not include any allowance for any contingency to cover increased cost for which adjustment is provided under FAR clause 52.217-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment. Offerors are required to segregate Davis-Bacon hours and wages and SCA hours and wages in the payroll records. B.3 INDEFINITE QUANTITY INDIVIDUAL CONTRACT LINE ITEM QUANTITIES

The estimated line item quantities for the indefinite quantity portion of the contract may be unilaterally increased by the Contracting Officer by one unit or 25%, whichever is greater, so long as the total estimated contract price is not exceeded. The Contractor is not obligated to furnish any additional quantity under a line item beyond 125%. Any quantity greater than 125% of the original contract line item may be ordered at the bid price if the Contractor agrees by signing the delivery order. ********************************************************************* NOTE: Examples of schedules for various kinds of contracts follow. Type the schedule directly on Optional Form 336. The numbering system in DFARS 204.7103-2 for contract line items and contract subline items is to be followed. See the "Schedule of Deductions" clause, Section E, for information concerning appropriate use of a schedule of deductions. The contract line items (CLINS) must be worded properly. Each contract subline item is to correspond to an item in the Performance Requirements Summary (PRS). Development of the PRS before the Performance Work Statement (PWS) helps organize the structure of the PWS and coordinates the location of information found in Sections B, C, and J. It also provides an overall snapshot of the work required by the contractor. All of the PWS (Sections B, C, and J) should address the work to be done in the same order and in a logical sequence. This provides reference to all the technical information in the contract

quickly and efficiently. Explanations about the PRS are contained in Section C and tables in Section J. The contractor should be referred to the PRS contained in Section J when preparing the schedule of deductions. The value of the work, for any deduction taken in conjunction with the "Consequences Failure to Perform Required Services" clause contained in Section E, is directly related to the weight assigned to each individual work requirement identified under each contract requirement *********************************************************************

LEGEND AO CH EA MO QO SO SY ANNUAL OCCURRENCE (ONCE EACH YEAR) CRAFT HOUR EACH MONTHLY QUARTERLY (ONCE EVERY 3 MONTHS) SEMIANNUAL OCCURRENCE (ONCE EVERY 6 MONTHS) SQUARE YARD FIRM-FIXED PRICE CONTRACT (W/O CONTRACT SUBLINE ITEMS) SCHEDULE OF FIRM-FIXED PRICE WORK________________ Unit Total Supplies/Services Quantity Unit Price Amount FIRM FIXED-PRICE WORK Price to perform firm fixed-price work in accordance with all the terms of this contract. The Firm Fixed-Price work subject to Service Contract Act Wage Determination rate. PRICE - CONTRACT LINE ITEM 0001 Mo. $ $

EXAMPLE 1

Item No. 0001

EXAMPLE 2

FIRM-FIXED PRICE CONTRACT (WITH CONTRACT SUBLINE ITEMS) SCHEDULE OF FIRM-FIXED PRICE WORK Unit Supplies/Services Quantity Unit Price

Item No. 0001

Total Amount______

FIRM-FIXED PRICE WORK: Price to perform work, including all labor, materials, equipment, supervision, in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0001AA through 0001AB. The Firm-Fixed Price work subject to the Service Contract Act Wage Determination rate only. Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $

0001AA 0001AB

(Continue this pattern for all contact subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 (Contract subline items 0001AA through 0001AB)

EXAMPLE 3

INDEFINITE DELIVERY CONTRACT SCHEDULE OF INDEFINITE DELIVERY WORK Unit Total Supplies/Services Quantity Unit Price Amount SCHEDULE OF INDEFINITE QUANTITY WORK: Price to perform work in accordance with all the terms of this contract. The contract price is the sum of Contract Line Items 0001 through 0003. Mo. (PRS Item No. ) Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $ $ $

Item No.

0001 0002 0003

(Continue this pattern for all contract line items from 0001 through 9999.) TOTAL PRICE FOR CONTRACT LINE ITEM 0001 (Contract Line Items 0001 through 0003) $ _

******************************************************************************** NOTICE TO BIDDERS: Refer to "REQUIREMENTS (OCT 1995) (FAR 52.216-21)", "ORDERING (OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19)" clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC 5252.216.9306)" clause in Section G. ****************************************************************************** ****************************************************************************** NOTICE TO BIDDERS: REFER TO "INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22)", "ORDERING (OCT 1995) (FAR 52.216-18)", and "ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19)" clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC 5252.216.9306)" clause in Section G; and, "MINIMUM AND MAXIMUM QUANTITIES (NAVFAC) (JUN 1994) (FAC 5252.216-9312)" clause in Section H. ****************************************************************************** ****************************************************************************** NOTE: Use the appropriate "NOTICE TO BIDDERS" based on the type of Indefinite Delivery contract. If you are using a "requirements" type contract or an "Indefinite Quantity" type contract, the "Quantity" column should be labeled "Estimated Quantity". ******************************************************************************

EXAMPLE 4

COMBINATION FIRM-FIXED PRICE AND INDEFINITE QUANTITY CONTRACT SCHEDULE OF FIRM-FIXED PRICE WORK

Item No. 0001

Unit Total Supplies/Services Quantity Unit Price Amount FIRM-FIXED PRICE WORK: Price to perform work, including all labor, materials, equipment, supervision, in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0001AA through 0001AD. Mo. (PRS Item No. ) Mo. (PRS Item No. ) Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $ $ $ $ $

0001AA 0001AB 0001AC 0001AD

(Continue this pattern for all contract subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 (Contract subline items 0001AA through 0001AD)

SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO SERVICE CONTRACT ACT WAGES___ Item Estimated Unit Total No. Supplies/Services Quantity Unit Price Amount____ 0002 INDEFINITE QUANTITY WORK: Price to perform indefinite quantity work in the base period accordance with all the terms of this contract. The price of Contract Line Item 0002 is the sum of contract subline Items 0002AA through 0002AB. This work is subject to SCA wage determinations. SY (PRS Item No. 0002AB (PRS Item No. ) ) HR $ $ $ $ _

0002AA

(Continue this pattern for all line items from 0002AA through 0002ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0002 (Contract Line Items 0002AA through 0002AB)

SCHEDULE OF INDEFINITE QUANTITY WORK - SUBJECT TO DAVIS BACON ACT WAGES Item Estimated Unit Total No. Supplies/Services Quantity Unit Price Amount__ 0003 INDEFINITE QUANTITY WORK: Price to perform indefinite quantity work in the base period in accordance with all the terms of this contract. The price of Contract Line Item 0003 is the sum of contract subline Items 0003AA through 0003ZZ. This work subject to DBA wage determinations. MO. (PRS Item No. 0003AB (PRS Item No. ) ) HR. $ $ _ $ $

0003AA

(Continue this pattern for all contract line items from 0003AA through 0003ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0003 (Contract Line Items 0003AA through 0003AC)

****************************************************************************** NOTICE TO BIDDERS: REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITY CONTRACT (JUN 1994) (FAC 5252.216-9310)" clause in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; and "MAXIMUM QUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in Section H. ****************************************************************************** ****************************************************************************** NOTE: If the INDEFINITE QUANTITY (IQ) work includes work subject to Davis-Bacon Act (DBA) requirements and Service Contract Act (SCA), annotate each subline item subject to DBA/SCA or group together line items subject to DBA and those subject to SCA together and identify as shown. ****************************************************************************** ****************************************************************************** NOTE: Ensure options for additional quantities and components have a separate CLIN from the basic requirements, even if the option is for additional quantities of the same item at the same unit price as the basic requirement in accordance with NAVFAC policy letter "Contract Standardization and Process Improvement dated JUL 1994. ******************************************************************************

****************************************************************************** NOTE: Numbering for separately pre-priced options should follow the procedures identified in the previous examples with minor variations. Each schedule must identify the period in which the work is to be performed. ****************************************************************************** EXAMPLE 5 PREPRICED OPTIONS SCHEDULE OF FIRM-FIXED PRICE WORK Item No. 0001 Unit Total Supplies/Services Quantity Unit Price Amount FIRM-FIXED PRICE WORK: BASE PERIOD Price to perform work, including all labor, materials, equipment, supervision, in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0001AA through 0001AC. 0001AA Mo. $ $ (PRS Item No. ) Mo. (PRS Item No. 0001AC (PRS Item No. ) ) Mo. $ $ $ $

0001AB

(Continue this pattern for all subline Items from 0001AA through 0001ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0001 (Contract subline items 0001AA through 0001AC)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES Item Estimated Unit Total No. Supplies/Services Quantity Unit Price Amount___ 0002 INDEFINITE QUANTITY WORK: BASE PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0002AA through 0002AB. This work subject to SCA wage determinations. 0002AA (PRS Item No. 0002AB (PRS Item No. ) ) Mo. $ $ Mo. $ $

(Continue this pattern for all contract line items from 0002AA through 0002ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0002 (Contract Line Items 0002AA through 0002AB)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Estimated Unit No. Supplies/Services Quantity Unit Price 0003

Item Total Amount__

INDEFINITE QUANTITY WORK: BASE PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0003AA through 0003AB. This work subject to DBA wage determinations. Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $

0003AA 0003AB

(Continue this pattern for all contract line items from 0003AA through 0003ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0003 (Contract Line Items 0003AA through 0003AB)

SCHEDULE OF FIRM-FIXED PRICE WORK ____ Item Unit Total No. Supplies/Services Quantity Unit Price Amount __ 0004 FIRM-FIXED PRICE WORK: FIRST OPTION PERIOD Price to perform work, including all labor, materials, equipment, supervision, in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0004AA through 0004AC. 0004AA (PRS Item No. 0004AB (PRS Item No. 0004AC (PRS Item No. ) ) Mo. $ $ ) Mo. $ $ Mo. $ $

(Continue this pattern for all contract subline Items from 0004AA through 0004ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0004 (Contract subline items 0004AA through 0004AC)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT WAGES Estimated Unit No. Supplies/Services Quantity Unit Price 0005

Item Total Amount_

INDEFINITE QUANTITY WORK: FIRST OPTION PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0005AA through 0005AB. This work subject to SCA wage determinations. Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $

0005AA 0005AB

(Continue this pattern for all contract line items from 0005AA through 0005ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0005 (Contract Line Items 0005AA through 0005AB)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Estimated Unit No. Supplies/Services Quantity Unit Price 0006

Item Total Amount__

INDEFINITE QUANTITY WORK: FIRST OPTION PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline items 0006AA through 0006AB. This work subject to DBA wage determinations. Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $

0006AA 0006AB

(Continue this pattern for all contract line items from 0006AA through 0006ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0006 (Contract Line Items 0006AA through 0006AB)

SCHEDULE OF FIRM-FIXED PRICE WORK ____ Item Unit Total No. Supplies/Services Quantity Unit Price Amount 0007 FIRM-FIXED PRICE WORK: SECOND OPTION PERIOD Price to perform work, including all labor, materials, equipment, supervision, in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0007AA through 0007AC. 0007AA (PRS Item No. 0007AB (PRS Item No. 0007AC (PRS Item No. ) ) Mo. $ $ ) Mo. $ $ Mo. $ $

(Continue this pattern for all contract subline Items from 0007AA through 0007ZZ.)

TOTAL PRICE FOR CONTRACT LINE ITEM 0007 (Contract subline items 0007AA through 0007AD)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO SERVICE CONTRACT ACT WAGES Item Estimated Unit Total No. Supplies/Services Quantity Unit Price Amount___ 0008 INDEFINITE QUANTITY WORK: SECOND OPTION PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0008AA through 0008AB. This work subject to SCA wage determinations. Mo. (PRS Item No. 0008AB (PRS Item No. ) ) Mo. $ $ $ $

0008AA

(Continue this pattern for all contract line items from 0008AA through 0008ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0008 (Contract Line Items 0008AA through 0008AB)

SCHEDULE OF INDEFINITE QUANTITY WORK SUBJECT TO DAVIS BACON ACT WAGES Estimated Unit No. Supplies/Services Quantity Unit Price 0009

Item Total Amount_

INDEFINITE QUANTITY WORK: SECOND OPTION PERIOD Price to perform work in accordance with all the terms of this contract. The contract price is the sum of contract subline Items 0009AA through 0009AB. This work subject to DBA wage determinations. Mo. (PRS Item No. ) Mo. (PRS Item No. ) $ $ $ $

0009AA 0009AB

(Continue this pattern for all line items from 0009AA through 0009ZZ)

TOTAL PRICE FOR CONTRACT LINE ITEM 0009 (Contract Line Items 0009AA through 0009AB)

******************************************************************************** NOTICE TO BIDDERS: REFER TO "COMBINATION FIRM-FIXED PRICE/INDEFINITE QUANTITY CONTRACT (JUN 1994) (FAC 5252.216-9310)", "ORDERING (OCT 1995)(FAR 52.216-18)", "ORDER LIMITATIONS (APR 1984) (FAR 52.216-19)" clauses in Section I; "PROCEDURES FOR ISSUING ORDERS (JUN 1994) (FAC 5252.216-9306)" clause in Section G; OPTION TO EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)(FAC 5252.217-9301)" clause in Section I; "MAXIMUM QUANTITIES (JUN 1994) (FAC 5252.216-9313)" clause in Section H; and "EVALUATION OF OPTIONS(JUL 1990) (FAR 52.217-5)" provision in Section M. ********************************************************************************

PART

S E C T I O N

DESCRIPTION/SPECIFICATIONS

PART I - THE SCHEDULE SECTION C: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT TABLE OF CONTENTS

PARA NO. C.1 C.2 C.3 C.4 C.5 C.6 C.7 C.8

TITLE GENERAL REQUIREMENTS.................................. Regular Working Hours............................. DEFINITIONS - TECHNICAL .............................. GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES. CONTRACTOR FURNISHED ITEMS ........................... TECHNICAL REQUIREMENT................................. TECHNICAL REQUIREMENT................................. TECHNICAL REQUIREMENT................................. GENERAL ADMINISTRATIVE REQUIREMENTS................... Directives........................................ Submittals........................................ Station Regulations............................... Fire Protection................................... Environmental Protection.......................... Disposal.......................................... Safety Requirements and Reports................... Passes and Badges................................. Identification of Contractor Employees............ Identification of Contractor Vehicles............. Permits........................................... Combined Contractor Production Report and Contractor Quality Control Report................ Insurance.........................................

PAGE NO. C- 3 C- 3 C- 4 C- 6 C- 7 C- 7 C- 8 C- 8 C- 8 C- 8 C- 8 C- 9 C- 9 C- 9 C-10 C-10 C-10 C-11 C-11 C-11 C-12 C-12

SECTION C:

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

******************************************************************* NOTE TO SPECIFICATION WRITER: This section is provided only to illustrate a suggested general format for the technical specifications, Section C. NAVFAC Guide Performance Work Statements (GPWSs) are available that provide detailed example specifications for a number of technical/functional areas, such as custodial, grounds maintenance, and pest control services. Copies of GPWSs may be obtained from each of the NAVFAC Engineering Field Divisions. Note that a number of paragraphs included in Section C were formally included in other Sections of the NAVFAC Uniform Contract Format Guide ******************************************************************* ******************************************************************* NOTE TO SPECIFICATION WRITER: The GENERAL REQUIREMENTS paragraph defines the overall scope of the contract. It should be carefully written so that if additional work is required, the contract can be modified by an in-scope modification. ******************************************************************* C.1 GENERAL REQUIREMENTS

(1) The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to maintain and repair family housing units and associated utility systems, household equipment, appliances, land areas, and other related real property and facilities in accordance with the contract requirements. Attachment J-C describes the facilities to be maintained in this contract. (2) The Contractor shall provide services for the following functions: (ex) PARAGRAPH C7 C8 C9 FUNCTION Service call work Preventive maintenance of equipment Change of occupancy maintenance

a. Regular Working Hours. The Government's regular (normal) working hours are from 0730 to 1630 Mondays through Fridays except (a) federal holidays and (b) other days specifically designated by the Contracting Officer. (1) Federal Holidays. New Year's Day, Martin Luther Kind, Jr. Day, Presidents Day, Memorial Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day.

C.2

DEFINITIONS - TECHNICAL

******************************************************************* NOTE TO SPECIFICATION WRITER: The DEFINITIONS-TECHNICAL paragraph contains definitions associated with Section C. Definitions should be inserted in alphabetical order. Avoid using acronyms, terms, or titles in Section C which are not identified and defined in this paragraph. Definitions provided herein are not all inclusive and other definitions may be included. Additional definitions can be found in the "DEFINITIONS" clause in Section I. ******************************************************************* 1. Alteration. The work required to adjust interior arrangements, on-base locations, or other physical characteristics of an existing real property facility so that it may be more effectively adapted to or utilized for its designated purpose; categorized as construction. 2. Construction. The erection, installation or assembly of a new real property facility; the addition, expansion, extension, alteration, conversion or replacement of an existing real property facility; or the relocation of a real property facility; including demolition of facility(ies) to be replaced, supporting utilities, roads, parking lot, equipment installed in and made a part of such facilities, related site preparation, excavation, filling and landscaping, or other land improvements. 3. Construction Equipment. All mechanical equipment used in the construction, alteration or repair of buildings, bridges, roads or other kinds of real property and includes, but is not limited to, road rollers, wheel mounted backhoes and loaders, hydraulic excavators, trenchers, plows, street sweepers and brooms, dump trucks, equipment hauling trailers, line striping equipment, brush chippers, portable pumps, air compressors and welders, and mobile weight handling equipment (cranes). 4. Contractor. The term Contractor refers to both the prime Contractor and subcontractors. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract. 5. Contract Discrepancy Report (CDR). A report, sent by the Government to the Contractor which the contractor is required to complete when performance is unsatisfactory. The CDR requires the Contractor to explain to the Contracting Officer, in writing within 10 calendar days, why performance is unsatisfactory, how performance shall be returned to satisfactory levels, and how recurrence of the problem shall be prevented in the future. 6. Contractor Representative. A person(s) designated by the Contractor to be his/her authorized representative. One such person shall serve as the Government's principal point of contact.

7. Davis-Bacon Act (DBA) Work. All individual maintenance and repair jobs equal to or exceeding 32 work hours; all painting work equal to or exceeding 200 square feet in area, change of occupancy work within housing maintenance, boiler overhauls, and individual maintenance and repair jobs in combination with construction and alteration work or with painting equal to or exceeding 200 square feet. 8. Engineered Performance Standards (EPS). A job estimating system developed for the Department of Defense. EPS is the average time necessary for a qualified craftsman working at a normal pace, following acceptable trade methods, receiving capable supervision, and experiencing normal delays to perform defined amounts of work of a specified quality. EPS handbooks are available in electronic format from Naval Facilities Engineering Command Engineering Field Divisions. Attachment J-E contains a list of available EPS handbooks. 9. Facilities. Industrial property for production, maintenance, research, development, or testing, including real property and rights, therein, buildings, structures, improvements, and built-in equipment. 10. Frequency of Service. Unless otherwise noted, services designated with the following frequencies shall be performed at intervals specified: a. Annual (A). Services performed once during each 12 month period of the contract at intervals of 335 to 395 days. b. Semi-Annual (SA). Services performed twice during each 12 month period of the contract at intervals of 160 to 200 calendar days. c. Biennial (BA). Services performed once every 2 years on a date or during the month specified. d. Quarterly (Q). Services performed 4 times during each 12 month period of the contract at intervals of 80 to 100 calendar days. e. Monthly (M). Services performed 12 times during each 12 month period of the contract at intervals of 28 to 31 calendar days. f. Bimonthly (BM). Services performed 6 times during each 12 month period of the contract at intervals of 58 to 63 days. g. Weekly (W). Services performed 52 times during each 12 month period of the contract at intervals of 6 to 8 days. h. Biweekly (BW). Services performed 26 times during each 12 month period of the contract at intervals of 13 to 15 days.

i. Daily (D). Services performed 261 times during each 12 month period of the contract, once each day, Monday through Friday, including holidays unless otherwise noted. 11. Maintenance. Recurring, day-to-day, periodic or scheduled work required to preserve or restore a real property facility to such a condition that it may be effectively utilized for its designated purpose; work undertaken to prevent damage to a facility that otherwise would be more costly to restore. 12. Performance Requirements Summary (PRS). A tabular summary of contract requirements itemized by work requirements (tasks), weight, standards of performance, and MADR which is used by the Government to assess monthly Contractor performance and is the primary basis for deducting for partially performed, unsatisfactorily performed and non-performed work. See attachment J. 13. Quality Assurance (QA) Program. A program implemented by the Government to evaluate the output quality and responsiveness of the Contractor to ensure that the Government receives the services for which public funds are expended. It is emphasized that the government's quality assurance program is not a substitute for the quality control program implemented and administered by the Contractor. 14. Quality Assurance Evaluator (QAE). The Government employee designated by the Contracting Officer to be responsible for the monitoring of Contractor performance. C.3 GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES

********************************************************************* NOTE TO SPECIFICATION WRITER: Government furnished property may include real property or personal property. The specification writer must clearly identify Government furnished facilities, equipment, and material, if any, and provide detailed listings in Section J. Ensure that NAVFAC clause 5252.245-9300 in Section I is properly completed. ********************************************************************* C.3.1 General In accordance with NAVFAC 5252.245-9300, "GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 94)" clause, Section I, the Government will furnish or make available to the Contractor certain Government owned facilities, equipment, materials, and utilities for use in connection with this contract. a. Government Furnished Facilities. The Government will furnish or make available to the Contractor the facilities described in Attachment J-C . b. Government Furnished Equipment. The Government will furnish or make available to the Contractor the tools and equipment listed in Attachment J-C .

c. Government Furnished Material. The Government will furnish or make available the material described in Attachment J-C to the Contractor. d. Availability of Utilities. The Government will furnish utility services as specified in NAVFAC 5252.245-9300, "GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 94) clause, Section I. C.4 C.4.1 CONTRACTOR FURNISHED ITEMS General

Except for items listed in paragraph C3.1, the Contractor shall provide all facilities, equipment, materials, and services to perform the requirements of this contract. a. Materials. The Contractor shall provide new or factory reconditioned parts and components when providing maintenance and repair services as described herein. All replacement units, parts, components and materials to be used in the maintenance, repair, and alteration of facilities and equipment shall be compatible with that existing equipment on which it is to be used; shall be of equal or better quality than original equipment specifications; shall comply with applicable Government, commercial, or industrial standards such as National Board of Underwriters or Underwriters' Laboratories, Inc., National Board of Fire Underwriters, National Electrical Manufacturer's Association, American Society of Mechanical Engineers, etc; shall conform to the applicable specifications listed in Attachment J-C and the technical specifications, Section C; and used in accordance with original design and manufacturer intent. Items not listed in Attachment J-C or technical specifications shall be of acceptable industrial grade and quality. If the original manufacturer has updated the quality of parts for current production, parts supplied under this contract shall equal or exceed the updated quality. C.5 TECHNICAL REQUIREMENT

********************************************************************* NOTE TO SPECIFICATION WRITER: Include general and specific technical requirements for each of the services included in the contract, such as "REQUIREMENTS FOR SERVICE CALL WORK", "GRASS CUTTING", etc. Examples of technical requirements may be found in the NAVFAC GPWSs for a number of different functional areas. The following format may be used in organizing each technical functional requirement. ********************************************************************* C.5.1 C.5.2 GENERAL REQUIREMENTS DEFINITIONS

C.5.3 C.5.4 C.5.5 C.5.6 C.5.7 C.6 C.7 C.8

GOVERNMENT FURNISHED ITEMS CONTRACTOR FURNISHED ITEMS FIXED PRICE WORK INDEFINITE QUANTITY WORK RECORDS AND REPORTS

TECHNICAL REQUIREMENT. TECHNICAL REQUIREMENT. GENERAL ADMINISTRATIVE REQUIREMENTS.

********************************************************************* NOTE TO SPECIFICATION WRITER: The following includes miscellaneous administrative requirements that should be included in all NAVFAC facilities support service contracts. Additional administrative requirements may be added if necessary. ********************************************************************* C.8.1 Directives

Applicable Department of Defense (DOD), Secretary of the Navy (SECNAV), Chief of Naval Operations (OPNAV), and other directives, instructions, and regulations are listed in Attachment J-C . C.8.2 Submittals.

(1) The Contractor shall submit certificates of compliance, manufacturer's descriptive data, and product samples for those items specified in paragraph 2 of Attachment J-C . Such submittals shall be made to the Contracting Officer within 15 calendar days after award of the contract. (2) Certificates of compliance shall be obtained from material manufacturers attesting that materials meet the requirements specified in Attachment J-C . (3) Manufacturer's descriptive data shall include the name of the manufacturer, model number or other identifying information, catalog cut, and other identifying data and information describing the performance, capacity, rating, and application/installation instructions which clearly illustrate that the proposed item meets the applicable standards specified in Attachment J-C . (4) Product samples shall include a sufficient quantity of material to allow for complete analysis and evaluation by the Government.

C.8.3

Station Regulations

a. The Contractor and his employees shall become acquainted with and obey all Government regulations as posted, or as requested by the Contracting Officer. See Attachment J-C . b. The Contractor shall participate actively in the activity energy conservation program. The Contractor shall comply with the base energy conservation program and shall become familiar with (Insert activity Energy Conservation Instruction Number). The Contractor superintendent shall represent the Contractor's interests at all meetings of the activity's Energy Conservation and Resource Management Committee. Use of high energy consuming tools or equipment shall be approved by the Contracting Officer. See Attachment J-C of this section. C.8.4 Fire Protection

********************************************************************* NOTE: Notify the Contractor he must comply with activity Fire Protection instructions. Provide instruction or procedure number and include as Attachment J-C . ********************************************************************* The Contractor and his employees shall know where fire alarms are located and how to turn them on. The Contractor shall handle ans store all combustivle supplies, materials, waste and trash in a manner that prevents fire or hazards to persons, facilities, and materials. Contractor employees operating critical equipment shall be trained to properly respond durng a fire alarm or fire per activity insturction number (insert instruction number), included as Attachment J-C- . C.8.5 Environmental Protection

The Contractor shall comply with all applicable federal, state, and local laws, and with the regulations and standards listed in Attachment J-C . All environmental protection matters shall be coordinated with the Contracting Officer. Inspection of any of the facilities operated by the Contractor may be accomplished by the Activity Environmental Protection Coordinator, or authorized officials on a no-notice basis during normal working hours. In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by Contractor negligence, the Contractor shall reimburse the Government for the amount of that fine and other costs. The Contractor shall also clean up any oil spills which result from the Contractor's operations. The Contractor shall comply with the instructions of the cognizant Navy Medical Department with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of military or civilian personnel.

C.8.6

Disposal

Debris, rubbish and nonusable material resulting from the work under this contract may be disposed of on Government property at (Indicate location) at the direction of the Contracting Officer or off Government property at the option of the Contractor. In either case, the Contractor must dispose of all hazardous waste in accordance with the Resource Conservation and Recovery Act and its associated state and local regulations. C.8.7 Safety Requirements and Reports

b. Prior to commencing work, the Contractor shall meet in conference with the Contracting Officer to discuss and develop mutual understandings relative to administration of the Safety Program. c. The Contractor's work space may be inspected periodically for OSHA and Navy violations. Abatement of violations will be the responsibility of the Contractor and/or the Government as determined by the Contracting Officer. The Contractor shall provide assistance to the Safety Office escort and the federal or state OSHA inspector if a complaint is filed. Any fines levied on the Contractor by federal or state OSHA offices due to safety/health violations shall be paid promptly. d. The Contractor shall report to the Contracting Officer in the manner and on the forms prescribed in Attachment J-C exposure data and all accidents resulting in death, trauma, or occupational disease. All accidents must be reported to the Contracting Officer within 24 hours of their occurrence. e. The Contractor shall submit to the Contracting Officer a full report of damage to Government property and/or equipment by contractor employees. All damage reports shall be submitted to the Contracting Officer within 24 hours of the occurrence. f. Only emergency medical care is available in Government facilities to Contractor employees who suffer on-the-job injury or disease. Care will be rendered at the rates in effect at the time of treatment. Reimbursement shall be made by the Contractor to the Naval Regional Medical Center Collection Agent upon receipt of statement. C.8.8 Passes and Badges

All Contractor employees shall obtain the required employee and vehicle passes. The Contractor shall, prior to the start of the contract, submit to the Contracting Officer an estimate of the number of personnel expected to be utilized at any one time on the contract. The Government will issue badges without charge. Each employee shall wear the Government issued badge over the front of the outer clothing. When an employee leaves the Contractor's service, the

employee's pass and badge shall be returned within !NUMBER OF DAYS!. Passes and badges issued to Contractor employees shall not negate the requirement for employee identification required in the "IDENTIFICATION OF CONTRACTOR EMPLOYEES" paragraph. C.8.9 Identification of Contractor Employees

a. The Contractor shall provide to the Contracting Officer the name or names of the responsible supervisory person or persons authorized to act for the contractor. b. The Contractor shall furnish sufficient personnel to perform all work specified within the contract. c. Contractor employees shall conduct themselves in a proper, efficient, courteous and businesslike manner. d. The Contractor shall remove from the site any individual whose continued employment is deemed by the Contracting Officer to be contrary to the public interest or inconsistent with the best interests of National Security. e. No employee or representative of the Contractor will be admitted to the site of work unless he furnishes satisfactory proof that he is a citizen of the United States, or, if an alien, his residence within the United States is legal. f. All contract shall patch attached identification or badges. C.8.10 contractor/subcontractor employees working under this be identified by a distinctive name plate, emblem, or in a prominent place on an outer garment. Employee shall not be substituted for station required passes

Identification of Contractor Vehicles

The company name shall be displayed on each of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate and safety inspection sticker, if applicable, and shall be maintained in good repair. C.8.11 Permits

The Contractor shall, without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work. The Contractor shall comply with all applicable federal, state, and local laws. Evidence of such permits and licenses shall be provided to the Contracting Officer before work commences.

C.8.12

Combined Contractor Production Report and Contractor Quality Control Report

The Contractor shall complete and submit a Combined Contractor Production Report and Contractor Quality Control Report Form NAVFAC 01400-1 (3/92) to the Contracting Officer on a daily basis covering all work to which Davis-Bacon wage rates apply. See Attachment J-C . C.8.13 Insurance.

********************************************************************* NOTE: INSURANCE. The insurance amounts shown cannot be decreased. The amounts can be increased with prior written approval of the Level III Contract Officer depending on specific functional considerations. Insurance levels are based on local prevailing insurance rates and are generally increased for Motor Vehicle Operations contracts like Bus and Taxi service. ********************************************************************* ********************************************************************* NOTE: INSURANCE REQUIREMENTS FOR OVERSEAS CONTRACTS. Insurance is not mandatory on overseas contracts. If included, the types and dollar amounts can be altered to suit the local country requirements. The time period for notification to the U. S. Government by the insurance firm can be less than 30 days, dependent on local laws of the country. ********************************************************************* a. Within fifteen (15) days after award of this contract, the Contractor shall furnish the Contracting Officer a certificate of insurance as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the FAR 52.228-05, INSURANCE - WORK ON A GOVERNMENT INSTALLATION (SEP 1989) clause, Section I. This insurance must be maintained during the entire performance period.

COVERAGE
Comprehensive General Liability: $500,000.

Automobile Liability: $200,000 per person; $500,000 per occurrence for bodily injury; $20,000 per occurrence for property damage. Workmens Compensation: As required by Federal and State workers compensation and occupational disease statutes. Employers Liability Coverage: $100,000, except in states where workers compensation may not be written by private carriers. Other as required by state law.

b. Above insurance coverages are to extend to Contractor personnel operating Government owned equipment and vehicles. c. The Certificate of Insurance shall provide for thirty days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned Insurance clause.

PART

S E C T I O N

PACKAGING AND MARKING

PART I - THE SCHEDULE

SECTION D:

PACKAGING AND MARKING

NOT APPLICABLE

PART

S E C T I O N

INSPECTION AND ACCEPTANCE

PART I - THE SCHEDULE

SECTION E:
PARA CLAUSE NO. NO. E.l E.2 E.3 E.4 E.5 N/A

INSPECTION AND ACCEPTANCE


TABLE OF CONTENTS PAGE NO.

TITLE ACCEPTANCE .............................

E-3 E-3 E-8 E-8

5252.216-9315 AWARD FEE (NOV 1994).................... 5252.223-9300 INSPECTION BY REGULATORY AGENCIES (JUN 1994).............................. 52.246-4 INSPECTION OF SERVICES-FIXED PRICE (FEB 1992) .............................

5252.246-9300 SCHEDULE OF DEDUCTIONS (JUN 1994) .......E-10 SAMPLE SCHEDULE OF DEDUCTIONS FORM ......E-11

E.6

5252.246-9303 CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES (MAR 1996)...............................E-12 5252.246-9304 ESTIMATING THE PRICE OF NONPERFORMED OR UNSATISFACTORY WORK (JUN 1994) ..........E-14 N/A N/A N/A CONTRACTOR QUALITY CONTROL...............E-15 GOVERNMENT QUALITY ASSURANCE.............E-16 PERFORMANCE EVALUATION MEETINGS..........E-16

E.7 E.8 E.9 E.10

SECTION E: E.l ACCEPTANCE

INSPECTION AND ACCEPTANCE

************************************************************************ NOTE: Include the following paragraph in facility support service contracts and combination service and construction contracts. ************************************************************************ The performance and quality of work delivered by the contractor, including services rendered and any documentation or written material compiled shall be subject to inspection, review, and acceptance by the Government.

E.2

FAC 5252.216-9315, AWARD FEE (NOV 1994)

************************************************************************ NOTE: Insert the following clause in solicitation and contracts when a fixed-price award fee contract for services is contemplated. The clause is to be tailored to each solicitation. For example, evaluation periods for mobilization/demobilization may be shorter in length than the evaluation periods during the contract. Subsequently, the amount of award fee for mobilization/demobilization will also differ. ************************************************************************ a. Determination of Award Fee. An Award Fee Evaluation procedure is hereby established for determination of award fee payable under this contract. The payment of any award fee is contingent upon compliance with contractual requirements and performance above the satisfactory level (numerical rating of 80 points or above) in each of the individual criteria set forth in the contract. It is the Government's intent that the contractor perform the required services in such a manner as to warrant the highest possible rating and award fee. The contractor's failure to maintain acceptable levels of performance in all areas of this contract, whether specified or not, will result in no award fee being issued. Award fee determinations will be made by the Fee Determination Official. Each determination cover the preceding evaluation period. The award fee determination is not subject to the "Disputes" clause of this contract. Any amount not awarded in one evaluation period will not be carried over to the next evaluation period. b. Procedures. The total amount of award fee that can be earned for a twelve month period is $ . The amount of award fee that may be earned for each evaluation period is $ . c. Procedures.

(1) Performance Evaluation Board. A performance evaluation board (PEB) composed of selected technical and administrative personnel from the (Activity) will evaluate the contractor's performance as related to the criteria listed herein. The PEB will make specific performance evaluations each month. Within (# of days) following the end of each evaluation period, the PEB will submit a formal evaluation report to the Fee Determination Official (FDO). The PEB report will include a recommendation as to the numerical grade rating supported by a narrative of each element evaluated. A copy of the PEB's report will be furnished to the contractor within (# of days) following the end of the evaluation period. The PEB is also responsible for considering proposed changes in this plan and recommending those changes to the FDO. (2) Contractor Self-Evaluation. The Contractor shall submit within (# of days) following the end of the evaluation period a concise, written self-evaluation of his performance limited to approximately 5 pages. This report will be submitted to the Contracting Officer for transmittal to the FDO. (3) Fee Determination Official. The Fee Determination Official (FDO) will determine the amount of award fee, if any, to be paid to the contractor. The FDO will review the Performance Evaluation Board's (PEB's) report, the contractor's self-evaluation, and take such other action and consider such other facts pertinent to this contractor's performance as is required to determine the numerical rating and the amount of the performance award fee for the evaluation period under consideration. The Contracting Officer will notify the contractor in writing of the FDO's decision within (# of days) after the end of the evaluation period. The contractor will submit an invoice in accordance with the Contracting Officer's instructions. The decision of the FDO is final and shall not be subject to the Disputes clause. d. Evaluation Criteria, Grades and Definitions. Percentages will be assigned to each criterion according to the relative order of importance determined by the Government using the grades, definitions and criteria presented herein. A rating will be assigned for each major evaluation criterion for each period. The performance criteria and weighting will be applied to arrive at a weighted score. e. Grades and Definitions.

(1) Any changes to the award fee determination criteria which shall apply during each award fee period will be provided to the contractor in writing by the Contracting Officer at least (# of days) prior to the start of each award fee period. Notification at a later date or alteration of criteria, including added criteria, after an award fee period has begun must be agreed to by both parties. (2) The award fee determination criteria for award fee are established herein.

f. Performance Criteria and Weighting. Criteria elements listed below will be used to evaluate performance. Each element is individually graded with a percentage score. Normally a percentage score below 80 in any of the criteria elements listed below will result in no award fee paid to the contractor. The maximum points for each criteria element will be multiplied by the percentage score for each criteria element. The sum of the scores for all criteria elements will yield the numerical point value to determine the percentage of earned award fee for evaluation shown on Table 1, Performance Evaluation Report Criteria.

Table 1. PERFORMANCE EVALUATION REPORT CRITERIA

Quality of Work

Fixed Price Work (40%)

Inferior quality of workmanship with excessive number of deficiencies Inferior quality of workmanship with excessive number of deficiencies Consistently requires Govt input to rework unsatisfactory jobs Frequently misses scheduled time frames; requires Govt prodding Frequently misses time frames scheduled in DO and requires Govt prodding Schedules not submitted; DO dates consistently not met

Adequate quality of workmanship with substantial number of deficiencies Adequate quality of workmanship with substantial number of deficiencies Occasionally requires Govt input to rework unsatisfactory jobs Meets schedule but requires Govt prodding Meets DO schedule but requires Govt prodding

Acceptable quality of workmanship with limited number of deficiencies Acceptable quality of workmanship with limited number of deficiencies Rarely requires Govt input to rework unsatisfactory jobs Meets schedule without reminders

High quality of workmanship with minor deficiencies

Superior quality of workmanship with no deficiencies

Indefinite Quantity Work (40%)

High quality of workmanship with minor deficiencies

Superior quality of workmanship with no deficiencies

Effectiveness of Quality Control Program (20%) Timely Completion of Work Fixed Price Work (40%) Indefinite Quantity Work (40%)

Contractor QC Program effects all rework requirements Sometimes responds and performs faster than scheduled Sometimes responds and performs faster than DO schedule Schedules submitted; meets dates of all approved schedules and DOs ahead of schedule

Most jobs do not require rework, QC program very effective Often responds and performs faster than scheduled Often responds and performs faster than DO schedule

Meets DO schedule without reminders

Scheduling (20%)

Schedules submitted but not complied with; DO dates occasionally not met

Schedules submitted and usually complied with; DO dates rarely missed

Schedules submitted; completes work of approved schedules and DOs ahead of schedule

Response to Service Calls

Emergency service calls (50%)

Consistently late in meeting response times and situations not timely arrested Consistently late in meeting response times and situations not timely arrested Consistently late in meeting response times and situations not timely arrested Contractor and employees do not demonstrate cooperation in accomplishment of the contract Contractor and employees display no ingenuity or willingness to improve

Occasionally late in meeting response times and situations not timely arrested Occasionally late in meeting response times and situations not timely arrested Occasionally late in meeting response times and situations not timely arrested Contractor and employees occasionally demonstrate cooperation in accomplishment of the contract Contractor and employees occasionally display ingenuity and willingness to improve

Rarely late in meeting response times but situations timely arrested Rarely late in meeting response times but situations timely arrested Rarely late in meeting response times but situations timely arrested Contractor and employees usually demonstrate cooperation in accomplishment of the contract Contractor and employees attempt improvement and ingenuity and occasionally are successful

Responds in a timely manner and arrests all situations with little Govt direction Responds in a timely manner and arrests all situations with little Govt direction Responds in a timely manner and arrests all situations with little Govt direction Cooperation and teamwork exceed normal expectations

Always responds immediately and quickly arrests all situations Always responds immediately and quickly arrests all situations Always responds immediately and quickly arrests all situations Cooperation and teamwork substantially exceed normal expectations

Urgent service calls (25%)

Routine service calls (25%)

Administration and Management

Cooperation (50%)

Ingenuity and/or Flexibility (50%)

Contractor and employees generally are ingenious and innovative with success and Govt

Contractor and employees highly ingenious and innovative with substantial Govt benefit

E.3 FAC 5252.223-9300, INSPECTION BY REGULATORY AGENCIES (JUN 1994)


************************************************************************ NOTE: INSPECTION BY REGULATORY AGENCIES. Insert the following clause in solicitations and contracts for facilities support services. ************************************************************************ a. Work performed under this contract is subject to inspection by State and Federal Government Regulatory agencies including those described below. b. Permission has been granted by the Navy permitting Federal and State occupational health and safety officials to enter Navy shore installations, without delay and at reasonable times, to conduct routine safety and health investigations. Permission also extends to safety and health investigations based on reports of unsafe conditions. Occupational Health and Safety Administration (OSHA) officials may also investigate accidents or illnesses involving the Contractor's employees. Inspections may also be carried out by the Department of Labor to inspect for compliance with labor laws. c. The Contractor shall cooperate with regulatory agencies and shall provide personnel to accompany the agency inspection or review teams. Contractor personnel shall be knowledgeable concerning the work being inspected, and participate in responding to all requests for information, inspection or review findings by regulatory agencies.

E.4 FAR 52.246-4, INSPECTION OF SERVICES - FIXED-PRICE (FEB 1992)


************************************************************************ NOTE: INSPECTION OF SERVICES. Include the following clause in facility support service contracts and combination service and construction contracts. ************************************************************************ a. Definitions. "Services", as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. b. The contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the contractor shall be maintained and made available to the Government during contract performance and as for long afterwards as the contract requires.

c. The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. d. If the Government performs inspections or tests on the premises of the Contractor or a sub-contractor, the Contractor shall furnish, and shall require subcontractors to furnish, without additional charge, all reasonable facilities and assistance for the safe and convenient performance of these duties. e. If any of the services do not conform to the contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in the contract amount. When the defects in services cannot be corrected by reperformance, the Government may (l) require the contractor to take necessary action to ensure that future performance conforms to the contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. f. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with the contract requirements, the Government may (l) by contract or otherwise, perform the services and charge to the Contractor any costs incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default.

E.5

FAC 5252.246-9300, SCHEDULE OF DEDUCTIONS (JUN 1994)

************************************************************************ NOTE: Insert following in all firm fixed-price solicitations and contracts for facility support services. ************************************************************************ a. Within fifteen (15) days after the contract award, the successful Contractor shall provide an acceptable Schedule of Deductions for the base period and each option year of the contract. No work may commence until such Schedule of Deductions is approved by the Contracting Officer. The total of the Schedule of Deductions must equal the amount entered in Contract Line Item [fill in blank] . If for any reason this contract is modified, including the exercise of an option, and the modification affects the schedule of deductions, the contractor shall submit a revised schedule of deductions within fifteen (15) days of the date of the modification. Prices shown in the Schedule of Deductions will be utilized in conjunction with the "CONSEQUENCES OF THE CONTRACTOR'S FAILURE TO PROVIDE REQUIRED SERVICE" clause in making deductions to the contract price for nonperformed or unsatisfactory work. b. Unbalancing in the Schedule of Deductions submitted shall be the cause for withholding approval and requiring resubmittal of a balanced schedule. The Contractor's failure to provide an approved Schedule of Deductions shall be grounds for TERMINATION FOR DEFAULT. The Government reserves the right to unilaterally establish a Schedule of Deductions in the event the successful contractor fails to present the Schedule of Deductions within fifteen (15) calendar days of the date of contract award or presents a Schedule of Deductions which is unbalanced or materially deficient. The approved Schedule of Deductions shall be part of the contract. DO NOT SUBMIT the Schedule of Deductions with the BID. ************************************************************************ NOTE: SCHEDULE OF DEDUCTIONS FORM. Include a Schedule of Deductions form for the base period and each separately priced option period. Indicate the period which is covered by the Schedule in the title of the form. The following example is for the base period. The item descriptions should correspond to the item description in the PRS and reference is to be made to the item number shown in the PRS. ************************************************************************

SAMPLE

SAMPLE

SAMPLE

SAMPLE

SAMPLE

SAMPLE

SAMPLE

SAMPLE

SCHEDULE OF DEDUCTIONS FOR THE BASE PERIOD


DO NOT SUBMIT SCHEDULE OF DEDUCTIONS WITH THE BID.

Item No. 0001AA

Supplies/Services
Empty Containers, Non Hazardous Waste, Schedule Service, Administration Area (Per PRS item 0001) Empty Containers, Non Hazardous Waste, Scheduled Service Housing Area A. (Per PRS Item 0002) Empty Containers, Non Hazardous Waste, Scheduled Service, Housing Area B. (Per PRS item 0003)

Qty ___

Amount Total Unit Per Month ? Months Mo. $ _______ $ ________

0001AB

___

Mo.

$ _______ $ ________

0001AC

___

Mo . $ _______ $ ________

0001AD

Pick Up, Non Hazardous Waste, ___ Unscheduled Service, All Areas, (Per PRS item 0004) Empty Containers, Hazardous, ___ Waste, Scheduled Service, Garages and Wash Rack. (Per PRS item 0005)

Mo.

$ _______ $ ________

0001AE

Mo.

$ _______ $ ________

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 0001AZ Dispose of Sludge from Sewage ___ Mo. $ _______ $ ________
Treatment Plant, Landfill B. (Per PRS item 0036)

TOTAL PRICE FOR THE LUMP SUM PORTION OF THE CONTRACT

$ ________

DO NOT FORGET TO INSERT IN THE FORM THE NUMBER OF MONTHS CORRESPONDING TO THE BASE PERIOD OR SUBSEQUENT PERIODS

E.6

FAC 5252.246-9303, CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES (MAR 1996)

************************************************************************ NOTE: Insert the following clause in all firm fixed-price and firm fixed-price/indefinite quantity solicitations and contracts for facilities support services. ************************************************************************ The Contractor shall perform all the contract requirements. The Government will apply one or more of the surveillance methods mentioned below and will deduct an amount from the Contractor's invoice or otherwise withhold payment for unsatisfactory or nonperformed work. The Government reserves the right to change surveillance methods at any time during the contract without notice to the Contractor. a. STATISTICALLY EXTRAPOLATED SURVEILLANCE METHOD. The Government may apply a statistically extrapolated surveillance method (Random Sampling for Extrapolated Deductions) to any contract requirement to determine Contractor compliance. The defect rate will then be extrapolated to the monthly population to determine the number of unsatisfactorily performed work occurences. The monthly population is the total number of work occurences that are required to be performed during the month. b. OTHER SURVEILLANCE METHODS. The Government may apply other surveillance methods to determine Contractor compliance. These include, but are not limited to, 100% inspection, random sampling without extrapolated deductions, and planned sampling as primary surveillance methods; and incidental inspections and validated customer complaints as supplemental surveillance methods. When using these surveillance methods, deductions may be taken for all observed defects. c. PROCEDURES. the Government: In the case of unsatisfactory or nonperformed work,

(1) may give the Contractor written notice of deficiencies prior to deducting for unsatisfactory or nonperformed work and/or assessing liquidated damages. Such written notice shall not be a prerequisite for withholding payment for nonperformed work. The Government may specify, as provided for below, that liquidated damages can be assessed against the Contractor. Such liquidated damages are to compensate the Government for administrative costs and other expenses resulting from the unsatisfactory or nonperformed work. (2) may, at its option, allow the Contractor an opportunity to reperform the unsatisfactory or nonperformed work, at no additional cost to the Government. In the case of daily work, corrective action must be completed within _____ hours of notice to the Contractor. In the case of other work, corrective action must be completed within _____ hours of

notice. However, reperformed work.

the

Contractor

will

be

paid

for

satisfactorily

(3) shall deduct from the Contractor's invoice all amounts associated with the unsatisfactory or nonperformed work at the prices set out in the Schedule or provided by other provisions of this contract, unless the Contractor is required to reperform and satisfactorily completes the work. In addition, the Government can assess liquidated damages, as referenced above, in the amount of *** percent of the value of all observed defects. (4) may, at its option, perform the work by Government personnel or other means. The Government will reduce the amount of payment to the Contractor, by the amount paid to any Government personnel (based on wages, retirement and fringe benefits) plus material, or the actual costs incurred to accomplish the services by other means. If the actual costs cannot be readily determined, the prices set out in the Schedule will be used as the basis for the deduction. In addition, the Government can assess liquidated damages, as referenced above, in the amount of *** percent of the computed cost. d. The Contractor is responsible for maintaining an effective Quality Control Program during the course of the contract. Failure to maintain adequate quality control may result in Termination for Default. e. Reperformance by the Contractor does not waive the Government's right to terminate for nonperformance in accordance with FAR clause 52.249-8, "DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)" of Section I and all other remedies for default as may be provided by law. f. When WATCHSTANDING SERVICES apply. If the Contractor fails to provide qualified personnel or allows any post to be unmanned for a total of ______ minutes in any shift, the Government may assign other persons to perform such work or deduct an amount from the Contractor's invoice as specified below; (1) when Watchstanding Services are performed by Government employees, deductions shall be computed based on the current Federal Pay Schedule including wages, retirement and fringe benefits of the Government employees (civilian or military) who actually performed the work. In addition, the Government can assess liquidated damages, as referenced above, in the amount of _____ percent of the computed cost. (2) when non-performed Watchstanding Services are obtained under another contract, the Government will deduct from the Contractors invoice an amount equal to the cost to the Government under that contract. In addition, the Government can assess liquidated damages, as referenced above, in the amount of _____ percent of the cost.

(3) If no guard replacement is furnished by the Government and the work is not performed, the Government will deduct from the Contractor's invoice an amount equal to the cost to the Government of having a Government employee perform the work. In addition, the Government can assess liquidated damages, as referenced above, in the amount of ____ percent of the computed cost. (4) The Contractor will be held liable for property losses sustained by the Government as a direct, consequential result of a failure to furnish the required personnel. (5) Computations of the costs of Government employees to perform work not performed by the Contractor shall be in conformance with FAR 52.222-42, "STATEMENT OF EQUIVALENT RATE FOR FEDERAL HIRES. ************************************************************************ **NOTE: If the Table 2 below is used for Change of Occupancy requirements, the contract must state that the LDs rate set forth in the above FAC clause 5252.246-9303, CONSEQUENCES OF CONTRACTORS FAILURE TO PERFORM REQUIRED SERVICES does not apply to that work covered by the liquidated damages table below. ************************************************************************ TABLE 2: FAMILY HOUSING UNITS ________________________________________________________________________ Type of Unit Liquidated Damages Calendar Day Per Unit ________________________________________________________________________ GOQ SOQ FGO CGO SEM JEM (General Officers Quarters) (Senior Officers Quarters (Field Grad Officers) (Company Grade Officers) (Senior Enlisted Men) (Junior Enlisted Men) Average daily Basic Allowance (BAQ) with dependents plus average applicable housing allowances or temporary living allowance, as appropriate.

************************************************************************

E.7

FAC 5252.246-9304, ESTIMATING THE PRICE OF NONPERFORMED OR UNSATISFACTORY WORK (MAR 1996)

************************************************************************ NOTE: Insert the following clause in all firm fixed-price and firm fixed-price/indefinite quantity solicitations and contracts for all facilities support services. ************************************************************************

In accordance with the "CONSEQUENCES OF THE CONTRACTOR'S FAILURE TO PERFORM REQUIRED WORK" clause FAC 5252.246-9303, deductions may be taken for nonperformed or unsatisfactory work. In the event, the price of nonperformed or unsatisfactory work cannot be determined from the prices set out in the Schedule, or on the basis of the actual cost to the Government, estimated methods may be used. Engineered Performance Standards (EPS) or other estimating sources may be utilized to estimate the cost of nonperformed work or the costs which would be incurred in remedying unsatisfactory work. The Government may estimate the cost using wage rate and fringe benefits included in the wage determinations included in the contract. Government estimates of the Contractor's overhead and profit rates, and Government estimates of material costs if applicable. Liquidated damages, to compensate the Government for administrative costs and other expenses resulting from the nonperformance or unsatisfactory performance, will be calculated in accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED WORK" clause. A list of Engineered Performance Standards is contained in Attachment J- [fill in blank] .

E.8

CONTRACTOR QUALITY CONTROL (QC).

************************************************************************ NOTE: If the contract is to be awarded on the basis of a Request for Proposal (RFP) which includes the evaluation of a technical proposal, delete subparagraph (1) and substitute subparagraph (1)(optional). ************************************************************************ (1) The Contractor shall establish and maintain a Quality Control Program in accordance with the FAR 52.246-4, "INSPECTION OF SERVICES FIXED PRICE" clause, Section E, to ensure that the work performed under the contract conforms to the contract requirements. The Contractor shall submit to the Contracting Officer, a Quality Control Plan (QCP) for approval 15 calendar days after award of the contract. A general description of the Contractor's Quality Control (QC) program shall be available for Government review during the preaward survey. (1) (optional). The Contractor shall establish and maintain a Quality Control Program in accordance with the FAR 52.246-4, "INSPECTION OF SERVICES - FIXED PRICE" clause, Section E, to ensure that the work performed under the contract conforms to the contract requirements. The Contractor shall submit to the Contracting Officer, a Quality Control Plan (QCP) as part of the Technical Proposal. (2) The Contractor's QCP shall provide top Contractor management with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. (3) The QCP shall include:

(a) A description of the Contractor's quality control system. The system must cover all contract services, specify work to be inspected on either a schedule or unscheduled basis, and describe how inspections are to be conducted. (b) The name(s) and qualifications of the individual(s) responsible for performing the quality control inspections, and the extend of their authority. (c) Provisions for recording the results of inspections and for recording corrective action taken. (d) Provisions to update performance of the contract. and revise the QCP during the

(4) A file of all Quality Control inspections both performed and scheduled, inspection results, and dates and details of corrective actions taken shall be maintained by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Contracting Officer during regular working hours. The file shall be turned over to completion/termination of the contract.

E.9

GOVERNMENT QUALITY ASSURANCE (QA).

In accordance with the FAR 52.246-4, "INSPECTION OF SERVICES - FIXED PRICE" clause, Section E, each phase of the services rendered under this contract is subject to Government inspection, during the Contractor's operations and after completion of the tasks. The Government's Quality Assurance Surveillance Program is not a substitute for Quality Control by the Contractor. All findings of unsatisfactory or non-performed work will be administered in accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E. All costs associated with rework are the responsibility of the Contractor. The Government reserves the right to choose the inspection methods to be used in implementing its Quality Assurance Program and to vary the inspection methods utilized during the work, without notice to the Contractor.

E.10

PERFORMANCE EVALUATION MEETINGS.

(1) The Contractor shall meet with the Government's representative (Insert frequency such as weekly/monthly) during the first (Insert number of months) months of the contract. Thereafter, meetings will be as often as necessary at the discretion of the Contracting Officer, but not less than (insert frequency such as weekly/monthly). A mutual effort will be made to resolve all problems identified. The written minutes of these meetings, prepared by the Government, shall be signed by the Contractor's representative and the Government's representative.

Should the Contractor not concur with the minutes, the Contractor shall state, in writing, to the Contracting Officer any areas of disagreement within _____ calendar days. (2) The Government will periodically assess the Contractor's overall performance on this contract by completing the form at Attachment JE-__. The Government may use this form to evaluate the Contractor more frequently if it becomes necessary. The Contractor will be afforded an opportunity to comment on each evaluation performed when the Government uses Attachment JE-__. The Contractor has 30 calendar days to submit written comments on unsatisfactory ratings.

PART

S E C T I O N

DELIVERIES OR PERFORMANCE

PART I - THE SCHEDULE

SECTION F:
PARA CLAUSE NO. NO. F.1 F.2 F.3 N/A N/A 5252.242-9305

DELIVERIES OR PERFORMANCE
TABLE OF CONTENTS PAGE NO. .............................. F-3

TITLE LOCATION

PERFORMANCE PERIOD OF CONTRACT.......... F-3 PRE-PERFORMANCE CONFERENCE (JUL 1995) ............................. F-3

SECTION F - DELIVERIES OR PERFORMANCE F.l LOCATION

The work shall be located at the (insert name of the activity) . The exact location(s) as identified in Attachment J-E .

F.2

PERFORMANCE PERIOD OF CONTRACT

************************************************************************ NOTE: PERFORMANCE PERIOD OF CONTRACT. Modify as required. ************************************************************************ The contract term shall be for a period of (insert number of months) commencing (insert date) or within 15 days after notice/date of award. The Government has the option to extend the term of the contract in accordance with the "OPTION TO EXTEND THE TERM OF THE CONTRACT - SERVICES ___(insert either "(FAC) (JUN 1994) clause, Section I" or "(FAR 52.217-9) (MAR 1989) clause, Section I") . In the option periods the Government will adjust the prices, as required, based on new Department of Labor Wage Rate Determinations.

F.3 FAC 5252.242-9305, PRE-PERFORMANCE CONFERENCE (JUL 1995)


************************************************************************ NOTE: PRE-PERFORMANCE CONFERENCE: Insert the following clause in all solicitations and contracts except construction. Use FAR clause 52.236-26, Pre-Construction Conference for Construction contracts. ************************************************************************ Within _____ days of contract award, prior to the commencement of the work, the Contractor will meet in conference with representatives of the contracting officer, at a time to be determined by the Contracting Officer, to discuss and develop mutual understanding relative to scheduling and administering work.

PART

S E C T I O N

CONTRACT ADMINISTRATION DATA

PART I - THE SCHEDULE

SECTION G:
PARA CLAUSE NO. NO. G.l G.2 G.3 G.4 G.5 5252.201-9300 5252.216-93OO 5252.216-9306 5252.232-9000 5252.242-9300

CONTRACT ADMINISTRATION DATA


TABLE OF CONTENTS TITLE PAGE NO.

CONTRACTING OFFICER AUTHORITY (JUN 1994) .G-3 APPOINTMENT OF ORDERING OFFICER(S) (JUN 1994)................................G-3 PROCEDURES FOR ISSUING ORDERS (MAY 1995) .G-3 SUBMISSION OF INVOICES (JUL 1992) ........G-4 GOVERNMENT REPRESENTATIVES (JUN 1994) ....G-7

SECTION G - CONTRACT ADMINISTRATION DATA G.l FAC 5252.201-9300, CONTRACTING OFFICER AUTHORITY (JUN 1994)
************************************************************************ NOTE: Insert in all solicitations/contracts for facilities support services. ************************************************************************ In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby put on notice that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the contracting Officer before making the deviation. Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

G.2

FAC 5252.216-9300, APPOINTMENT OF ORDERING OFFICER(S) (JUN 1994)

************************************************************************ NOTE: Insert the following clause in facility support and A/E IDQ and Requirement type solicitations and contracts. Not to be used in Time and Material contracts. ************************************************************************ Ordering Officers under this contract are authorized by the Contracting Officer to execute delivery orders provided the total price for the delivery order does not exceed the individual Contracting Officer(s) warrant limitations. The ordering officers and their specific authority shall be stated in this contract or in an appointment letter.

G.3

FAC 5252.216-9306, PROCEDURES FOR ISSUING ORDERS (MAY 1995)

************************************************************************ NOTE: Insert in all solicitations/contract for facility support services where orders will be issued. ************************************************************************ a. Services to be furnished under this contract shall be furnished at such times as ordered by the issuance of delivery orders on DD Form 1155 by the Ordering Officer designated by the contracting officer. All orders issued hereunder are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any order. When mailed, a delivery order will be considered "issued" for the purpose of this contract at the time the Government deposits the order in the mail or, if transmitted by other means, when physically delivered to the Contractor. b. Delivery orders may be modified by the ordering officer. Modifications to delivery orders will be issued on Standard Form (SF) 30. c. Delivery orders may be modified/ordered orally by the Ordering Officer in emergency circumstances. Oral modifications/orders are limited to a maximum of $10,000 and will be confirmed by issuance of a written modification/order within two (2) working days from the time of the oral communication.

G.4 NAPS 5252.232-9000, SUBMISSION OF INVOICES (FIXED PRICE)(JUL 1992)


************************************************************************ NOTE: Insert the following clause in fixed price (except fixed price incentive) type solicitations and contract, or basic ordering agreements requiring fixed price orders, except in construction or architectengineer contracts or as provided in paragraphs (d) and (e) of NAPS 232.908 ************************************************************************ a. "Invoice" as used in this clause does not include contractor's requests for progress payments. b. The contractor shall submit original invoices with _____ copies to the address identified in the solicitation/contract award form (SF 26-Block 10; SF 33-Block 23; SF 1447-Block 14), unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the order (DD 1155-Block 13 or SF 26-Block 10).

c. The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F401. d. In addition to the requirements of the Prompt Payment Clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. e. The contractor shall prepare:

* a separate invoice for each activity designated to receive the supplies or services. * a consolidated invoice covering all shipments delivered under an individual order. * either of the above. f. If acceptance is at origin, the contractor shall submit the MIRR or other acceptance verification directly to the designated payment office. If acceptance is at destination, the consignee will forward acceptance verification to the designated payment office. ************************************************************************ NOTE: Insert ALT I for fixed price level of effort contracts, to designate Government representative with authority to approve hours actually expended. ************************************************************************

ALTERNATE I (NAPS 5252.232-9000)


g. Submit invoices monthly to the Government representative named in the contract for approval of hours actually expended.

NAPS 5252.232-9001, SUBMISSION OF INVOICES (COSTREIMBURSEMENT, TIME-AND-MATERIALS, LABOR-HOUR, OR FIXED PRICE INCENTIVE) (JUL 1992)
************************************************************************ NOTE: Insert the following clause in cost reimbursement, time-andmaterials, labor-hour, or fixed price incentive solicitations and contracts except as provided in paragraphs (d) and (e) of NAPS 232.908. ************************************************************************

a. "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF 1034) but does not include contractor requests for progress payments under fixed price incentive contracts. b. The Contractor shall submit invoices and any necessary supporting documentation, in an original and _______ copies, to the contract auditor* at the following address: ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the order and submitted to the address specified in the order. In addition, an information copy shall be submitted to _____________________________________. Following verification, the contract auditor* will forward the invoice to the designated payment office for payment in the amount determined to be owing, in accordance with the applicable payment (and fee) clause(s) of this contract. c. Invoices requesting interim payments shall be submitted no more than once every two weeks, unless another time period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interim payment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be a lapse of no more than _______ calendar days between performance and submission of an interim payment invoice. d. In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain the following information, as applicable: 1. 2. 3. 4. 5. 6. 7. 8. e. A DD ** ** ** Contract line item number (CLIN) Subline item number (SLIN) Accounting Classification Reference Number (ACRN) Payment Terms Procuring activity Date supplies provided or services performed Costs incurred and allowable under the contract Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided. Form 250, "Material Inspection and Receiving Report" is required with each invoice submittal is required only with the final invoice is not required

f.

A Certificate of Performance ** shall be provided with each invoice submittal ** is not required

g. The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previously tendered under this contract. h. cost of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoices submitted with CLINS/SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as the obligations cited in the accounting data so that costs are allocated on a proportional basis. * In contracts with the Canadian Commercial Corporation, substitute "Administrative Contracting Officer" for "contract auditor". ** Check appropriate requirements. ************************************************************************ NOTE: Insert ALT I in cost reimbursement, time-and-materials, laborhour, or fixed price incentive solicitations and contracts when use of foreign vendors or contractors is anticipated. ************************************************************************

ALTERNATE I (NAPS 5252.232-9001)


i. When a vendor invoice for a foreign currency is provided as supporting documentation, the Contractor shall identify the foreign currency and indicate on the vendor invoice the rate of exchange on the date of payment by the Contractor. The Contractor shall also attach a copy of the bank draft or other suitable documents showing the rate of exchange. The contractor shall provide an English translation if the vendor invoice is written in a foreign language.

NAPS 5252.232-9003, SUBMISSION OF INVOICES IN CONTRACTS FOR LEASE, MAINTENANCE, RENTAL AND/OR SUPPORT SERVICES (JUN 1992)
************************************************************************ NOTE: Insert the following clause in contracts for lease maintenance, rental, and/or support services in accordance with NAPS 5232.908(d). ************************************************************************ (a) The contractor shall submit original invoices with ____ copies to the address identified on the solicitation/contract award form (SF 26-Block 10; SF 33-Block 23; SF 1447-Block 14) unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the delivery order,

including a named individual if applicable, for certification prior to payment. (b) In addition to the information identified in the clause entitled Prompt Payment herein, invoices shall include the following information: (1) (2) (3) (4) (5) (6) Contract line item number (CLIN) Contract subline item number (SLIN), if applicable Accounting classification reference number (ACRN) Payment terms Name and serial number of equipment provided or serviced Total charges and, if applicable, the prompt payment discount.

(c) The contractor shall submit invoices for basic monthly charges in the month following the month for which the charges accrue and not more than on a monthly basis. Payment for rental or services of less than one months duration shall be prorated at 1/30th of the basic monthly charges for each calendar day. (d) If maintenance credits apply, the procedures indicated below are applicable: * The Government will request in writing that the applicable credits for the month be applied against other charges. The request will list the following information: Type and model number(s) of machines(s), date of occurrence, period of downtime, and credit due. Invoices for remedial (on-call) maintenance will be accompanied by copies of the applicable malfunction reports regarding the on-call maintenance furnished. * The Government will deduct the credits from the monthly invoice and inform the contractor in writing the reason for the credit and include the date of the occurrence, period of downtime and/or response time, credit due and the type and model of the equipment. * Check applicable procedure.

G.5 FAC 5252.242-9300, GOVERNMENT REPRESENTATIVES (JUN 1994)


************************************************************************ NOTE: Insert the following clause in all solicitation/contracts and check the appropriate paragraphs which apply. ************************************************************************ (a) The contract will be administered by an authorized representative of the Contracting Officer. In no event, however, will any understanding or agreement, modification, change order, or other matter deviating from the terms of the contract between the contractor and any person other than the Contracting Officer be effective or binding upon the Government, unless formalized by proper contractual

documents executed by the Contracting Officer prior to completion of this contract. The authorized representatives as indicated hereinafter: (1) The project Engineer-in-Charge (EIC) will be designated by the Contracting Officer as the authorized representative of the Contracting Officer. The EIC is responsible for monitoring performance and the technical management of the effort required hereunder, and should be contacted regarding questions or problems of a technical nature. (2) The designated Contract Specialist will be the Administrative Contracting Officer's representative on all other contract administrative matters. The Contract Specialist should be contacted regarding all matters pertaining to the contract or delivery orders. (3) The designated Property Administrator is the Administrative Contracting Officer's representative on property matters. The Property administrator should be contacted regarding all matters pertaining to property administration.

PART

S E C T I O N

SPECIAL CONTRACT REQUIREMENTS

PART I - THE SCHEDULE

SECTION H:

SPECIAL CONTRACT REQUIREMENTS


TABLE OF CONTENTS

PARA CLAUSE NO. NO. H.1 5252.216-9312 5252.216-9313 H.2 5252.223-9301

TITLE

PAGE No.

MINIMUM AND MAXIMUM QUANTITIES (JUN 1994).H-3 MAXIMUM QUANTITIES (JUN 1994) ............H-3 WILDLIFE PRESERVATION (JUN 1994) .........H-4

SECTION H:

SPECIAL CONTRACT REQUIREMENTS

************************************************************************ NOTE: Select the appropriate alternate clause ALT I or ALT II depending on the type of indefinite delivery contract type used. For an Indefinite Quantity (IQ) contract, use ALT I. For a Combination Firm Fixed-Price/IQ contract, use ALT II For a Requirements Contracts, use the FAR 52.216-21, "REQUIREMENTS" clause. FAC clause 5252.216-9311, "ESTIMATED QUANTITIES CLAUSE" has been deleted and is no longer a valid clause for use. The information previously contained in the FAC clause is contained in FAR 52.216-21, "REQUIREMENTS" CLAUSE IN SECTION I which states that the quantities specified in the Schedule are estimates only and should be marked as such. ************************************************************************ ALT I

H.2 FAC 5252.216-9312, MINIMUM AND MAXIMUM QUANTITIES 1994).

(JUN

As referred to in paragraph (b) of FAR 52.216-22 INDEFINITE QUANTITY clause, the contract minimum quantity is (fill-in)% of the estimated total quantity. Should the Government fail to place orders totaling the amount of the contract minimum quantity, the provisions of Clause "[insert title of FAR 52.249-1 or FAR 52.249-2]" shall apply to the unordered amount of the contract minimum quantity. The maximum quantity shall not be exceeded except as may be provided by formal modification to the contract. ALT II (Combination FFP/IQ contract)

H.2 FAC 5252.216-9313, MAXIMUM QUANTITIES (JUN 1994).


As referred to 5252.216-9310, "COMBINATION FIRM FIXED-PRICE/INDEFINITE QUANTITY CONTRACT" clause, the minimum guarantee of work is the firm fixed price portion of the contract. The maximum dollar value of the contract is the total dollar value of the Fixed Price and Indefinite Quantity Items. The maximum shall not be exceeded except as may be provided by formal modification to the contract. ALTERNATE I (JUN 1994). If the firm fixed-price portion of the contract is less than nominal, substitute the following clause.

As referred to in FAC 5252.216-9310, "COMBINATION FIRM FIXEDPRICE/INDEFINITE-QUANTITY CONTRACT" clause, the minimum guarantee of work is (fill-in)% of the estimated total quantity. The maximum dollar value of the contract is the total dollar value of the Fixed Price and Indefinite Quantity Items. The maximum shall not be exceeded except as may be provided by formal modification to the contract.

H.1 FAC 5252.223-9301, WILDLIFE PRESERVATION (JUN 1994)


************************************************************************ NOTE: WILDLIFE PRESERVATION. Insert the following clause in solicitations and contracts for facilities support or architectengineering services when applicable. ************************************************************************ (insert (Insert name of activity) is a designated description of designation) . Before commencing work which may disturb wildlife, the Contractor shall obtain all necessary state, local and federal permits. Following is a list of applicable restrictions (insert a list of restrictions).

PART

II

S E C T I O N

I - SEALED BIDDING

CONTRACT CLAUSES

PART II - THE SCHEDULE

SECTION I - CONTRACT CLAUSES


************************************************************************ SEALED BIDDING This section includes a listing of a broad range of FAR, DFARS, and NAVFAC clauses for contracting by sealed bid. All the clauses are not applicable to one particular solicitation and the contract specialist should determine exactly which clauses apply. The contracting officer shall give the contractor the full text of any clause incorporated by reference on request. The full text of those clauses which are required to be in full text are not displayed. They may be found in the appropriate regulations or NAVFAC clause book. At the pre-performance conference the successful bidder should be given copies of key clauses which were incorporated by reference. ****************************************************************** TABLE OF CONTENTS PARA NO. I.1 I.2 I.3 I.4 I.5 I.6 I.7 I.8

CLAUSE 52.203-9 FAC 5252.211-9300 52.216-18 52.216-19 52.216-21 52.216-22 FAC 5252.216-9310 FAC 5252.216-9314

TITLE

PAGE

REQUIREMENT OF PROCUREMENT INTEGRITY MODIFICATION (SEP 1995) ................ ICOMMERCIAL WARRANTY (JUN 1994) ......... IORDERING (OCT 1995) .................... IORDER LIMITATIONS (OCT 1995)............ IREQUIREMENTS (OCT 1995)................. IINDEFINITE QUANTITY (OCT 1995).......... ICOMBINATION FIRM FIXED-PRICE/INDEFINITE QUANTITY CONTRACT (JUN 1994)............ IECONOMIC PRICE ADJUSTMENT FOR CHANGES IN LANDFILL/DISPOSAL FEES (JUN 1994)....... I-

PARA NO. I.9

CLAUSE FAC 5252.217-9301

TITLE

PAGE

OPTION TO EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)..................... IRESERVED STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)........................ IMINIMUM WAGE RATES (DEC 1994).............................. IINDIVIDUAL SURETY/SURETIES (JAN 1994).............................. IBID GUARANTEE (JUN 1994).............................. INOTICE OF BONDING REQUIREMENTS (JUN 1994).............................. ICERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT OR RELIEF (MAY 1995)......... IGOVERNMENT-FURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 1994)................. ITRANSPORTATION OF SUPPLIES BY SEA (DEC 1991).............................. ISMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) (NOV 1995).................. ICLAUSES INCORPORATED BY REFERENCE (JUN 1988).............................. I-

I.10 52.220-1 I.11 52.222-42 I.12 FAC 5252.222-9302 1.13 FAC 5252.228-9300 1.14 FAC 5252.228-9302 I.15 FAC 5252.228-9305 I.16 DFARS 252.233-7000 I.17 FAC 5252.245-9300 I.18 DFARS 252.247-7023 I.19 DFARS 252.219-7003 I.20 52.252-2

SECTION I - CONTRACT CLAUSES ************************************************************************ NOTE: Insert those clauses to be included in full text. The full text of those clauses does not appear in this guide. The clauses can be found in the appropriate regulations or NAVFAC Clause book. Renumber clause I.20 below as appropriate. ************************************************************************ I.20 FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates the following clauses by reference, with the same force and effect as it they were given in full text. Upon request, the Contracting Officer will make their full text available. (a) FAR REF. NO. 52.202-1 52.203-1 52.203-3 52.203-5 52.203-6 52.203-7 52.203-10 52.203-12 52.207-3 52.209-6 52.214-29 52.217-8 52.219-6 52.219-7 52.219-8 52.219-9 52.219-13 52.219-14 52.219-16 52.220-1 52.220-3 52.220-4 52.222-1 52.222-3 Federal Acquisition Regulation (48 CFR Chapter 1) Clauses: CLAUSE TITLE DEFINITIONS (OCT 1995) RESERVED GRATUITIES (APR 1984) COVENANT AGAINST CONTINGENT FEES (APR 1984) RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT(JUL 1995) ANTI-KICKBACK PROCEDURES (JUL 1995) PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990) LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (JAN 1990) RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991) PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JUL 19955) ORDER OF PRECEDENCE -- SEALED BIDDING (JAN 1986) OPTION TO EXTEND SERVICES (AUG 1989) NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984) NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE (OCT 1995)(ALT) UTILIZATION OF SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS CONCERNS (OCT 1995) SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 11995) RESERVED LIMITATIONS ON SUBCONTRACTING (JAN 1991) LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995) RESERVED RESERVED RESERVED NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984) CONVICT LABOR (APR 1984)

FAR REF. NO. 52.222-4 52.222-6 52.222-7 52.222-8 52.222-9 52.222-10 52.222-11 52.222-12 52.222-13 52.222-14 52.222-15 52.222-17 52.222-18 52.222-20 52.222-26 52.222-28 52.222-35 52.222-36 52.222-37 52.222-41 52.222-43 52.222-44 52.223-2 52.223-6 52.224-1 52.224-2 52.225-5 52.225-11 52.226-1 52.227-1 52.227-2 52.228-5 52.229-3 52.229-6 52.230-2 52.230-5 52.232-1 52.232-8

CLAUSE TITLE CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME COMPENSATION (JUL 1995) DAVIS-BACON ACT (FEB 1995) WITHHOLDING OF FUNDS (FEB 1988) PAYROLLS AND BASIC RECORDS (FEB 1988) APPRENTICES AND TRAINEES (FEB 1988) COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988) SUBCONTRACTS (LABOR STANDARDS) (FEB 1988) CONTRACT TERMINATION--DEBARMENT (FEB 1988) COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS (FEB 1988) DISPUTES CONCERNING LABOR STANDARDS (FEB 1988) CERTIFICATION OF ELIGIBILITY (FEB 1988) LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS (FEB 1988) RESERVED WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984) EQUAL OPPORTUNITY (APR 1984) EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS (APR 1984) AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1984) AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984) EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988) SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAY 1989) FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989) FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MAY 1989) CLEAN AIR AND WATER (APR 1984) DRUG-FREE WORKPLACE (JUL 1990) PRIVACY ACT NOTIFICATION (APR 1984) PRIVACY ACT (APR 1984) BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992) RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992) UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES (AUG 1991) AUTHORIZATION AND CONSENT (JUL 1995) NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (APR 1984) INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989) FEDERAL, STATE AND LOCAL TAXES (JAN 1991) TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991) COST ACCOUNTING STANDARDS (AUG 1992) ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995) PAYMENTS (APR 1984) DISCOUNTS FOR PROMPT PAYMENT (APR 1989)

FAR REF. NO. 52.232-11 52.232-17 52.232-18 52.232-23 52.232-25 52.233-1 52.233-3 52.237-2

CLAUSE TITLE EXTRAS (APR 1984) INTEREST (JAN 1991) AVAILABILITY OF FUNDS (APR 1984) ASSIGNMENT OF CLAIMS (JAN 1986) PROMPT PAYMENT (MAR 1994) DISPUTES (OCT 1995) PROTEST AFTER AWARD (OCT 1995) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) 52.242-13 BANKRUPTCY (JUL 1995) 52.243-1 CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND ALTERNATE II 52.244-1 SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995) 52.244-5 COMPETITION IN SUBCONTRACTING (APR 1984) 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989) 52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984) 52.245-25 LIMITATION OF LIABILITY-SERVICES (APR 1984) 52.248-1 VALUE ENGINEERING (MAR 1989) 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 1984) 52.249-8 DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984) (b) Defense Federal Acquisition Regulation Supplement Clauses: CLAUSE TITLE STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991) SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993) PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS (APR 1992) CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (For contracts over $500,000) DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995) PRICING ADJUSTMENTS (DEC 1991) AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991) (For contracts over $100,000) SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994) COLLEGES AND UNIVERSITIES, AND MINORITY INSTITUTIONS (NOV 1995)

DFARS REF NO. 252.203-7000 252.203-7001 252.203-7003 252.204-7003 252.205-7000 252.209-7001 252.215-7000 252.215-7001 252.219-7003

FAR REF. NO. CLAUSE TITLE 252.219-7005 INCENTIVE FOR SUBCONTRACTING WITH SMALL BUSINESSES, SMALL DISADVANTAGED BUSINESSES, HISTORICALLY BLACK 252.223-7004 DRUG-FREE WORKFORCE (SEP 1988) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 1994) 252.227-7000 NON-ESTOPPEL (OCT 1966) 252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991) 252.232-7006 REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON FINDING OF FRAUD (AUG 1992) 252.242-7000 POSTAWARD CONFERENCE (DEC 1991) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) 252.245-7001 REPORTS OF GOVERNMENT PROPERTY (MAY 1994) 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (DEC 1991)

PART

II

S E C T I O N

I - NEGOTIATED

CONTRACT CLAUSES

PART II - THE SCHEDULE

SECTION I - CONTRACT CLAUSES


************************************************************************ NEGOTIATED CONTRACTS This section includes a listing of a broad range of FAR, DFARS, and NAVFAC clauses for contracting by sealed bid. All the clauses are not applicable to one particular solicitation and the contract specialist should determine exactly which clauses apply. The contracting officer shall give the contractor the full text of any clause incorporated by reference on request. The full text of those clauses which are required to be in full text are not displayed. They may be found in the appropriate regulations or NAVFAC clause book. At the pre-performance conference the successful bidder should be given copies of key clauses which were incorporated by reference. ************************************************************************ TABLE OF CONTENTS PARA NO. I.1 I.2 I.3 I.4 I.5 I.6 I.7 I.8 I.9

CLAUSE 52.203-9 FAC 5252.211-9300 52.216-18 52.216-19 52.216-21 52.216-22 FAC 5252.216-9310 FAC 5252.216-9314 FAC 5252.217-9301

TITLE

PAGE

REQUIREMENT OF PROCUREMENT INTEGRITY MODIFICATION (SEP 1995) ................ ICOMMERCIAL WARRANTY (JUN 1994) ......... IORDERING (OCT 1995) .................... IORDER LIMITATIONS (OCT 1995)............ IREQUIREMENTS (OCT 1995)................. IINDEFINITE QUANTITY (OCT 1995).......... ICOMBINATION FIRM FIXED-PRICE/INDEFINITE QUANTITY CONTRACT (JUN 1994)............ IECONOMIC PRICE ADJUSTMENT FOR CHANGES IN LANDFILL/DISPOSAL FEES (JUN 1994)....... IOPTION TO EXTEND THE TERM OF THE CONTRACT SERVICES (JUN 1994)..................... I-

PARA NO.

CLAUSE

TITLE

PAGE

I.10 52.220-1 I.11 FAC 5252.222-9302 I.12 FAC 5252.228-9300 I.13 52.222-42 I.14 FAC 5252.228-9305 I.15 DFARS 252.233-7000 I.16 FAC 5252.245-9300 I.17 DFARS 252.247-7023 I.18 252.219-7003

RESERVED................................ IMINIMUM WAGE RATES (DEC 1994).............................. IINDIVIDUAL SURETY/SURETIES (JUN 1994).............................. ISTATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)........................ INOTICE OF BONDING REQUIREMENTS (JUN 1994).............................. ICERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT OR RELIEF (MAY 1995)......... IGOVERNMENT-FURNISHED PROPERTY, MATERIALS AND SERVICES (DEC 1994)................. ITRANSPORTATION OF SUPPLIES BY SEA (DEC 1991).............................. ISMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) (NOV 1995)................... ICLAUSES INCORPORATED BY REFERENCE (JUN 1988).............................. I-

I.19 52.252-2

SECTION I - CONTRACT CLAUSES ************************************************************************ NOTE: Insert those clauses to be included in full text. The full text of those clauses does not appear in this guide. The clauses can be found in the appropriate regulations or NAVFAC Clause book. Renumber clause I.19 below as appropriate. ************************************************************************ I.19 FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates the following clauses by reference, with the same force and effect as it they were given in full text. Upon request, the Contracting Officer will make their full text available. (a) FAR REF. NO. 52.202-1 52.203-1 52.203-3 52.203-5 52.203-6 52.203-7 52.203-10 52.203-12 52.207-3 52.209-6 52.215-1 52.215-22 52.215-23 52.215-24 52.215-25 52.215-26 52.215-27 52.215-33 52.217-8 52.219-6 52.219-7 Federal Acquisition Regulation (48 CFR Chapter 1) Clauses: CLAUSE TITLE DEFINITIONS (OCT 1995) RESERVED GRATUITIES (APR 1984) COVENANT AGAINST CONTINGENT FEES (APR 1984) RESTRICTIONS ON SUBCONTRACTORS SALES TO THE GOVERNMENT (JUL 1995) ANTI-KICKBACK PROCEDURES (JUL 1995) PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990) LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (JAN 1990) RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991) PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JUL 1995) RESERVED PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1995) (For negotiated contracts over $500,000) PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA MODIFICATIONS (OCT 1995) (For negotiated contracts over $500,000) SUBCONTRACTOR COST OR PRICING DATA (OCT 1995) (For negotiated contracts over $100,000) SUBCONTRACTOR COST OR PRICING DATA - MODIFICATIONS (OCT 1995) (For negotiated contracts over $100,000) INTEGRITY OF UNIT PRICES (OCT 1995) TERMINATION OF DEFINED BENEFIT PENSION PLANS (SEP 1989) ORDER OF PRECEDENCE (JAN 1986) OPTION TO EXTEND SERVICES (AUG 1989) NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984) SMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATIVES (DoD CONTRACTS)

FAR REF NO. 52.219-8 52.219-9 52.219-13 52.219-14 52.219-16 52.220-3 52.220-4 52.222-1 52.222-3 52.222-4 52.222-6 52.222-7 52.222-8 52.222-9 52.222-10 52.222-11 52.222-12 52.222-13 52.222-14 52.222-15 52.222-17 52.222-18 52.222-20 52.222-26 52.222-28 52.222-35 52.222-36 52.222-37 52.222-41 52.222-43 52.222-44 52.223-2 52.223-6 52.224-1 52.224-2 52.225-5 52.225-11

CLAUSE TITLE UTILIZATION OF SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL BUSINESS CONCERNS (OCT 1995) SMALL BUSINESS, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (ALT I) (OCT 1995) RESERVED LIMITATIONS ON SUBCONTRACTING (JAN 1991) LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995) RESERVED RESERVED NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984) CONVICT LABOR (APR 1984) CONTRACT WORK HOURS AND SAFETY STANDARD ACT-OVERTIME COMPENSATION (JUL 1995) DAVIS-BACON ACT (FEB 1995) WITHHOLDING OF FUNDS (FEB 1988) PAYROLLS AND BASIC RECORDS (FEB 1988) APPRENTICES AND TRAINEES (FEB 1988) COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988) SUBCONTRACTS (LABOR STANDARDS) (FEB 1988) CONTRACT TERMINATION--DEBARMENT (FEB 1988) COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS (FEB 1988) DISPUTES CONCERNING LABOR STANDARDS (FEB 1988) CERTIFICATION OF ELIGIBILITY (FEB 1988) LABOR STANDARDS FOR CONSTRUCTION WORK--FACILITIES CONTRACTS (FEB 1988) RESERVED WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984) EQUAL OPPORTUNITY (APR 1984) EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS (APR 1984) AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1984) AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984) EMPLOYMENT REPORTS OF SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988) SERVICE CONTRACT ACT OF 1965, AS AMENDED (MAR 1989) FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE ADJUSTMENT (MULTI YEAR AND OPTION CONTRACTS) (MAY 1989) FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MAY 1989) CLEAN AIR AND WATER (APR 1984) DRUG-FREE WORKPLACE (JUL 1990) PRIVACY ACT NOTIFICATION (APR 1984) PRIVACY ACT (APR 1984) BUY AMERICAN ACT - CONSTRUCTION MATERIALS (MAY 1992) RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992)

FAR NO. 52.226-1 52.227-1 52.227-2 52.228-1 52.228-2 52.228-5 52.229-3 52.229-6 52.230-2 52.230-5 52.232-1 52.232-8 52.232-11 52.232-17 52.232-18 52.232-19 52.232-23 52.232-25 52.233-1 52.233-3 52.237-2 52.237-3 52.242-13 52.243-1 52.244-1 52.244-5 52.245-2 52.245-4 52.246-20 52.248-1 52.249-1 52.249-2

52.249-8 (b) DFARS REF NO. 252.203-7000 252.203-7001 252.203-7003 252.204-7003

CLAUSE TITLE UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRICES AUTHORIZATION AND CONSENT (APR 1984) NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (APR 1984) BID GUARANTEE (APR 1984) ADDITIONAL BOND SECURITY (APR 1984) INSURANCE - WORK ON GOVERNMENT INSTALLATION (SEP 1989) FEDERAL, STATE AND LOCAL TAXES (JAN 1991) TAXES--FOREIGN FIXED-PRICE CONTRACTS (JAN 1991) COST ACCOUNTING STANDARDS (AUG 1992) ADMINISTRATION OF COST ACCOUNTING STANDARDS (FEB 1995) PAYMENTS (APR 1984) DISCOUNTS FOR PROMPT PAYMENT (APR 1989) EXTRAS (APR 1984) INTEREST (JAN 1991) AVAILABILITY OF FUNDS (APR 1984) AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) ASSIGNMENT OF CLAIMS (JAN 1986) PROMPT PAYMENT (SEP 1992) DISPUTES (OCT 1995) PROTEST AFTER AWARD (OCT 1995) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) CONTINUITY OF SERVICES (JAN 1991) BANKRUPTCY (JUL 1995) CHANGES-FIXED PRICES (AUG 1987) BASIC CLAUSE, ALTERNATE I AND ALTERNATE II SUBCONTRACTS (FIXED-PRICED CONTRACTS) (FEB 1995) COMPETITION IN SUBCONTRACTING (APR 1984) GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (ALT I) (DEC 1989) GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984) WARRANTY OF SERVICES (APR 1984) VALUE ENGINEERING (MAR 1989) TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 1984) DEFAULT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984) Defense Federal Acquisition Regulation Supplement Clauses: CLAUSE TITLE STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991) SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993) PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS (APR 1992) CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

DFARS REF NO. 252.205-7000 252.209-7001 252.215-7000 252.215-7001 252.219-7003 252.223-7004 252.225-7001 252.227-7000 252.231-7000 252.232-7006 252.242-7000 252.243-7001 252.245-7001 252.247-7024

CLAUSE TITLE PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (For contracts over $500,000) DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN GOVERNMENT THAT SUPPORTS TERRORISM (SEP 1995) PRICING ADJUSTMENTS (DEC 1991) AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991) (For contracts over $100,000) SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (MAY 1994) DRUG-FREE WORKFORCE (SEP 1988) BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 1994) NON-ESTOPPEL (OCT 1966) SUPPLEMENTAL COST PRINCIPLES (DEC 1991) REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON FINDING OF FRAUD (AUG 1992) POSTAWARD CONFERENCE (DEC 1991) PRICING OF CONTRACT MODIFICATIONS (DEC 1991) REPORTS OF GOVERNMENT PROPERTY (MAY 1994) NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (DEC 1991)

PART

III

S E C T I O N

DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J: LIST OF ATTACHMENTS TABLE OF CONTENTS ATTACHMENT NUMBER

TITLE

PAGE NO.

J-l J-C1 J-C2 J-C2.1 J-C2.2 J-C2.3 J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-C__ J-E__ J-El J-E__ J-F1 J-G1 J-G1.1 J-G1.2 J-G2 J-G2.1

Wage Determination No. Performance Requirements Summary Scheduled Grounds Maintenance Service (Facilities to be maintained) Scheduled Pruning/Trimming of Shrubs, Bushes, Hedges and Trees (Facilities to be maintained) Listing of Fence Line Areas to be Mechanically Cleaned (Facilities to be maintained) Listing of Buildings and Structures to Receive Herbicide Treatment (Facilities to be maintained) Government Furnished Facilities Government Furnished Equipment Government Furnished Material Contractor Furnished Items/Materials Directives Submittals Station Regulations Fire Protection Environmental Protection Safety Requirements and Reports List of Required Records and Reports Combined Contractor Production Report/Contractor Quality Control Report Statistically Extrapolated Surveillance Methods Engineered Performance Standards Handbook Pubs Performance Evaluation Facility Support Contracts NAVFAC 11300/11 (9-95) Location of Work Ordering Officers Sample Delivery Order, DD Form 1155 Sample Modification of Contract Form, SF 30 Invoicing Instructions Sample Invoice Forms

JJJJJJJJJJJJJJJJJJJJJJJJJJJJ-

ATTACHMENT J-l DEPARTMENT OF LABOR WAGE DETERMINATION(S) ************************************************************************************ NOTE TO SPECIFICATION WRITER: Choose one of the following. ************************************************************************************ Attached is Service Contract Act Wage Determination !INSERT NUMBER!. This determination specified the minimum wages and fringe benefits to be paid under this contract.

OR Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER! and Service Contract Act Wage Determination !INSERT NUMBER!. These determinations specify the minimum wages and fringe benefits to be paid under this contract. OR Attached is Davis-Bacon Act Wage Determination !INSERT NUMBER!. A Service Contract Act Wage Determination has been requested from t he Department of Labor and will be incorporated by amendment upon receipt. These determinations specify the minimum wages and fringe benefits to be paid under this contract.

ATTACHMENT J-C1 PERFORMANCE REQUIREMENTS SUMMARY


The Contract Requirements listed in the attached PRS represent specific tasks which are to be performed under the contract. The cost of a Contract Requirement includes the costs of all the labor, equipment, materials, fringe benefits, overhead and profit associated with that particular Contract Requirement. Items such as "Maintenance Management" are therefore not listed as Contract Requirements as such functions are considered to be included in the scope of the individual Contract Requirements. The Performance Requirements associated with each Contract Requirement are as shown in the PRS and include: a. Work Requirements. A series of work requirements associated with each particular Contract Requirement are listed in column 3 of the PRS. The Work Requirements are typically specified in terms of timeliness of performance, the quality of the work, and the preparation of documentation associated with a particular Contract Requirement. b. Weight. The value of each Work Requirement is specified as a percentage of the Contract Requirement with which it is associated in column 4 of the PRS. The percentages are based on judgment, taking into account both the costs incurred by the Contractor in carrying out a particular Work Requirement, and the detriment to the Government if the Work Requirement is not satisfied. c. Standard of Performance. The Standard of Performance for each Work Requirement is summarized in column (5) of the PRS by referring to applicable schedules in Section J specifying timeframes for completion and the paragraph in Section C of the Performance Work Statement. d. Maximum Allowable Defect Rate (MADR). The Contractor is responsible for maintaining an effective Quality Control (QC) Program during the course of the contract. The MADR is the measure used to evaluate the Contractor's quality control on a monthly basis. The MADR is the defect rate which if exceeded indicates that the Contractor's quality control is unsatisfactory. The MADR for each Work Requirement is specified in column 6 of the PRS. MADR does not control the level of performance at which deductions are taken for nonperformance or unsatisfactory work. Deductions are taken for all defects (with allowance for rework as appropriate) even if the MADR is not exceeded.

PERFORMANCE REQUIREMENTS SUMMARY CONTRACT REQUIREMENTS (1) ITEM NO (2) CONTRACT REQUIREMENT Lawn Area Maint., Grass Cutting PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Debris removed (4) WGT (%) 15 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractors approved schedule (Paragraph C.9) Collected prior to cutting, removed from site same day (Paragraph C.9.a.(l)) Uniform height of 2, clippings removed from site same day, no clippings left on walks, streets, etc. (Paragraph C.9.a(2)&(4)) Matches height and appearance of surrounding mowed area, no herbicide used (Paragraph C.9.a(3)) Attachment J-C2, Contractor's approved schedule (Paragraph C.9) Clear zone provided l/2 wide by 1 deep, vegetation removed from joints/cracks (Paragraph C.9.b) Debris from edging removed from site same day (Paragraph C.9.b) (6) MADR

0 Prcl

15

0 Prcl

c. Grass Cutting

50

0 Prcl

d. Trimming

20

0 Prcl

002

Lawn Area Maint., Edging

a. Completed during specified periods and as scheduled b. Quality edging

15

3%

70

3%

c. Vegetation/debris removed

15

3%

CONTRACT REQUIREMENTS (1) NO 003 (2) CONTRACT REQUIREMENT Improved Area Maint., Grass cutting

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Debris removed (4) WGT (%) 15 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractors approved schedule (Paragraph C.9) Collected prior to cutting, removed from site same day (Paragraph C.9.c) Uniform height of 2, clip pings evenly distributed, no windrows, no clippings left on walks, streets, etc. (Paragraph C.9.c) Matches height and appearance of surrounding mowed Paragraph C.9.c) (6) MADR 2 Prcl

15

2 Prcl

c. Grass cutting

50

2 Prcl

d. Trimming

20

2 Prcl

004

Field Area Maint., Grasscutting

a. Completed during specified periods and as scheduled b. Debris removed

15

Attachment J-C2, Contractors approved schedule (Paragraph C.9) Collected prior to cutting, removed from site same day (Paragraph C.9.d) Uniform height of 4", clip pings evenly distributed, no windrows, no clippings left on walks, streets, etc. (Paragraph C.9.d) Matches height and appearance of surrounding area (Paragraph C.9.d)

5 Prcl

15

5 Prcl

c. Grass/vegetation cutting

50

5 Prcl

d. Trimming

20

5 Prcl

CONTRACT REQUIREMENTS (1) ITEM NO 005 (2) CONTRACT REQUIREMENT Slope Area Maint., Grass cutting

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Debris removed (4) WGT (%) 15 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractors approved schedule (Paragraph C.9) Collected prior to cutting, removed from site same day (Paragraph C.9.e) Uniform height of 6, clip pings evenly distributed, no windrows, no clippings left on walks, streets, etc. (Paragraph C.9.e) Matches height and appearance of surrounding area (Paragraph C.9.e) Attachment J-C2, Contractors approved schedule (Paragraph C.9) Plant balanced and formed; extraneous dead/diseased & new growth removed, area reduced; doors, windows, walks clear (Paragraph C.9.f) Debris and pruned vegetation removed from site same day (Paragraph C.9.f) (6) MADR 2 Prcl

15

2 Prcl

c. Grass/vegetation cutting

50

2 Prcl

d. Trimming

20

2 Prcl

006

Shrub and Bush Pruning

a. Completed during specified periods and as scheduled b. Properly pruned

15

1%

70

1%

c. Debris/vegetation removed

I5

1%

CONTRACT REQUIREMENTS (1) ITEM NO 007 (2) CONTRACT REQUIREMENT Tree Pruning

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Properly pruned (4) WGT (%) 15 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractors approved schedule (Paragraph C.9) Tree balanced and formed, dead/diseased/dangerous & obstructed wood removed; sprouts removed, no remaining branch branch stubs (Paragraph C.9.g) Debris and pruned vegetation removed from site same day (Paragraph C.9.g) Attachment J-C2, Contractors approved schedule (Paragraph C.9) Plant balanced and formed, extraneous dead/diseased & new growth removed, area reduced, doors, windows, walks clear (Paragraph C.9.h) Debris and trimmed vegetation removed from site same day (Paragraph C.9.h) (6) MADR 2%

70

2%

c. Debris/vegetation removed

15

2%

008

Hedge Trimming

a. Completed during specified periods and as scheduled b. Properly trimmed

15

3%

70

3%

c. Debris/vegetation removed

15

3%

CONTRACT REQUIREMENTS (1) lTEM NO 009 (2) CONTRACT REQUIREMENT Fertilization

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Proper application (4) WGT (%) 20 (5) STANDARD OF PERFORMANCE Attachment J-C2. Contractots approved schedule (Paragraph C.9) Proper application rate, uniform application (Paragraph C.9.i) Correct fertilizer used, proof of manufacturers guaranteed analysis (Paragraph C.9.i) Attachment J-C2, Contractots approved schedule (Paragraph C.9) Vegetation mechanically removed, debris removed from site same day (Paragraph C.9.j) Surface raked smooth to match surrounding areas (Paragraph C.9.j) Proper grade material added to maintain uniform depth of 3 (Paragraph C.9.j) (6) MADR 0%

70

0%

c. Proper material

10

0%

010

Playground Sand Play Area Maint.

a. Completed during specified periods and as scheduled b. Vegetation/debris removed

10

1 Area

50

1 Area

c. Properly raked

10

1 Area

d. Sand level maintained

30

1 Area

CONTRACT REQUIREMENTS (1) ITEM NO 011 (2) CONTRACT REQUIREMENT Fence Line Maint., Mech. Cleaning

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Properly cleaned (4) WGT (%) 20 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractor's approved schedule (Paragraph C.9.k) Vegetation cut from ground area extending 1 from each side of fence, removed from fence fabric; no herbicide (Paragraph C.9.k) Vegetation from cleaning removed from site within 3 days (Paragraph C.9.k) Attachment J-C2, Contractors approved schedule (Paragraph C.9.1) Area extending 6 each side of fence center line (Paragraph C.9.1) Vines, brush and similar growth cut at base of fence concurrent with herbicide application, removed from fence fabric, disposed offsite within 3 days (Paragraph C.9.1) Correct herbicide used (Paragraph C.7.c) (6) MADR 5%

60

5%

c. Vegetation removed

20

5%

012

Fence Line Maint., Herbicide Treatmt.

a. Completed during specified periods and as scheduled b. Proper application

20

3%

30

3%

c. Vegetation removed

30

3%

d. Proper material

20

0%

CONTRACT REQUIREMENTS (1) NO 013 (2) CONTRACT REQUIREMENT Herbicide Treatmt.. Buildings and Structures

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed during specified periods and as scheduled b. Proper application (4) WGT (%) 20 (5) STANDARD OF PERFORMANCE Attachment J-C2, Contractors approved schedule (Paragraph C.9.m) Area extending 4" from base of exterior wall or structure (Paragraph C.9.m) Vines, brush and similar growth cut at base of building or structure concurrent with herbicide application, removed from site same day (Paragraph C.9.m) Correct herbicide used (Paragraph C.7.c) (6) MADR 1%

30

1%

c. Vegetation removed

30

1%

d. Proper material EFINITE QUANTITY REQUIREMENTS Tree Line Trimming a. Completed within allowed time as ordered b. Tree trimming

20

0%

30 55

Attachment J-C7 (Paragraph C. 10) Branches/vegetation cut below a height of 8 above ground level, sucker growth removed from base of tree (Paragraph C.10.a) Diseased vegetation removed from site same day, other trimmed vegetation disposed on-site per Contracting Ofcr. (Paragraph C.1O.a)

5% 3%

c. Vegetation removed

15

3%

CONTRACT REQUIREMENTS (1) ITEM NO 015 (2) CONTRACT REQUIREMENT Tree Removal

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed within allowed time as ordered b. Tree removal (4) WGT (%) 40 40 (5) STANDARD OF PERFORMANCE Attachment J-C7 (Paragraph C. 10) Trees, stumps and above ground roots removed 6 below ground level, unnecessary ground disruption/stump holes filled, raked, fertilized, seeded (Paragraph C.1O.b) All debris removed from site same day (Paragraph C.1O.b) Attachment J-C7 (Paragraph C.10.c) Unstable/damaged/dangerous trees or limbs removed to restore safe condition, ground surface damage repaired (Paragraph C.10.c) All debris removed from site same day (Paragraph C.10.c) (6) MADR 5% 5%

c. Tree disposal

20

5%

016

Emergent Tree/ Limb Removal

a. Completed within allowed time as ordered b. Tree/limb removal

40 40

0% 0%

c. Tree/limb disposal

20

0%

CONTRACT REQUIREMENTS (1) ITEM NO 017 (2) CONTRACT REQUIREMENT Stumps and Above Ground Root Removal

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed within allowed time as ordered b. Stump/root removal (4) WGT (%) 20 60 (5) STANDARD OF PERFORMANCE Attachment J-C7 (Paragraph C.10) Stumps/roots removed 6 below grade, unnecessary ground disruption, stump hole filled, fertilized, raked, and seeded (Paragraph C.10.d) Removed from site same day (Paragraph C.1O.d) Attachment J-C7 (Paragraph C.10) Filled with 2 topsoil or scarified 1, graded, raked, fertilized, seeded, mulched, and watered (Paragraph C.10.e) Correct seed. fertilizer, and topsoil used, proof of manufacturers guaranteed analysis (seed, fertilizer) (Paragraph C.7) (6) MADR 10% 10%

c. Stump/root disposal 018 Grassing a. Completed within allowed time as ordered b. Quality grassing

20 20 40

10% 5% 5%

c. Quality materials

40

0%

CONTRACT REQUIREMENTS (1) ITEM NO 019 (2) CONTRACT REQUIREMENT Liming

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed within allowed time as ordered b. Proper application (4) WGT (%) 20 40 (5) STANDARD OF PERFORMANCE Attachment J-C7 (Paragraph C.10 Proper application rate indicated by soil analysis results, uniform application (Paragraph C.10.f) Correct type of lime used, proof of manufacturer's guaranteed analysis (Paragraph C.7.f) Attachment J-C7 (Paragraph C.10) Correct sampling and packaging procedure per VA Cooperative Extension Service (Paragraph C.1O.g) Soil test report provided to Contracting Officer upon receipt (Paragraph C.1O.g) (6) MADR 10% 5%

c. Quality materials

40

0%

020

Soil Test Sampling

a. Completed within allowed time as ordered b. Proper sampling

20 40

10% 0%

c. Report submitted

40

0%

CONTRACT REQUIREMENTS (1) ITEM NO 021 (2) CONTRACT REQUIREMENT Shrub Establishment

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed within allowed time as ordered b. Proper planting (4) WGT (%) 20 40 (5) STANDARD OF PERFORMANCE Attachment J-C7 (Paragraph C. 10) Per accepted nursery standards, incl. fertilization, mulching, and watering (Paragraph C.1O.h) Nursery grown, identification certification, healthy, living specimens, No.! grade, 3 gallon size (Paragraph C.7.g) Attachment J-C7 (Paragraph C.10) Per accepted nursery standards, incl. fertilization, mulching, watering, guying and staking in 3 directions (Paragraph C.1O.i) Nursery grown, identification certification, healthy, living specimens, No. 1 grade, 3 DBH (Paragraph C.7.g) (6) MADR 5% 0%

c. Quality plants

40

0%

022

Tree Establishment

a. Completed within allowed time as ordered b. Proper planting

20 40

5% 0%

c. Quality plants

40

0%

CONTRACT REQUIREMENTS (1) ITEM NO 023 (2) CONTRACT REQUIREMENT Plant Bed Cultivation and Mulching

PERFORMANCE REQUIREMENTS (3) WORK REQUIREMENT a. Completed within allowed time as ordered b. Proper cultivation (4) WGT (%) 10 (5) STANDARD OF PERFORMANCE Attachment J-C7 (Paragraph C.10) Distance from plant base not less than 18, depth 2, grass/debris removed (Paragraph C.1O.j) Correct type of mulch to minimum depth of 3 (Paragraph C.7.e) (6) MADR

3%

50

3%

c. Proper mulching

40

3%

Note: Prcl - Parcel

ATTACHMENT J-C2 SCHEDULED GROUNDS MAINTENANCE SERVICES (Facilities to be Maintained) PRS Item 001 Contract Requirement Lawn Area Maintenance, Grass Cutting Frequency 1 April thru 31 October Weekly, 6 to 8 calendar day intervals (30 total cuttings) 1 April thru 31 October Monthly, 28 to 32 calendar day intervals (7 total occurrences) 1 April thru 31 October Biweekly, 13 to 15 calendar day intervals (15 total cuttings) 1 April thru 31 October Triweekly, 19 to 23 calendar day intervals (10 total cuttings) 1 April thru 31 October Monthly, 28 to 32 calendar day intervals (7 total cuttings) June (and September) See Attachment J-C2.1 June (and September) See Attachment J-C2.1 June (and September) See Attachment J-C2.1 15 September thru 30 October One occurrence 1 April thru 30 October Monthly, 28 to 32 calendar day intervals (7 total occurrences) May and August Two occurrences May and August Two applications May and August Two applications

002

Lawn Area Maintenance, Edging

003

Improved Area Maintenance, Grass Cutting

004

Field Area Maintenance, Grass Cutting

005

Slope Area Maintenance, Grass Cutting

006

Shrub and Bush Pruning

007

Tree Pruning

008

Hedge Trimming

009

Fertilization

010

Playground Sand Play Area Maintenance

011

Fence Line Maintenance, Mechanical Cleaning Fence Line Maintenance, Herbicide Treatment Herbicide Treatment, Buildings and Structures

012

013

ATTACHMENT J-C2.1 SCHEDULED PRUNING/TRIMMING OF SHRUBS, BUSHES, HEDGES AND TREES (Facilities to be Maintained) Shrubs/Bushes Hedges Trees Area/Bldg./Location (EA) (LF) (EA) Bldg. 16, Missile Park.....................................................4..........................................4 Bldg. 18.........................................................................19..........................................4 Bldg. 31.........................................................................32*..................125*.............19 Bldg. 31B.........................................................................1......................................... 4 Bldg. 58.........................................................................14...................125..................3 Bldg. 107.........................................................................6 Bldg. 306........................................................................11........................................14 Bldg. 354..........................................................................8..........................................4 Bldg. 380A.......................................................................3..........................................7 Bldg. 380B.....................................................................10..........................................4 Bldg. 446.........................................................................5.......................................... 4 Bldg. 466.......................................................................10.....................24..................4 Bldg. 663........................................................................ 3...........................................2 Bldg. 702.......................................................................66...........................................8 Bldg. 703.........................................................................8...........................................6 Bldg. 704.......................................................................12...........................................8 Bldg. 705.......................................................................13.........................................10 Bldg. 706.........................................................................6...........................................7 Bldg. 707.......................................................................15...........................................7 Bldg. 1344.......................................................................4...........................................1 Bldg. 1794.....................................................................45...........................................8 Bldg. 1806.....................................................................26...........................................7 Bldg. 1808.....................................................................56 Bldg. 1822.......................................................................1 Bldg. 1868.....................................................................37.....................61................40 Bldg. 1959....................................................................15............................................5 Gate No. 1....................................................................................................................9 Gate No. 2..............................................................................................20..................5 Main Road from Bldg. 663 to Bldg. 380B...................................................................40 (both sides of roadway) Area adjacent to Bldg. 7...............................................58............................................1 Grounds Maintenance Area No. 91.........................2,930*.......................................483 (232 housing units) Kirkpatrick Park...........................................................2...........................................25 Quarters "A"...............................................................20*.................1,000*.............15 TOTALS (one occurrence/year) 3,460 1,335 758

Notes: (1) All locations listed above to receive services once each year (Jun). (2) Locations indicated (*) to receive services twice each year (Jun/Sep).

ATTACHMENT J-C2.2 FENCE LINE AREAS TO BE MECHANICALLY CLEANED

The Contractor shall mechanically remove vegetation from fence lines at the following locations (including waterways): AREA 1 1 1 10 LOCATION Adjacent to Colonial Parkway and Gate #6 Adjacent to Colonial Parkway and Gate #8 Adjacent to Colonial Parkway Adjacent to Colonial Parkway and Officers' Quarters Adjacent to Colonial Parkway Corral Fencing Adjacent to Officers' Quarters Corral Fencing Adjacent to Bldg. 1463 and Colonial Parkway MAP NUMBER 2 2 3 4 LF 400 600 1,600 1,400

11 25 10 24/25 54

4 7 7 10 11

800 2,000 600 3,200 800

TOTAL LENGTH OF FENCING TO BE MECHANICALLY CLEANED

11,400

NOTE: Linear feet of fencing was determined by planimeter readings and computation. Degree of accuracy is estimated at within 2.5%.

ATTACHMENT J-C2.3 LISTING OF BUILDINGS AND STRUCTURES TO RECEIVE HERBICIDE TREATMENT

BUILDING 221 222 223 224 225 226 227 774 775 776 777 778 779 780 781 782 783 784 785 786 787 1865 1962

LF 190 190 190 190 190 190 190 285 285 285 285 285 285 285 3,081 3,081 3,081 80 41 184 96 110 68

STRUCTURE Fire Hydrants Poles Signs/Misc.

LF 8 180 695

ATTACHMENT J-C__ DIRECTIVES

The directives and manuals listed in this attachment provide information concerning various authorizations, limitations, and approvals. The provisions of the directives listed herein shall be strictly adhered to. Copies may be obtained from: Superintendent of Documents, U. S. Government Printing Office, Washington, DC 20402. GROUNDS MAINTENANCE: NAVFAC M0-100, Natural Resources Land Management SECURITY: DOD 5220.22M, Industrial Security Manual for Safeguarding Classified Information DOD 5220.22R, Industrial Security Regulations

ATTACHMENT J-C__ STATION REGULATIONS

The Contractor shall comply with all applicable Station regulations and shall take measures as required to familiarize his personnel with the provisions of pertinent regulations. A complete list of effective Instructions is available. The Contractor is specifically notified of the following instructions: a. 3141.1G b. 3301.1B c. 3440.16 d. 4101.1A e. 4235.3B f. 4700.1H g. 5070.1F h. 5100.4D i. 5355.1A j. 5370.1F k. 5510.5G l. 5510.16C Establishment of Snow Conditions and Coordinating Related Policy dated __________ Emergency Action Plan dated __________ Disaster Preparedness Plan dated __________ Energy Management Program dated __________ Coffee Messes dated __________ Procedures for Requesting Public Works Services dated __________ General and Technical Libraries dated __________ Safety and Occupational Health Manual dated __________ Drug and Alcohol Abuse Prevention and Control dated __________ Standards of Conduct dated __________ Physical and Loss Prevention Manual dated __________ Searches, Seizures, and Disposition of Property Seized and Withheld as Evidence dated __________ Fire Protection and Fire Prevention Manual dated __________ Hours of Work and Overtime dated __________ Equal Employment Opportunity (EEO) Program, Policy, Organization and Responsibilities for dated __________

m. 11320.3D n. 12610.2A o. 12713.3B

ATTACHMENT J-C__ FIRE PROTECTION

1. The Contractor shall comply with the requirements contained in the following documents: a. NAVWPNSTA Yorktown Fire Prevention Instruction 11320.3D b. OSHA Health and Safety Standards c. Department of the Army - Corps of Engineers EM 385 1-1, General Safety Requirements 2. Copies of Instruction 11320.3D shall be obtained from the Naval Weapons Station Fire Prevention Office. The Contractor and his personnel shall familiarize themselves with the provisions of this instruction document on behalf of ascertaining compliance. Attention is specifically called to provisions relative to sprinkler systems, storage of combustibles, smoking regulations, battery charging areas, and welding and cutting. 3. The Contractor shall furnish his own portable fire extinguishers as required to comply with the Fire Department instructions. Extinguishers in buildings shall not be removed from their location or used for any purpose other than fire. 4. Fire hydrants shall not be used without special permission from the Public Works Department and the Fire Department. No valves on the central water system shall be activated without the permission of the Public Works Department. 5. The following telephone numbers apply: a. EMERGENCY - 4333 b. Fire Alarm Headquarters - 7343 c. Fire Prevention Office - 7344 d. Public Works Office - 4900

ATTACHMENT J-C__ ENVIRONMENTAL PROTECTION

The Contractor shall comply with the requirements contained in the following documents: OPNAVINST 5090.1B Environmental and Natural Resources Protection Manual dated ___________

ATTACHMENT J-C___ SAFETY REQUIREMENTS

The Contractor shall comply with requirements contained in the following: 1. DA EM 385 1-1, General Safety Requirements dated ____________ 2. Occupational Safety and Health Administration (OSHA) Standards dated ____________ 3. 29 CFR 1910, General Industry Standards dated ____________ 4. 29 CFR 1925, Safety and Health Standards for Service Contracts dated ____________ 5. National Fire Protection Association (NFPA) Regulations dated ____________ 6. U. S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385 1-1, dated 1 October 1987 7. NFPA 70, National Electrical Code (NEC) dated ____________ 8. NWS 5100.4D, Safety and Occupational Health Manual dated ____________ 9. All personnel working in or around mowing equipment must wear ANSI Z41-83 approved safety toe footwear. 10. Personnel working around equipment during operations shall wear safety glasses.

ATTACHMENT J-C_ COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR QUALITY CONTROL REPORT

J-13

ATTACHMENT J-C_ COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR QUALITY CONTROL REPORT (Contd)

ATTACHMENT J-C_ COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR QUALITY CONTROL REPORT (Contd)

ATTACHMENT J-C_ COMBINED CONTRACTOR PRODUCTION REPORT/CONTRACTOR QUALITY CONTROL REPORT (Contd)

J-16

ATTACHMENT J-E1 ENGINEERED PERFORMANCE STANDARDS HANDBOOK PUBLICATIONS Handbook Engineer's Manual P-E's Instructor's Manual 1987 P-E's Class Exercises Workbook P-E's Deskguide Carpentry Electric, Electronic 1982 Heating, Cooling, Ventilating Service (Formerly E/S) 1984 Janitorial & Custod'l Services Machine Shop, Machine Repairs Masonry Moving, Rigging Paint Pipefitting, Plumbing 1983 Roads, Grounds, Pest Control & Refuse Collection Sheet Metal, Structural Iron & Welding Trackage Wharfbuilding 1979 Unit Price Standards (UPS) Preventive/Recurring Maint. Publications are available from: Air Force Air Force Publication Distribution Center 2800 Eastern Boulevard Baltimore, MD 21220 (Via Activity's Publication Distribution Office) U.S. Army AG Publication Center 1655 Woodson Road St. Louis, MO 63114 Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 DSN: 442-3321 (For current stock number call: DSN: 442-2626) Superintendent of Documents U.S. Government Printing Office Washington, DC 20402 (202) 783-3238 Pub Date Navy Pub# 1963 P-700 P-700.1 TB-420-31 1987 P-700.2 1987 P-701.0 1982 P-702.0 P-703.0 TB-420-6 1982 P-704.0 P-705.0 TB-420-30 1981 P-706.0 1983 P-707.0 1980 P-708.0 1981 P-709.0 1984 P-710.0 P-711.0 TB-420-20 1984 1984 1979 P-715.0 1983 1987 P-712.0 P-713.0 P-714.0 TB-420-28 P-716.0 P-717.0 Army Pub# TB-420-1 AFM-85-57 TB-420-32 TB-420-2 TB-420-4 AFM-85-43 TB-420-8 AFM-85-55 TB-420-10 TB-420-12 TB-420-14 TB-420-16 TB-420-18 AFM-85-50 TB-420-22 TB-420-24 TB-420-26 AFM-85-54 TB-420-33 TB-420-34 AF Pub# AFM-85-40 AFM-85-58 AFM-85-41 AFM-85-42 AFM-85-44 AFM-85-45 AFM-85-46 AFM-85-47 AFM-85-48 AFM-85-49

AFM-85-51 AFM-85-52 AFM-85-53 AFM-85-56 AFM-85-59

Army

Navy

General

ATTACHMENT J-E STATISTICALLY EXTRAPOLATED SURVEILLANCE METHODS ************************************************************************************************* NOTE TO SPECIFICATION WRITER: This attachment shall be included in all specifications. The user must add to this attachment the "Table of Sample Sizes" for both Normal and Minimum Sampling Levels, and the "Table of Adjustment Factors for Random Sampling" from the NAVFAC MO-327. ************************************************************************************************* 1. The Government reserves the right to start surveillance using RSED at any time during the contract, to discontinue the use of RSED, and to resume the use of RSED without notice to the Contractor. The Government will use the attached tables entitled "Table of Sample Sizes for Normal Sampling Levels" and "Table of Sample Sizes for Minimum Sampling Levels" to determine sample sizes for RSED. The "Table of Sample Sizes for Minimum Sampling Levels" represents the minimum sample sizes the Government will use for extrapolation. The Contracting Officer may increase the size of the samples to that of the "Table of Sample Sizes for Normal Sampling Levels" or greater at his or her discretion. 2. The Maximum Allowable Defect Rate (MADR) is the defect rate specified for each work requirement in column 6 of the Performance Requirements Summary (PRS). A defect rate which exceeds the MADR is an indicator that the Contractor's quality control program may be unsatisfactory. The MADR does not represent a threshold above which payment deductions are taken. Deductions are taken for all defects (with credit for rework to the extent appropriate) irrespective of whether the MADR was exceeded or not. When a defect rate exceeds the MADR, the Contractor will be notified and appropriate administrative actions will be taken in addition to the payment deductions discussed above. The MADR for each work requirement is shown in the PRS Table in Attachment J-E . 3. The following example shows how to calculate the Contractor's payment when RSED is applied for sureveillance. It is based on a contract requirement for services containing the following work requirements: Timely Completion (weight 15%), Quality of Work (weight 75%), and Complete Documentation(weight 10%) with a total price per service of $70.00 with 1,000 services required during the billing period. Actual work requirements and weights are included in the PRS Table, Attachment J-E .

EXAMPLE PAYMENT CALCULATION WHEN RSED IS USED


WORK REQUIREMENTS TIMELY QUALITY COMPLETE DOCUMENTATION COMPLETION WORK 15% 10% 75% $10,500.00 $ 1,000.00 $ 10.50 178 12 6.74% 1.17% 5.57% 55 7 N/A N/A $52,500.00 $ 1,000.00 $ 52.50 178 10 .62% 1.09% 4.53% 45 6 12 0 $7,000.00 $1,000.00 $ 7.00 178 3 1.68% .64% 1.04% 10 12 0 0

SERVICES Price for work requirement Number svs during billing pd Price per service (a/b) Number of services sampled (as desired by Gov't) e. Observed unsats in sample f. Observed Defect Rate (e/d) g. Adjustment Factor * h. Defect Rate (f-g) i. Number of extrapolated svs (b x h as whole number) j. Observed unsats outside sample k. Svs satisfactorily reworked by Contractor (at the Govt's option) l. Svs reworked by Gov't or others m. Total number of svs to be deducted at Schedule of Deductions Price (i - k - l) n. Extrapolated Deductions (c x m) o. Deductions for cost of Gov't rework p. Liquidated Damages for Contractor rework ** ( % x c x (e + j - l))*** q. Liquidated Damages for Govt rework ** ( % x o)*** r. Total payment deductions (n + o + p + q) a. b. c. d.

55 $ 577.50 $ 0

33 $ 1,732.50 $ 0

10 $ 70.00 $ 0

$ $

19.95 0

$ $

84.00 0

$ 10.50 $ 0

$ 597.45

$ 1,816.50

$ 80.50

* From the attached "Adjustment Factors for Random Sampling" table. ** Calculated in accordance with the "CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES" clause, Section E. *** The administrative penalties percentages are to be determined on a case-by-case basis.

ATTACHMENT J-EPERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS

J-18

ATTACHMENT J-E_ PERFORMANCE EVALUATION - FACILITY SUPPORT CONTRACTS (Contd)

J-19

ATTACHMENT J-F1 LOCATION OF WORK

ATTACHMENT J-G1 ORDERING OFFICERS

The Ordering Officers with authority to approve issuance of Delivery Orders are as follows:

ATTACHMENT J-G1.l SAMPLE DELIVERY ORDER, DD FORM 1155

J-22

ATTACHMENT J-G1.2 SAMPLE MODIFICATION OF CONTRACT FORM, SF 30

J-23

ATTACHMENT J-G2 INVOICING INSTRUCTIONS

1. The Contractor shall submit invoices (bills) for supplies, work or services to: The Contracting Officer

2. INVOICES: a. An invoice is a written request for payment under the contract for supplies delivered or for services rendered. In order to be proper, an invoice must be marked "INVOICE" and include, as applicable, the following: (1) Invoice date; (2) Name of Contractor; (3) Contract number (including order number, if any), contract line item number, contract description of supplies or services, quantity, contract unit of measure and unit price, and extended total; Name and address to which payment is to be sent (which must be the same as that in the contract or on a proper notice of assignment); Any other information or documentation required by other provisions of the contract, including but not limited to: (a) (b) (c) (d) (e) (f) (g) Yearly Work Schedule Accurate Monthly Work Plan (MWP) for the following, month of performance Annual Herbicide Management Plan Tree pruning experience Herbicide Applicator Certificate(s) Accurate NAVFAC 6250/3, Herbicide Management Report Soil Test Report(s)

(4)

(5)

One original and two copies of the invoice shall be prepared and submitted monthly.

ATTACHMENT J-G2 (Cont'd.)

3. An original signature of a representative of the Contractor is required on the invoice. 4. All offers of discounts appearing on the Contractor's invoice, no matter how affixed, and regardless of the type of purchase, shall be considered in this appendix. 5. Supporting documents: a. The Contractor shall attach proof of receipt and acceptance of supplies, work, or services to the invoice for payment. Unsupported invoices will be returned to the Contractor. Copies of Contractor's inspection reports, warranties, etc., applicable to invoiced items, shall be submitted with the invoice. Form 4-4235/4 (Affidavit) - One (1) original.

b.

6.

7. Contractor's Release, NAVFAC Form 4330/7, shall be executed in triplicate (all "wet" signatures) and submitted with the request for final payment. 8. If an invoice does not contain all criteria required by these instructions, the invoice will be returned to the Contractor for proper execution and resubmission.

PART

IV

S E C T I O N

K - SEALED BIDDING

REPRESENTATIONS AND CERTIFICATIONS

PART IV - GENERAL INSTRUCTION

SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF BIDDERS


************************************************************************ SEALED BIDDING NOTE: The provisions listed below are for sealed bidding. The content of the provisions listed are not shown. However, the provisions listed shall be contained in the solicitation in full text. ************************************************************************ TABLE OF CONTENTS PARA PROVISION NO. NO. K.1 52.203-2 K.2 K.3 K.4 52.203-4 52.203-8 52.203-11

TITLE PAGE CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) ............... KCONTINGENT FEE REPRESENTATION AND AGREEMENT (APR 1984).............................. KREQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY (SEP 1995) ................... KCERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991) ................ KTAXPAYER IDENTIFICATION NUMBER (MAR 1994) KCERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAY 1989) ...... KORGANIZATIONAL CONFLICTS OF INTEREST (JUN 1994).............................. KDISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (SEP 1994).............................. KTYPE OF BUSINESS ORGANIZATION - SEALED BIDDING (JUL 1987) ..................... K-

K.5 K.6

52.204-3 52.209-5

K.7 K.8

FAC 5252.209-9300 DFARS 252.209-7001 52.214-2

K.9

PARA PROVISION NO. NO. K.10 52.214-16 K.11 52.219-1 K.12 52.219-2 K.13 52.219-3 K.14 52.219-19

TITLE PAGE MINIMUM BID ACCEPTANCE PERIOD (APR 1984) KSMALL BUSINESS CONCERN REPRESENTATION (OCT 1995) ............................. KEQUAL LOW BIDS (OCT 1995)............... KRESERVED SMALL BUSINESS CONCERN REPRESENTATION FOR THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (JUL 1991)........ KSMALL BUSINESS SIZE REPRESENTATION FOR TARGETED INDUSTRY CATEGORIES UNDER THE SMALL BUSINESS COMPETITIVE PROGRAM (JAN 1991) . KSMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATION (APR 1994) .............. KNOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE WITH PREFERENTIAL CONSIDERATION FOR SMALL DISADVANTAGED BUSINESS CONCERNS (MAY 1995)KNOTICE OF EQUAL PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS (MAY 1995).............................. KCERTIFICATION OF NONSEGREGATED FACILITIES (APR 1984) ............................. KPREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984) ............................. KAFFIRMATIVE ACTION COMPLIANCE (APR 1984) KCLEAN AIR AND WATER CERTIFICATION (APR 1984) ............................. KCERTIFICATION REGARDING A DRUG-FREE WORKPLACE (JUL 1995) ................... KCERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (OCT 1995).................... KBUY AMERICAN ACT - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 1994) ......... K-

K.15 52.219-21

K.16 DFARS 252.219-7000 K.17 DFARS 252.219-7001 K.18 DFARS 252.219-7006 K.19 52.222-21 K.20 52.222-22 K.21 52.222-25 K.22 52.223-1 K.23 52.223-5 K.24 52.223-13 K.25 DFARS 252.225-7000

PARA PROVISION NO. NO. K.26 DFARS 52.226-7001 K.27 DFARS 252.247-7022

TITLE PAGE NOTICE OF HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTIONS SET-ASIDE(APR 1984)..................... KREPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992)....................... K-

PART

IV

S E C T I O N

K - NEGOTIATED

REPRESENTATIONS AND CERTIFICATIONS

PART IV - GENERAL INSTRUCTION

SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF BIDDERS


********************************************************************** NEGOTIATED NOTE: The provisions listed below are for negotiated procurements. The content of the provisions listed are not shown. However, the provisions listed shall be contained in the solicitation in full text. ********************************************************************** TABLE OF CONTENTS PARA PROVISION NO. NO. K.1 52.203-2 K.2 K.3 K.4 52.203-4 52.203-8 52.203-11

TITLE CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) .............. CONTINGENT FEE REPRESENTATION AND AGREEMENT (APR 1984)............................. REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY (SEP 1995) .................. CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991) ............... TAXPAYER IDENTIFICATION NUMBER (MAR 1994) CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAY 1989) ..... ORGANIZATIONAL CONFLICTS OF INTEREST (JUN 1994).............................. DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (SEP 1994).............................

PAGE KKK-

KK-

K.5 K.6

52.204-3 52.209-5

KK-

K.7 K.8

FAC 5252.209-9300 DFARS 252.209-7001

K-

PARA PROVISION NO. NO. K.9 52.215-6 K.10 52.215-11 K.11 52.215-19 K.12 52.219-1 K.13 52.219-19

TITLE TYPE OF BUSINESS ORGANIZATION (JUL 1987) .. AUTHORIZED NEGOTIATORS (APR 1984) ..... PERIOD OF ACCEPTANCE OF OFFER (APR 1984).. SMALL BUSINESS CONCERN REPRESENTATION (FEB 1995) ............................ SMALL BUSINESS CONCERN REPRESENTATION FOR THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (JUL 1991) ......

PAGE KKKK-

K-

K.14 52.219-21

SMALL BUSINESS SIZE REPRESENTATION FOR TARGETED INDUSTRY CATEGORIES UNDER THE SMALL BUSINESS COMPETITIVE PROGRAM (JAN 1991) ... KSMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATION (APR 1994) ............. NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE WITH PREFERENTIAL CONSIDERATION FOR SMALL DISADVANTAGED BUSINESS CONCERNS (MAY 1995). NOTICE OF EVALUATION PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS (MAY 1995). CERTIFICATION OF NONSEGREGATED FACILITIES (APR 1984) ............................ PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984) ............................ AFFIRMATIVE ACTION COMPLIANCE (APR 1984) . CLEAN AIR AND WATER CERTIFICATION (APR 1984) ............................ CERTIFICATION REGARDING A DRUG-FREE WORKPLACE (JUL 1995) .................. CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (OCT 1995)................... BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 1994) .................... K-

K.15 DFARS 252.219-7000 K.16 DFARS 252.219-7001 K.17 DFARS 252.219-7006 K.18 52.222-21 K.19 52.222-22 K.20 52.222-25 K.21 52.223-1 K.22 52.223-5 K.23 52.223-13 K.24 DFARS 252.225-7000

KKKKKKKKK-

PARA PROVISION NO. NO. K.25 DFARS 252.226-7001 K.26 DFARS 252.247-7022

TITLE NOTICE OF HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTIONS SET-ASIDE(APR 1994).................... REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992)......................

PAGE KK-

PART

IV

S E C T I O N

L - SEALED BIDDING

INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS

PART IV - GENERAL INSTRUCTION

SECTION L INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS


********************************************************************** SEALED BID NOTE: The provisions listed below are for sealed bidding. Provisions 52.214-1, -3, -4, -5, -6, -7, -9, -10, and -12 may be included by reference. If no provisions are included by reference, delete provision 52.252-1. ********************************************************************** TABLE OF CONTENTS PARA PROVISION NO. NO. L.1 L.2 L.3

TITLE

PAGE

DFARS COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE 252.204-7001 REPORTING (DEC 1991) ................... L52.210-2 DFARS 252.210-7001 RESERVED AVAILABILITY OF SPECIFICATIONS AND STANDARDS NOT LISTED IN THE DODISS, DATA ITEM DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE 5010.12L, AND PLANS, DRAWINGS, AND OTHER PERTINENT DOCUMENTS (DEC 1991).......... LAVAILABILITY FOR EXAMINATION OF SPECIFICATIONS STANDARDS, PLANS, DRAWINGS, DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT DOCUMENTS (DEC 1991).................... LSOLICITATION DEFINITIONS - SEALED BIDDING (JUL 1987) ............................. LAMENDMENTS TO INVITATIONS FOR BIDS (DEC 1989) ............................ L-

L.4

DFARS 252.210-7002

L.5 L.6 L.7 L.8

52.214-1 52.214-3 52.214-4 52.214-5

FALSE STATEMENTS IN BIDS (APR 1984)..... LSUBMISSION OF BIDS (JUL 1995) .......... L-

PARA PROVISION NO. NO. L.10 52.214-6 L.11 52.214-7 L.12 52.214-9 L.13 52.214-10 L.14 52.214-12 L.15 52.214-17 L.16 FAC 5252.214-9304 L.17 52.216-1 L.18 52.222-24 L.19 52.233-2 L.20 52.237-1 L.21 FAC 5252.237-9301 L.22 52.252-1

TITLE

PAGE

EXPLANATION TO PROSPECTIVE BIDDERS (APR 1984).............................. LLATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS (JUL 1995).......... LFAILURE TO SUBMIT OFFER (JUL 1995)...... LCONTRACT AWARD - SEALED BIDDING (JUL 1990). PREPARATION OF BIDS (APR 1984).......... LAFFILIATED BIDDERS (APR 1984)........... LSITE VISITATION (JUN 1994).............................. LTYPE OF CONTRACT (APR 1984)............. LPRE-AWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE REVIEW (APR 1984)............ LSERVICE OF PROTEST (OCT 1995)........... LSITE VISIT (APR 1984)................... LSUBSTITUTIONS OF KEY PERSONNEL (JUN 1994) ............................. LSOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988) ................... LL-

************************************************************************ NOTE: For conversions from in-house to contractor operations, add the following to section L. ************************************************************************ PARA PROVISION NO. NO. L.23 52.207-1

TITLE

PAGE

NOTICE OF COST COMPARISON (SEALED BIDDING (FEB 1993) ............................. L-

PART

IV

S E C T I O N

L - NEGOTIATED

INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS

PART IV - GENERAL INSTRUCTION

SECTION L INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS


****************************************************************** NEGOTIATED NOTE: The provisions listed below are for negotiated procurements. Provisions 52.215-5, -7, -8, -9, -10, -12, -14, -15, -16, -17 may be included by reference. If no provisions are included by reference, delete provision 52.252-1. ****************************************************************** TABLE OF CONTENTS PARA PROVISION NO. NO. L.1 252.204-7001 L.2 L.3 52.210-2

TITLE PAGE COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (DEC 1991)............... LRESERVED

DFARS AVAILABILITY OF SPECIFICATIONS AND STANDARDS 252.210-7001 NOT LISTED IN THE DODISS, DATA ITEM DESCRIPTIONS NOT LISTED IN DOD DIRECTIVE 5010.12L, AND PLANS, DRAWINGS, AND OTHER PERTINENT DOCUMENTS (DEC 1991).......... LDFARS AVAILABILITY FOR EXAMINATION OF 252.210-7002 SPECIFICATIONS STANDARDS, PLANS, DRAWINGS, DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT DOCUMENTS (DEC 1991).................... L5252.214-9304 52.215-5 52.215-7 52.215-8 52.215-9 SITE VISITATION (JUN 1994) ............. LSOLICITATION DEFINITIONS (JUL 1987) .... LUNNECESSARILY ELABORATE PROPOSALS OR QUOTATIONS (APR 1984) .................. LAMENDMENTS TO SOLICITATIONS (DEC 1989) . LSUBMISSION OF OFFERS (JUL 1995) ........ L-

L.4

L.5 L.6 L.7 L.8 L.9

PARA PROVISION NO. NO. L.10 52.215-10 L.11 52.215-12 L.12 52.215-13 L.13 52.215-14 L.14 52.215-15 L.15 52.215-16 L.16 52.215-17 L.17 FAC 5252.215-9300 L.18 52.216-1 L.19 52.222-24 L.20 52.233-2 L.21 52.237-1

TITLE

PAGE

LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF PROPOSALS (JUL 1995)..... LRESTRICTION ON DISCLOSURE AND USE OF DATA (APR 1984).............................. LPREPARATION OF OFFERS (APR 1984)........ LEXPLANATION TO PROSPECTIVE OFFERORS (APR 1984) ............................. LFAILURE TO SUBMIT OFFER (JUL 1995)...... LCONTRACT AWARD (OCT 1995) (ALT III)..... LTELEGRAPH PROPOSALS (JUL 1987).......... LCONTENT OF PROPOSALS (JUN 1994) ............................. LTYPE OF CONTRACT (APR 1994)............. LPRE-AWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE REVIEW (APR 1984)............ LSERVICE OF PROTEST (NOV 1988)........... LSITE VISIT (APR 1984)................... LL-

L.22 FAC SUBSTITUTIONS OF KEY PERSONNEL 5252.237-9301 (JUN 1994) .............................. L.23 52.252-1

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988) ................... L-

****************************************************************** NOTE: For conversions from in-house to contractor operations, add the following to section L. ****************************************************************** PARA PROVISION NO. NO. L.24 52.207-2

TITLE

PAGE

NOTICE OF COST COMPARISON (NEGOTIATED) (FEB 1993) ............................. L-

L.14

FAR 52.215-16, CONTRACT AWARD (OCT 1995)

***************************************************************** NOTE: FAR Clause 52.215-16, "Contract Award", basic clause or Alternates I or II is required in all RFP's. Be aware that the format of the clause has changed. The basic clause now states that the government will hold discussions. Alternative II states that we intend to award without discussions, but we reserve the right to hold discussions, if later determined by the contracting officer to be necessary. A new paragraph (h) has also been added containing information pertaining to post-award debriefings. ***************************************************************** (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost or price and other factors, specified elsewhere in this solicitation, considered. (b) The Government may (1) reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. (c) The Government intends to evaluate proposals and award a contract after conducting written or oral discussions with all responsible offerors whose proposals have been determined to be within the competitive range. However, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. (d) The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the offer. (e) A written award or acceptance of offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer, as provided in paragraph (d) above), whether or not there are negotiation after its receipt, unless a written notice of withdrawal is received before award. Negotiations conducted after receipt of an offer do not constitute a rejection or counteroffer by the Government.

(f) Neither financial data submitted with an offer, nor representations concerning facilities or financing, will form a part of the resulting contract. However, if the resulting contract contains a clause providing for price reduction for defective cost or pricing data, the contract price will be subject to reduction if cost or pricing data furnished is incomplete, inaccurate, or not current. (g) The Government may determine that an offer is unacceptable if the prices proposed are materially unbalanced between contract line items or contract subline items. An offer is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the offer will result in the lowest overall cost to the Government, even though it may be the low evaluated offer, or it is so unbalanced as to be tantamount to allowing an advance payment. (h) The Government may disclose the following information in post-award debriefings to other offerors: (1) the overall evaluated cost or price and technical rating of the successful offeror; (2) the overall ranking of all offerors, when any ranking was developed by the agency during source selection; (3) a summary of the rationale for award; and (4) for acquisitions of commercial end items, the make and model of the item to be delivered by the successful offeror. (End of provision) ALTERNATE I (OCT 1995) ***************************************************************** NOTE: In accordance with the prescription in 15.407(d)(4)(I), substitute the following paragraph (d) for paragraph (d) of the basic provision: ***************************************************************** (d) The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the offer. ALTERNATE II (OCT 1995) ***************************************************************** NOTE: As prescribed in 15.407(d)(4)(ii), substitute paragraph (c) for paragraph (c) of the basic provision. Use this alternate when the government intends to award a contract without discussions with offerors but allows the government to hold discussions if later determined necessary. *****************************************************************

c. The Government intends to evaluate proposals and award a contract without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

PART

IV

S E C T I O N

M - SEALED BIDDING

EVALUATION FACTORS FOR AWARD

PART IV GENERAL INSTRUCTIONS SECTION M - EVALUATION FACTORS FOR AWARD

SEALED BIDDING

TABLE OF CONTENTS PARA PROVISION NO. NO. M.1 M.2 M.3 M.4 5252.214-9300 52.217-5 52.232-15 PAGE NO. M-3 M-4 M-4 M-5

TITLE PRE-AWARD SURVEY....................... BASIS FOR AWARD (JUN 1994)............. EVALUATION OF OPTIONS (JUL 1990)....... PROGRESS PAYMENTS NOT INCLUDED (APR 1984).............................

SECTION M - EVALUATION FACTORS FOR AWARD (SEALED BIDDING) M.1 PRE-AWARD SURVEY

********************************************************************** NOTE: The Pre-Award Survey paragraph should be included in all contracts. Minor modifications in the paragraph shown can be made. Major expansion of the paragraph to include technical plans, management plans, pre-award technical qualifications, etc., are not acceptable in most cases. Major modifications of the paragraph require PRIOR APPROVAL BY EFD/EFA/PWC CODE O2/200 and will be considered only in those specifications involving complex technical issues that are not Small Business Set-Aside. ********************************************************************** The Government may make a pre-award survey of the low conforming bidder to determine whether such bidder is qualified and capable of performing the contract. The pre-award survey will involve examination of the bidder's financial and technical status and understanding of the contract requirements. The following are examples of the information that, upon request, the bidder shall be required to provide in writing to the pre-award survey team. Requested information shall be forwarded within three days of request. Failure to provide requested information, or a determination, after review of the information, of the bidder's non-responsibility, may result in bid rejection. a. Identification of the Contractor's personnel and management to be used on this contract. b. The Contractor's technical and management plans for performing required services. c. Description of Contractor's facilities and equipment.

d. Summary of the Contractor's experience in performing work of the type required by this specification. e. f. Current financial statements and data. Other work presently under contract.

g. Prior contracts for similar work, and the names and addresses of individuals with the organization issuing the contract who may be contacted for information concerning the Contractor's performance. h. Contractor Quality Control plan for this contract.

M.2

FAC 5252.214-9300

BASIS FOR AWARD

(JUN 1994)

*********************************************************************** NOTE: Delete last sentence in subparagraph a. if only one contract line item number. Add subparagraph b, if the award period will be less than twelve full months. Insert Alt I for separately priced options. *********************************************************************** BASIS FOR AWARD a. The low bidder for purposes of award shall be the conforming, responsive, responsible bidder offering the lowest total price for Contract Line Items (insert contract line item numbers) . Bids are solicited on an "all or none" basis and FAR 52.214-10, "CONTRACT AWARD - SEALED BIDDING (JUL 1990)" provision, Section L, is hereby modified. Failure to submit bids for all items and quantities listed shall be cause for rejection of the bid. b. Bids shall be submitted for the performance of work for the period identified in the "TERM OF CONTRACT" paragraph, Section F. Bidders are cautioned that the initial term of the contract may be for a period of less than a full year. ALTERNATE I a. The low bidder for purposes of award shall be the conforming, responsive, responsible bidder offering the lowest total price for Contract Line Items (insert contract line item numbers) . However, the initial award will include only Contract Line Items (insert contract line item number(s)) . b. Bids are solicited on an "all or none" basis and FAR 52.214-10, "CONTRACT AWARD - SEALED BIDDING (JUL 1990)" provision, Section L, is hereby modified. Failure to submit bids for all items and quantities listed shall be cause for rejection of the bid.

M.3

FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)

*********************************************************************** NOTE: If this provision is not appropriate, insert the "EVALUATION EXCLUSIVE OF OPTIONS (FAR 52.217-3) provision. *********************************************************************** a. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). M.4 FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1984)

A progress payments clause is not included in this solicitation, and will not be added to the resulting contract at the time of award. Bids conditioned upon inclusion of a progress payment clause in the resulting contract will be rejected as nonresponsive.

PART

IV

S E C T I O N

M - NEGOTIATED

EVALUATION FACTORS FOR AWARD

PART IV - GENERAL INSTRUCTIONS SECTION M - EVALUATION FACTORS FOR AWARD

NEGOTIATED CONTRACTS

TABLE OF CONTENTS PARA PROVISION NO. NO. TITLE M.1 PRE-AWARD SURVEY............................ M.2 M.3 M.4 M.5 M.6 M.7 52.217-5 BASIS FOR AWARD............................. SOURCE SELECTION............................ BEST VALUE EVALUATION.................. LOW PRICE TECHNICALLY ACCEPTABLE ...... EVALUATION OF OPTIONS (JUL 1990)............ PAGE NO. M-3 M-4 M-4 M-5 M-6 M-7 M-8

52.232-15 PROGRESS PAYMENTS NOT INCLUDED (APR 1984)...

SECTION M - EVALUATION FACTORS FOR AWARD (NEGOTIATED) M.1 PRE-AWARD SURVEY

********************************************************************** NOTE: The Pre-Award Survey paragraph should be included in all contracts. Minor modifications in the paragraph shown can be made. Major expansion of the paragraph to include technical plans, management plans, pre-award technical qualifications, etc., are not acceptable in most cases. ********************************************************************** The Government may make a pre-award survey of the low conforming bidder to determine whether such bidder is qualified and capable of performing the contract. The pre-award survey will involve examination of the bidder's financial and technical status and understanding of the contract requirements. The following are examples of the information that, upon request, the bidder shall be required to provide in writing to the pre-award survey team. Requested information shall be forwarded within three days of request. Failure to provide requested information, or a determination, after review of the information, of the bidder's non-responsibility, may result in bid rejection. a. Identification of the Contractor's personnel and management to be used on this contract. b. The Contractor's technical and management plans for performing required services. c. Description of Contractor's facilities and equipment.

d. Summary of the Contractor's experience in performing work of the type required by this specification. e. f. Current financial statements and data. Other work presently under contract.

g. Prior contracts for similar work, and the names and addresses of individuals with the organization issuing the contract who may be contacted for information concerning the Contractor's performance. h. Contractor Quality Control plan for this contract.

M.2

BASIS FOR AWARD

********************************************************************** NOTE: The following should be tailored to individual procurements dependent on whether award will be made to low offeror or best value. ********************************************************************** a. The low offeror for purposes of award shall be the conforming, responsive, responsible offeror offering a technically acceptable proposal and (1) the lowest total price for Contract Line Items _________ OR (2) the best value to the Government. b. Offerors shall be submitted for the performance of work for the period identified in the "Term of Contract" clause. c. Offers are solitude on an "all or none" basis and FAR 52.21616, "CONTRACT AWARD - NEGOTIATED" provision, Section L, is hereby modified. Failure to submit offers for all items and quantities listed shall be cause for rejection of the offer. M.3 SOURCE SELECTION

The following is an outline of the general procedures to be followed in using source selection or competitive negotiation procedures. 1. Acquisition Planing. Thorough acquisition planning is essential to adequately define the most significant technical and performance issues. 2. Development of Evaluation Factors. The two basic evaluation factors are Price and Technical. a. Technical. Critical areas generally include: (1) Experience*, (2) Delivery or Schedule*, (3) Quality, and (4) Approach or Method. Technical evaluation factors may include responsibility related criteria. However, responsibility criteria can be used to rank small business firms, but cannot be used to exclude a firm as unacceptable. By statute, only SBA can make a determination of nonresponsibility on a small business. DFARS 219.705-2(d) states that in any procurement involving technical evaluations, including source selection, the extent of participation of small and small disadvantaged business in the performance of the contract shall be used as an evaluation factor.

********************************************************************** NOTE: (1) Past experience is used as an indicator of an offeror's ability to perform quality work in a timely manner in the future. (2) An offeror's ability to perform is often indicated by his ability to plan and anticipate problems. ********************************************************************** b. Price. A price breakdown in a format dictated by the government can be useful to the contracting officer to confirm understanding of scope, price reasonableness and assess technical evaluation results. 4. Proposal Evaluation. All offeror's receive equal consideration and the evaluation must be demonstrably based on the stated evaluation criteria included in the solicitation. Preestablished standards can be helpful in facilitating the evaluators process and encouraging development of consensus among the evaluators. Selection of one of two evaluation methods is necessary; Best Value or Low Price Technically Acceptable (LPTA). BEST VALUE - This method allows great discretion to the Government. Award is made to the proposer who offers the "best value" to the government, price and other technical factors listed in the solicitation considered. Note: Using this method allows award to be made to other than the low priced proposer. LOW PRICE TECHNICALLY ACCEPTABLE (LPTA) - This method offers little discretion to the government. Once proposals are evaluated technically, award must be made to the low priced technically acceptable proposer regardless of the technical ranking or superiority of one proposer over another. ********************************************************************** NOTE: Best Value is preferable since it offers the government the opportunity to use discretion and seek value. The same amount of effort is required, yet LPTA severely limits your options. If LPTA is used, award must be made to the low bidder, no matter what the technical ranking. In addition to limiting your ability to choose a clearly superior firm, you risk the chance of the superior firm not competing or the inferior firm increasing its price. ********************************************************************** 5. Evaluation documentation. Documentation supporting evaluation conclusions must be rational, consistent, and be based on the information presented by the offerors in their proposals. All conclusions must be supported by facts. Conclusions justified exclusively on numerical point scores are not acceptable.

M.4

BEST VALUE EVALUATION (SEP 1995)

********************************************************************** NOTE: Insert a provision substantially similar to the following in solicitations when "best value" is used. This provision can be tailored to individual procurements. The Contracting Officer shall identify evaluation factors in descending order of importance (or, if of equal importance, shall state). ********************************************************************** BEST VALUE EVALUATION (a) The offeror's proposal shall be in the form prescribed by this solicitation and shall contain a response to each of the areas identified which affects the evaluation factors for award. EVALUATION FACTORS Responses to the Request for Proposal will be evaluated using the following two principle factors: (1) PRICE and (2) TECHNICAL. (1) TECHNICAL: The technical proposal will be evaluated to determine whether the offeror possesses the capability required to successfully perform the requirements of the solicitation. The technical criteria are listed in descending order of importance (or may be stated to be of equal importance): _ (2) PRICE: The Price proposal will be evaluated to determine reasonableness and realism of price. The cumulative rating of the technical evaluation factors is equal to price. M.5 LOW PRICE TECHNICALLY ACCEPTABLE EVALUATION (SEP 1995)

********************************************************************** NOTE: Insert a provision substantially similar to the following in solicitations when award will be based on low price/cost technically acceptable award criteria. Tailor this provision for each solicitation. The Contracting Officer shall identify these factors below in descending order of importance (or are of equal importance). **********************************************************************

LOW PRICE TECHNICALLY ACCEPTABLE (a) Technical acceptability will be determined in accordance with SET-ASIDE the following evaluation factors, based on information submitted in response to the solicitation. The technical evaluation factors are listed in descending order of importance (or are of equal importance). To be determined technically acceptable, the offeror must be technically acceptable in each of the areas identified by the following evaluation factors:

(b) After a proposal has been determined technically acceptable, price becomes the most important factor. M.6 FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990)

********************************************************************** NOTE: If this provision is not appropriate, insert the "EVALUATION EXCLUSIVE OF OPTIONS (FAR 52.217-3) provision. ********************************************************************** a. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). M.7 FAR 52.232-15, PROGRESS PAYMENTS NOT INCLUDED (APR 1994)

A progress payments clause is not included in this solicitation, and will not be added to the resulting contract at the time of award. Bids conditioned upon inclusion of a progress payment clause in the resulting contract will be rejected as nonresponsive.

You might also like