Compliance Agreement Between Environmental Tectonics Corporation and the Department of the Navy (December 12, 2007)
Environmental Tectonics Corporation (ETC) and the Department of the Navy entered into this agreement to ensure ETC maintains responsible contracting practices with the U.S. Government. ETC agrees to implement and maintain a comprehensive compliance program, including codes of conduct, an ethics advisor, a whistleblower hotline, written contracting procedures, and regular audits. The agreement outlines ETC’s obligations to report and address any misconduct, with oversight and approval from the Navy’s Debarring Authority. This agreement is part of ETC’s response to a prior suspension notice and is focused on ensuring lawful and ethical government contracting.
AND THE DEPARTMENT OF THE NAVY
2
3
1 | The training proposed by ETC will be for each of its directors and officers, as well as, those employees, consultants and contract employees that ETC reasonably expect to perform services on Government contracts. |
4
5
6
7
8
Mark O. Wilkoff | ||||||
Suspending and Debarring Authority | ||||||
Department of the Navy | ||||||
Dated: | ||||||
ENVIRONMENTAL TECTONICS CORPORATION | ||||||
By: | ||||||
William F. Mitchell | ||||||
President and CEO | ||||||
Dated: | ||||||
9
![]() | DEPARTMENT OF THE NAVY OFFICE OF THE GENERAL COUNSEL 720 KENNON STREET SE RM 214 WASHINGTON NAVY YARD DC 20374-5012 |
Environmental Tectonics Corporation
County Line Industrial Park
125 James Way Road
Southampton, PA 18966
Associate Counsel
Acquisition Integrity Office
Office of the General Counsel
720 Kennon Street SE, Rm 213-K
Washington Navy Yard DC 20374-5012
Sincerely, | ||||||
![]() | ||||||
MARK O.WILKOFF | ||||||
Suspending and Debarring Official | ||||||
Department of the Navy | ||||||
Date: | 10/02/07 |
![]() | DEPARTMENT OF THE NAVY OFFICE OF THE GENERAL COUNSEL 720 KENNON STREET SE RM 214 WASHINGTON NAVY YARD DC 20374-5012 |
SUSPENDING AND DEBARRING OFFICIAL
(a) | The suspending official may suspend a contractor suspected, upon adequate evidence, of |
(1) | Commission of fraud or a criminal offense in connection with |
(i) | Obtaining; | ||
(ii) | Attempting to obtain; or | ||
(iii) | Performing a public contract or subcontract. |
(3) | Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; [or] | ||
(7) | Commission of any other offense indicating a lack of business integrity or business honesty that seriously and directly affects the present responsibility of a Government contractor or subcontractor. |
(c) | The suspending official may upon adequate evidence also suspend a -contractor for any other cause of so serious or compelling a nature that it affects the present responsibility of a Government contractor or subcontractor. |

JOSEPH K. MOORE
Associate Counsel
Acquisition Integrity Office
Adoption of Code of Conduct and Code of Ethics | Done | |
Hot Line Implementation | Done | |
Ethics Advisor Position Established | Done | |
Revisions and Amendments to Code of Conduct, Code of Ethics and Whistleblower Policy | Done | |
Employee Re-Notification Re: Hot Line | 10 days after the Administrative Agreement is fully executed | |
Employee Acknowledgements of Codes | 10 days after the Administrative Agreement is fully executed | |
Commence Reporting/Investigation of Suspected Misconduct | 10 days after the Administrative Agreement is fully executed | |
Employee Eligibility Screening Procedure Implemented | ||
(Existing Employees and New Applications) | 10 days after the Administrative Agreement is fully executed | |
Contract Procedures Manual | Done | |
Audit and Compliance Review Procedure | Done | |
Federal Contracts Library | Done | |
Training Programs | Implemented, see Annex 8 | |
Executive Performance Appraisal Ethics | Done, see Annex 9 |
Howard Kelley ETC Audit Committee Chairman 3249 Saint James Avenue Jacksonville, FL 32205 1 ###-###-#### ***@*** | ||||
and/or | ||||
Duane D. Deaner, Ethics Advisor C/o Environmental Tectonics Corporation County Line Industrial Park 125 James Way Road Southampton, PA 18966 1 ###-###-#### ***@*** |
| Strict abeyance to the law | ||
| Honesty in personal and business dealings | ||
| Fairness and respect to all | ||
| Concern about ETCs affects on others | ||
| Proactive in taking initiative to address issues before they become problems | ||
| Personal responsibility as an employee and citizen | ||
| Exercise of good judgment in business dealings and operational decisions affecting the conduct of ETC |
2
3
ETC entities actively support initiatives designed to improve the communities in which they reside.
4
Howard Kelley ETC Audit Committee Chairman 3249 Saint James Avenue Jacksonville, FL 32205 1 ###-###-#### ***@*** | ||||
and/or | ||||
Duane D. Deaner, Ethics Advisor C/o Environmental Tectonics Corporation County Line Industrial Park 125 James Way Road Southampton, PA 18966 1 ###-###-#### ***@*** |
5
40 Pennington Ct.
Delanco, NJ 08075
Responsibilities: Directly responsible for all of the classical accounting areas including systems, financial, treasury, investor relations, acquisitions and human resources. |
Responsibilities: Senior finance executive in charge of all accounting, finance, treasury and contracts. |
Responsibilities: Chief technical accountant. Prepared all monthly reporting, quarterly/annual SEC filings and annual budgets. |
Responsibilities: Prepared annual budgets and strategic plans. Coordinated monthly reports and financial and operational analysis. |
Whistleblower Policy
1. | Filing a Complaint. Any employee of ETC may submit on a confidential, anonymous basis if the employee desires, any concerns regarding financial or ethical conduct. Such areas may include the following: |
| Financial statement disclosures | ||
| Accounting practices | ||
| Internal accounting controls | ||
| Auditing matters | ||
| Violations of ETCs Code of Ethics for Senior Management | ||
| Violations of ETCs Code of Business Conduct | ||
| Failure to comply with applicable rules, regulations and agreements |
2. | Company Response. ETC shall promptly forward to the Audit Committee any complaints that it has received regarding financial statement disclosures, accounting, internal accounting controls or auditing matters. |
3. | Investigation. Following the receipt of any complaints, the Audit Committee will investigate each reported matter so reported and take corrective and disciplinary actions, if appropriate. Actions by the Audit Committee may include, alone or in combination, a warning or letter of reprimand, demotion, loss of merit increase, bonus or stock options, suspension without pay or termination of employment. |
4. | Retaliation. ETC does not permit retaliation or retribution of any kind against employees for complaints submitted under this policy that are made in good faith. | |
5. | Reports to the Board. The Audit Committee shall report to the full Board of Directors at least on a quarterly basis the number and nature of any complaints and the status of determination. | |
6. | Record Retention. The Audit Committee shall retain as a part of the records of the Audit Committee any such complaints or concerns for a period of no less than seven (7) years. |
ETC Audit Committee Chairman
3249 Saint James Ave.
Jacksonville, FL 32205
904 ###-###-####
***@***
c/o Environmental Tectonics Corporation
County Line Industrial Park
125 James Way
Southampton, PA 18966
1 ###-###-####
***@***

1. | Introduction | |
The business of U.S. Government contracting is far different than commercial contracting due to the highly regulated procurement system as dictated by law and regulation that covers the entire process, from the solicitation stage through contract award and final completion. This Manual seeks to generally present the elements of that process as they are put into practice at Environmental Tectonics Corporation (ETC or Company). | ||
2. | Table of Contents |
Introduction
Table of Contents
Terminology
Guide to Usage of the Manual
Overview of the Contracting Process with ETC
Authority within ETC to Sign a Contract
ETC Responsibilities
ETC Code of Conduct and Ethics
Contract Types
Intellectual Property Rights & Protection
Payment & Financing
Standard Contract Language and Forms
Overview of the FAR and DFARS
ETC Contract Checklist
Preliminary ETC Business Considerations and Decisions
The Solicitation: IFBs and RFPs
Standard Contract Language in Competitive Procurement
Forms and Certifications for Competitive Procurement
ETC Process and Procedure Checklist for submission of Bids and Proposals
Procurement Integrity
Protecting Procurement Information
Organizational Conflicts of Interest
TINA Compliance Defecting Pricing
Buy American Act
Purchasing
Subcontracting
Change Management
1
Record Keeping
Termination of the Contract
Closing of Contracts/Checklist
Importance of Bid Documents
Pricing the Claim
Supporting Documentation & Sign-offs
Claim Certification
Sanctions for Non-Compliance
3. | Terminology | |
The terms used in this Manual have the definitions attributed to them in the Federal Acquisition Regulation (FAR), unless specifically defined herein or in the Glossary, at the end of this Manual. | ||
4. | Guide to Usage of this Manual | |
This manual reflects the policy of ETC. It sets forth the written procedures to be followed within the Company by ETC employees, at all levels, in the conduct of business with the U.S. Government and its authorized representatives. It is intended that this manual be reviewed and, if necessary, updated on an annual basis. It is further intended that this Manual be consistent with all applicable laws and regulations. Yet, this Manual is not intended to be nor should it be used as a substitute for specific legal advice on the many issues that may be faced by the Company related to government contracts or the topics discussed herein. | ||
5. | Overview of the Government Contracting Process within ETC | |
Within the Company, the Contracts Department, particularly the Contract Administrator (CA), is the primary enabler in the Government bidding/proposal process, as well as in contract administration. The contracting process at ETC begins with proposal |
2
development; that is, when a decision is made to participate in a solicitation and ends when the final delivery has been made and full payment has been received. | ||
When the decision has been made to submit a bid/proposal, the Sales Department obtains the solicitation and provides it to the Contracts Department. The CA performs a detailed review of the solicitation and issues a bid review/summary, together with a copy of the solicitation package to selected in-house bid/proposal team members. The summary outlines and provides comments on the key solicitation requirements, particularly emphasizing (a) the proposal preparation instructions, and (b) any other provisions that could impact the Companys decision to submit a bid/offer. The team members are instructed to review the solicitation as a whole so they can view those requirements relevant to their particular functional area, and formulate any questions or requests for clarification. The CA will either provide the clarification internally, or submit the queries to the Government, if necessary. The team members will strive to avoid the need for post award questions and clarifications. | ||
A proposal kickoff meeting will be conducted by the CA, during which individual task assignments will be made (proposal preparation, technical review, costing, etc.). The CA will conduct a final review of the Companys bid/proposal to determine that it fully conforms to the solicitation requirements. After confirmation, the Companys bid/proposal will be signed by a duly authorized representative of the Company and submitted, as required. | ||
The CA is the official liaison to the Government and conducts all subsequent communications on behalf of the Company with the contracting agencys representative(s), with the assistance of team members, as needed. | ||
Upon contract award, the CA shall prepare a sales order release (SOR) document and will issue it to all departments. This document contains the actual job charging number (SOR #), and essentially summarizes the significant contract requirements for ready reference and guidance. The SOR is accompanied by a copy of the contract, the technical specifications, the technical proposal and other pertinent documents. | ||
The CA will then conduct a mandatory contract kickoff meeting that includes the designated Project Manager and other department representatives to review the contract requirements and to implement the contract performance plan. Responsibilities for each contract requirement are assigned as action items, with suspense dates, to individual attendees. At this meeting the CA re-emphasizes that all contractual requirements must be met, without deviation. | ||
If the need arises during the course of contract performance for clarification or changes to the contract requirements, an internal written request must be submitted to the CA for review. If deemed appropriate, the requests will be submitted to the Contracting Officer (CO) for evaluation and response. As a general policy, all verbal or written communications with the Government are to be conducted by the CA except in such cases where, to avoid delay, it may be advisable to have direct technical discussions between the parties respective technical representatives. With only limited exceptions, |
3
all ETC employees should understand that the CO is the only person that can bind the Government to a change of a contract requirement. Emphasis is made that ETCs CA is responsible to review, submit and negotiate all change order requests, including related cost proposals, to the CO. Finally, when nearing contract completion, the CA performs the contract closeout procedure. | ||
6. | Authority within ETC to Sign a Contract | |
The following individuals are authorized to sign Government contracts, agreements and other legal documents on behalf of the Company: |
William F. Mitchell, Jr., Vice President, Contracts & Purchasing
Gregory H. Daub, Director of Contract Administration
Duane D. Deaner, Chief Financial Officer
7. | ETC Responsibilities | |
As a Government prime and subcontractor, the Company has the obligation to conduct its business with all Government entities, either directly or indirectly, utilizing fair and acceptable contracting practices to ensure that the Company is at all times in compliance with federal procurement laws and regulations. The focus of this Manual, therefore, is to present the Companys practices and procedures in a way that will ensure full adherence to lawful, regulatory and ethical dealings with the Government. | ||
8. | ETC Code of Conduct and Ethics | |
The Company maintains a written Code of Conduct, a Code of Ethics and a Whistleblower Policy. Each of these policies may be viewed on the Companys webpage at http://www.etcusa.com. |
4
1. | Contract Types | |
The Federal Acquisition Regulation (FAR), Part 16, provides a wide selection of types of Government contracts. There are two broad categories of government contracts: Fixed-Price contracts and Cost Reimbursement contracts. Within these categories, the Companys particular experience has been largely of the Fixed-Price type and, specifically, Firm-Fixed-Price (FFP). The Company has had more limited experience with Cost-Reimbursement contracts; specifically, Cost-Plus-Fixed Fee (CPFF). | ||
A FFP contract provides for a price that is not subject to adjustment and places maximum risk and full responsibility on the Company for controlling costs and any resulting profit (or loss). | ||
A CPFF contract, on the other hand, provides for a negotiated fee (profit) that is fixed at the inception of the contract. The fee may change only if the scope of work changes, as expressed by written contract modification. The CPFF contracting arrangement features minimum risk and a guaranteed profit to the Company. | ||
2. | Intellectual Property Rights and Protection | |
The Company utilizes privately-owned proprietary Intellectual Property (IP) related to most of its products, since they have been designed at private expense (i.e., not with Government funds); hence, steps are taken to protect the unauthorized disclosure of such IP to other parties. In the case of bids/proposals to Government entities, the FAR dictates certain procedures to achieve this end. For instance, when submitting proposals which contain proprietary IP, ETC follows FAR 52.215-1, which requires the following specific marking on the proposal document(s): |
5
Further, Department of Defense FAR Supplements, DFARs ###-###-#### and ###-###-#### require similar marking and/or restrictive assertions regarding the Governments rights to use of proprietary IP in the form of technical data and software, respectively. | ||
It is the Companys policy that the above restrictive legends be included on all bids/proposals to the Government that contain our proprietary IP, as is consistent with the FAR, DFAR and other applicable laws and regulations. | ||
3. | Payment and Financing | |
ETCs Accounting Department is responsible for all activities relating to the overall financial activities of the Company. The payment and financing functions fall within this area of responsibility. With respect to cost accounting, invoicing and payment, the following is typical with respect to the Companys Government contracts. | ||
Progress Payments. When permitted by the contract, payment under Government contracts may be made pursuant to FAR 52.232-16, Progress Payments. A prerequisite to the receipt of progress payments is the obligation to have in place an accounting system to ensure that the Company adheres to FAR Part 31, Contract Cost Principles and Procedures. The Company currently operates under such an accounting system, and normally requests progress payments. The Government normally makes payment within thirty (30) days of invoice submittal date, unless the invoice is audited. All progress payment invoices are subject to Government audit, typically by the Defense Contract Audit Agency (DCAA). Total progress payments may not exceed 80% of the total price of the contract. Under this process, the Accounting Department reviews contract costs at the end of each (monthly) billing period and submits an invoice (electronically) to the Government office identified in the contract via the Governments WAWF (Wide Area Work Flow) system, a paperless billing procedure. Progress payments are liquidated (recouped) by the Government from regular contract payments as they are made. | ||
Payments under CPFF contracts. FAR 52.216-7, Allowable Cost & Payment, provides for payments to be made as follows: |
o | Invoicing of costs (excluding fee) not more than every two (2) weeks. | ||
o | Payments will ordinarily be made within thirty (30) days. | ||
o | Only costs actually paid (not incurred) | ||
o | Indirect cost rates are to be established per FAR 42.7. |
Payment of the Fixed Fee shall be made in accordance with the schedule included in the specific contract: | ||
Other. Invoicing and payment under FFP contracts or orders other than progress payments or CPFF terms normally occur on a one-time Net 30 days payment basis upon contract completion. Alternate payment arrangements, such as fixed milestone payments or fixed monthly payments (i.e., for service contracts), may also apply. |
6
4. | Standard Contract Language and Forms | |
The U.S. Government, as a customer, presents unique challenges because of its highly regulated procurement system. These regulations are voluminous and complex, and selling to the Government requires a thorough knowledge of, strict attention to, and full compliance with, the laws and regulations that govern Government contracting transactions. | ||
Standard contract forms and related contract language most commonly used by ETC are largely contained within the FAR at Parts 52 and 53, and Department of Defense FAR (DFAR) Supplement, Subchapter H. The following is a listing of Forms that are frequently encountered by the Company: | ||
Forms: | ||
Civilian and/or Military Agencies | ||
Standard Form 26, Award/Contract | ||
Together with its separate Sections A through M, comprises all contractual requirements including clauses in full text or incorporated by reference, and any attachments. | ||
Standard Form 33, Solicitation, Offer and Award | ||
Together with its separate Sections A through M, comprises all contractual requirements, including clauses in full text or incorporated by reference, and any attachments. | ||
Standard Form 30, Amendment of Solicitation/Modification of Contract | ||
The SF-30 is issued to incorporate changes to either the solicitation or the contract. If it is issued to change the solicitation, it is considered an amendment; if it is issued to change the contract, it is a modification. | ||
Standard Form 1443, Contractors Request for Progress Payment | ||
Progress Payments, as authorized by FAR 52.232-16, must be requested using this form. | ||
Standard Form 1449, Solicitation/Contract/Order for Commercial Items | ||
Used for Multiple Award Schedule and Commercial Products. | ||
Military Agencies | ||
DD Form 250, Material Inspection and Receiving Report | ||
Used, when required, to document contract shipments. It may also be used as an invoice. | ||
DD Form 1155, Order for Supplies or Services | ||
Typically used as the contract vehicle for small-dollar purchases, such as spare parts or services. | ||
DD Form 1423, Contract Data Requirements List (CDRL) |
7
The DD-1423 outlines the requirements for data to be furnished under the contract (i.e., drawings, technical manuals, provisioning lists, etc.) | ||
DD Form 1664, Data Item Description (DID) | ||
The DID supplements the DD-1423 by providing a detailed description of the required CDRL item. | ||
Contract Language | ||
Standard Form (SF) 26 and 33 | ||
The language contained in these two forms is stipulated by regulation and is comprised of Sections A through M as continuation pages that contain the specific clauses and language that encompasses the whole of the contractors obligations under the contract. These Sections (see table, below) contain either the full text of provisions and clauses or incorporate them by reference. They may also be tailored to include the specific needs of the procuring agency. |
Section | Description | |
A | Solicitation/Contract Form | |
B | Supplies or Services and Prices/Costs | |
C | Description/Specs/Work Statement | |
D | Packaging/Marking | |
E | Inspection and Acceptance | |
F | Deliveries or Performance | |
G | Contract Administration Data | |
H | Special Contract Requirements | |
J | List of Attachments | |
K | Representations and Certifications and other Statements of Offerors | |
L | Instructions, Conditions and Notices to Offerors | |
M | Evaluation Factors for Award |
Most Government contracts also include clauses that require the Company to pass through certain contractual obligations to their subcontractors and vendors. This would include, but is not limited to, such areas as inspection and quality control, the DoD Government priority system (DPAS) obligations, minority business, women-owned business, Viet Nam Veteran-owned business and small business subcontracting. | ||
5. | Overview of the FAR | |
The FAR is a series of regulations issued by the Government that concern the requirements of contractors for selling to the Government. The FAR is codified in Title 48 of the United States Code of Federal Regulations. It is issued pursuant to the Office of Federal Procurement Policy Act of 1974 (Pub. L. 93-400 and Title 41 of the United States Code). It is prepared, issued, and maintained jointly by the Secretary of Defense, the Administrator of General Services, and the Administrator, National Aeronautics and Space Administration (48 CFR 1.103). With few exceptions, all government agencies are required to use the FAR. |
8
The FAR is divided into 53 parts and organized into eight Subchapters that are numbered A through H. Each part is then divided into subparts, sections, and subsections, with further divisions below the subsection level. | ||
The original purpose of the FAR was to consolidate the numerous individual agency regulations into one comprehensive set of standards which would apply government-wide and, officially, individual agencies were discouraged from issuing supplemental regulations. However, nearly every major cabinet-level department (and many agencies below them) have issued such regulations, which often place further restrictions or requirements on contractors. The Defense Federal Acquisition Regulation Supplement (DFARS), is one such supplement that is used by the Department of Defense. | ||
Purpose of FAR | ||
The purpose of the FAR is to provide uniform policies and procedures for acquisition. FAR 1.101. Among its guiding principles is to have an acquisition system that (1) satisfies the Government customers needs in terms of cost, quality, and timeliness; (2) minimizes administrative operating costs; (3) conducts business with integrity, fairness, and openness; and (4) fulfills other public policy objectives. | ||
The FAR also includes socio-economic requirements, such as for certain items that are required to be purchased from United States firms only (Buy American clauses), and for large business concerns to use small business concerns (especially, small disadvantaged businesses, woman-owned and/or minority-owned, and Viet Nam Veteran-Owned) as suppliers and subcontractors. | ||
When a government agency issues a contract or a proposal, it will specify a list of FAR provisions (and agency supplements) that apply to that contract, which may be numerous. In order to be awarded a contract, a bidder must either comply with the provisions, demonstrate that it will be able to comply with them at the time of award, and/or claim an exemption from them. As an example, FAR Part 30, which references Cost Accounting Standards (CAS), exempts small business concerns of that requirement. If the bidder can demonstrate that it meets the small business criteria, Part 30 would not apply. | ||
6. | ETC Contract Checklist | |
The following is a brief checklist followed by ETC on receipt of a new Government contract: |
o | Review the contract against the Companys final bid/proposal for the following key requirements and clauses: |
§ | All solicitation amendments are included | ||
§ | Accuracy of product and data item description and cited specifications | ||
§ | Quantity | ||
§ | Delivery | ||
§ | Inspection requirements | ||
§ | Warranty | ||
§ | Shipping Terms |
9
§ | Packaging, Packing and Marking | ||
§ | Price | ||
§ | Payment Terms | ||
§ | Invoicing requirements | ||
§ | Requirement for performance and/or payment guarantee required? | ||
§ | Contract attachments/exhibits | ||
§ | Is a post-award conference scheduled? | ||
§ | Purchasing: |
| Subcontractor/vendor pass-through clauses | ||
| Government Priority (DPAS) requirement | ||
| Buy American requirements |
§ | Inform Contracting Officer in writing of any discrepancies and request prompt correction. |
10
1. | Preliminary ETC Business Considerations and Decisions | |
ETC was incorporated in Pennsylvania in 1969 and has been in active operation since that time. The Company is principally engaged in the design, manufacture and sale of software-driven products used to create and monitor the physiological effects of motion on humans and equipment and to control, modify, simulate and measure environmental conditions. These products include aircrew and commercial space flight training systems, entertainment products, sterilizers, environmental and hyperbaric (pressure) chambers and other products that involve similar manufacturing know-how and techniques and engineering technologies. | ||
All of these products and services currently offered have been designed by ETC and are time-tested, and the Company enjoys a well-earned reputation in those fields, both in the U.S. and abroad. Since inception, the level of ETCs Government business has varied from being a significant share, to a minor share. As to business considerations regarding Government work, ETCs current policy is to pursue only those projects that fit squarely within its existing product lines. | ||
2. | The Solicitation: Sealed Bidding (IFBs) and Competitive Negotiation (RFPs) | |
The Invitation For Bid (IFB), or Sealed Bid, entails publicly opened, competitive, bids for the award of a contract on the basis of price and other price-related factors as stated in the IFB. Applicable specifications are firm and not subject to variation. Bids are evaluated without discussion with bidders. No exceptions to the solicitation terms and conditions may be taken, and any bidder who does not conform to these criteria risks summary rejection, regardless of standing, price-wise or otherwise. The contract award is made to the lowest responsive and responsible bidder. | ||
Competitive Negotiation/Request for Proposal (RFP). A solicitation other than sealed bidding is a negotiated solicitation, also referred to as a Request for Proposal (RFP). The RFP involves two types of acquisition, (a) Sole Source and (b) Competitive. The negotiated approach allows more flexibility to both the Government and the contractor; that is, lowest price is not always the primary Government consideration. The CO may either make an award without discussions with offerors, or may conduct discussions; i.e., to clarify ambiguous proposal terms, negotiate the price and, finally, to select the offeror whose overall proposal is the most advantageous to the Government. Under FAR 15.403-4, the CO may, in the case of a sole source competitive purchase exceeding $550,000 in total value, require the submittal of cost or pricing data accompanied by a Certificate of Current Cost or Pricing Data. | ||
3. | Standard Contract Language in Competitive Procurement | |
As outlined in Chapter 2, the contract language contained in either a competitive or a sole source RFP is essentially the same. The table (below) usually appears in Section A of the |
11
solicitation, and each of the named Sections include the FAR-mandated clauses and other specific language added by the procuring agency tailored to fit their purpose. |
Section | Description | Pg(s). | ||||
A | Solicitation/Contract Form | |||||
B | Supplies or Services and Prices/Costs | |||||
C | Description/Specs/Work Statement | |||||
D | Packaging/Marking | |||||
E | Inspection and Acceptance | |||||
F | Deliveries or Performance | |||||
G | Contract Administration Data | |||||
H | Special Contract Requirements | |||||
J | List of Attachments | |||||
K | Representations and Certifications and other Statements of Offerors | |||||
L | Instructions, Conditions and Notices to Offerors | |||||
M | Evaluation Factors for Award |
Section A is the face page. It contains the RFP number, due date/time, issuing office, and additional blocks to be completed by the offeror. This document may also become the contract award document, when executed by the CO. | ||
Section B provides the listing and short description of the Line Item(s) being purchased, together with columns for unit/total price to be completed by the offeror. | ||
Section C either describes the Governments detailed specifications/work statement for the Section B line item(s), or refers to an attached detailed specification, including the offerors technical proposal. | ||
Section D describes the type of packaging, packing, preservation and marking for the item(s) to be delivered. This may either be best commercial practice or military level, and either domestic or export packing. | ||
Section E states the type and location (at source or at destination) of Government inspection and acceptance criteria for each Line Item. It may also invoke FAR clause 52.246-2, Inspection of Supplies Fixed Price, which stipulates that the contractor must have a quality control system that is acceptable to the Government. If a DD-250 is required, it will be stated here, also. | ||
Section F outlines the contract delivery date(s) or completion schedule, as well as the full shipping address for each Line Item(s). | ||
Section G includes contract administration procedures that are peculiar to the purchasing agency, such as invoicing instructions and address, and the type of invoice required (i.e., a DD-250 or contractors commercial invoice form); point of contact for technical issues, patent rights clauses, etc. | ||
Section H invokes specific contract clauses that are required by the agency for the item(s) being purchased. This may include the incorporation of solicitation Section K |
12
(Representations and Certifications see below), and any special insurance, or bonding requirements. | ||
Section I provides a listing of FAR/DFAR or individual agency clauses that may be too voluminous to be included in full, but are incorporated by reference with the same effect as if they are stated fully. | ||
Section J provides a list of all contract attachments; typically, detailed Government specifications, a copy of the contractors technical proposal, and DD-1423 CDRL and DD-1664 DID items, which include the specific data requirements for deliverable Line Items. | ||
Section K of the RFP (usually incorporated in any resulting contract) contains the FAR/DFAR-specified Representations and Certifications (Reps & Certs). These are various check-the-block and fill-in entries to be completed by the offeror that provide the Government with important information concerning the offeror such as: business size and type (Large or Small Business Concern); minority/ women/veteran-owned/disadvantaged; Affirmative Action compliance; CAS Certification; company ownership information; place of performance; point of contact information, etc. NOTE: The accuracy of information entered and/or certified in this section is of great importance to the bidder/contractor, since misrepresentation and or untruthful replies may expose the Company to loss of the contract, fines, penalties, etc. | ||
Section L. This Section includes very important and detailed format and instructions on how to structure the offerors proposal. They vary for each Government agency, and must be followed carefully. Failure to adhere to these instructions may cause rejection of the proposal. | ||
Section M outlines the Governments evaluation scheme for determining the manner in which they will select the winning offer. Typically, this will list the factors and the priority of these factors, such as: |
4. | Forms and Certifications for Competitive Procurement (RFPs) | |
The prescribed forms and certifications for competitive procurements include: |
These forms also include the Representations and Certifications (Section K). |
13
Another significant certification that may be required is a Certificate of Current Cost or Pricing Data. The section of this manual entitled Truth In Negotiations Act contains a more specific discussion on this topic. | ||
5. | ETCs Process and Procedure Checklist for Solicitation Reviews and Submission of Proposals | |
The CAs function within the Companys overall proposal effort is an essential one that cannot be overemphasized. It is at once educational, advisory and preventive in nature; that is, to identify and resolve problems and questions early in the proposal stage, and avoid having to backtrack after the contract is received and attempting to get it resolved. The CA should assume that most personnel are not always keen to the finer (or, even some of the more obvious) points of Government contract laws and regulations, and it is his/her task to instruct and advise them in such matters. This is initially achieved by (a) performing a detailed review of the RFP package, and (b) recording comments in the bid review/summary document that is distributed to all proposal team members. Below is a basic checklist to follow. | ||
General Checklist |
| Ensure that the entire bid package is on hand, including referenced attachments and amendments. Immediately obtain any missing documents from the CO. | ||
| Resolve any unclear, ambiguous or patently obvious solicitation errors immediately, in writing to the CO. | ||
| Ensure that all referenced government specifications and/or standards are available. If not, obtain them immediately. | ||
| Read every bid provision carefully, noting any portions that will need specific comment or instruction. | ||
| Type all review comments on the ETC RFQ/RFP Summary/Comment form. | ||
| Circulate bid package, etc. to proposal team for collective evaluation. |
| Delivery requirements | ||
| Shipping terms | ||
| Is there a liquidated damages provision? | ||
| Is there a Warranty period and does it exceed ETCs standard warranty? | ||
| Is a bid guarantee required? (if so, refer to the CFO for premium cost and availability). | ||
| Is a Performance guarantee required? (if so, refer to the CFO for premium cost and availability). | ||
| Special QC/Inspection/Acceptance requirements (i.e., industrial or military standards or specs). | ||
| Shipping terms (Risk: FOB/CIF/C&F, etc.), and who pays transportation cost. | ||
| Payment terms: (i.e., net 30 days, progress payments, milestone payments, etc.) |
14
| Export licensing requirements, if any. This may apply to Foreign Military Sales (FMS) contracts. The Export Administrator should be queried on this. | ||
| Intellectual Property relative to proprietary data and software/source code. Review the RFP Data Rights provisions. | ||
| Is a pre-proposal conference and/or site visit required? If so, make special note in comments. Failure to attend waives any protection against later contractual problems related to issues discussed or on-site conditions. |
All questions raised during the internal review process concerning ambiguous or otherwise unclear RFP provisions or specifications should be submitted to the CO in writing for immediate clarification. | ||
6. | Procurement Integrity | |
The Office of Federal Procurement Policy Act (41 U.S.C. 423), and otherwise known as the Procurement Integrity Act (Act), is implemented by FAR Part 3.104. It prohibits certain activities by personnel involved in the Government procurement process, including commercial entities. While primarily directed at Government procurement officials, the Act also covers bidders and offerors. Inasmuch as ETC participates as a bidder/offeror on Government contracts, the following activities by Company employees or representatives are strictly prohibited in connection with Government procurements in which the Company participates: |
| Offering or accepting gratuities; i.e., any gift, favor, entertainment, hospitality, transportation, loan or any other tangible item, and any intangible benefits, including discounts, passes, and promotional vendor training given or extended to federal employees. | ||
| Offering or accepting bribes. | ||
| Offering, or accepting, employment at the Company. | ||
| Arriving at bid prices through consultation or collusion with other bidders. | ||
| Paying commission to an agent that is contingent on obtaining a Government contract, otherwise known as a contingent fee. | ||
| Restricting, or attempting to restrict, ETC subcontractors from bidding directly on a Government contract. | ||
| Submitting falsified cost or pricing data to the Government | ||
| Falsification or destruction of contract records in an effort to hide non-compliance, or demonstrate compliance, with the requirements of a Government contract. | ||
| Delivering inferior or nonconforming goods under a Government contract. |
In connection with the Act, the Company is required to maintain its records relating to Government contracts for a minimum of three years. | ||
7. | Protecting Procurement Information | |
Procurement Information is generally defined in the Procurement Integrity Act as bid or |
15
proposal information (i.e., of any bidder or offeror) and source selection information (generated by the Government in connection with a particular solicitation). It may, as well, include the proprietary information of competing offerors. The Act contains a strict prohibition against the disclosure of procurement information by Government procurement officials before the award of a Federal Agency procurement contract. This includes such officials that are either present or former Government employees who have, or had, access to contractor bid or proposal information. By the same token, any other person (i.e., another bidder/offeror) is prohibited from obtaining contractor bid or proposal information, or source selection information, before the award of the contract. Should such information be inadvertently received by an ETC employee, it should immediately be referred to the Companys Ethics Officer who, in turn, will contact the CO for further instructions. | ||
8. | Organizational Conflicts of Interest | |
Organizational Conflicts of Interest also fall within The Procurement Integrity Act. Contractors are prohibited from discussing employment with certain federal officers and employees. In addition, former federal employees are restricted from performing certain services once they depart the Government. These latter restrictions vary in length and scope, depending upon the status of the former federal employee and the work he/she performed while in Government service. Consequently, contractors must implement procedures designed to (a) prevent improper employment discussions with current Government employees, and (b) ensure that former federal personnel employed by the Company do not illegally work on matters that may create a conflict of interest or, it should be added even the appearance of such a conflict. Failure to do so may result in harsh sanctions being imposed by the Government on all concerned. | ||
Any situation involving the discussion of employment of an active, or former, federal official should be referred to the Companys Ethics Officer for further action. | ||
9. | Truth In Negotiations Act Compliance (TINA) and Defective Pricing | |
The CO is tasked with ensuring that the offered price(s) under any solicitation is fair and reasonable, and toward that end, he/she has certain avenues available to achieve this, including obtaining either a proposal analysis or cost or pricing data. The proposal analysis is used when cost or pricing data are not required, and may entail, among other things, having a Government technical and/or financial representative review/compare a) all proposed prices under the solicitation, b) prior sales history of the item being purchased, c) competitive public price lists or other market information, d) the Governments internal estimate, and e) pricing information provided by the offeror. | ||
The Truth In Negotiations Act (TINA) was enacted for the purpose of providing full and fair disclosure by offerors and/or contractors in the conduct of negotiations with the Government. A significant provision included in TINA is that the contractor may be required to submit certified cost and pricing data in connection with negotiated procurements expected to exceed $550,000 in value. |
16
Cost or pricing data is generally comprised of all facts that prudent buyers and sellers would reasonably expect to significantly affect price negotiations. This may include subcontractor/supplier quotations, nonrecurring costs, make-or-buy decisions, labor and overhead rates, etc. The submission of such data allows the CO to determine the reasonableness of the offered price(s). In addition, FAR 15.406-2 requires the contractor to certify that the submitted data is accurate, current and complete (see Certificate, below). If it is later found that the contractor submitted cost data that did not meet these criteria (as certified), the price may be reduced accordingly. TINA exempts from its coverage (a) a price based on adequate competition, (b) a price set by law or regulation, (c) a price for a commercial item as defined in FAR 2.101, or (d) if the agency grants a waiver (FAR 15.403-1(b)/(c). In certain circumstances, the Government has the right to audit the contractors price proposal utilized in price negotiations for up to three years after final contract payment. | ||
The Certificate of current cost or pricing data reads as follows: |
Signature ...
Name ...
Title ...
Date of Execution ...
Contractors, therefore, must ensure that no false, fictitious, or fraudulent statements are made to a federal agency. 18.U.S.C § 1001. A false representation with respect to a companys cost submittals under negotiated contracts or contract modifications may subject the company and its management and employees to civil and/or criminal liability. | ||
All in all, in view of the stringent rules placed on Government contractors, It is incumbent on ETC to train all of its employees who deal with the federal government in any capacity. It is essential that they be made aware of, and understand these myriad restrictions and potential serious penalties imposed for non-compliance. |
17
10. | Buy American Act | |
The Buy American Act restricts the purchase of supplies that are not domestic end products, for use in the United States. A foreign end product may be purchased if the Contracting Officer determines that the price of the lowest domestic offer is unreasonable or if another exception applies. Also, the buy American Act requires, with some exception, the use of only domestic construction materials in contracts for construction in the United States. |
18
1. | Purchasing and Subcontracting | |
Purchasing and subcontracting functions that are related to Government contracts are processed according to the requirements of the particular contract; however, the following steps apply generally to procurements in which ETC is involved. | ||
The CA provides instructions to the Purchasing Department regarding prime contract clauses and other requirements that generally flow down to suppliers and subcontractors. |
| Defense Priorities and Accounting System (DPAS) and Government assigned priority, if any. | ||
| Socio-economic clauses, such as: Walsh-Healy Act, Equal Opportunity, Small Business, Small Disadvantaged Business, Minority Business, Veteran-owned, Women-Owned and Equal Opportunity. | ||
| Buy American, Anti-Boycott and Specialty Metals. | ||
| Cost and/or Pricing Data and (Government) Audit and Records. | ||
| Quality Control and Government-Source Inspection (GSI). | ||
| Termination for Convenience and/or Default. |
2. | Change Management | |
FAR part 43 addresses changes to a Government contract. Changes can either be formal or constructive. In either respect, the existence of a change does not in and of itself result in entitlement by the Contractor for increased payments or length of performance. | ||
A formal contract change can take many different forms. An administrative change pursuant to FAR 43.101 does not impact a partys rights and does not entitle the Contractor to any additional compensation, because it is inherently administrative and not substantive. A unilateral written change order pursuant to FAR 43.103(b) is signed by the CO and directs the contractor to take certain action. This directive is exclusively within the control of the Government and, generally, will not entitle the Contractor to any additional compensation. A negotiated bi-lateral modification pursuant to FAR 43.103(a) is a back and forth process whereby the Government and the Contractor each agree that an in-scope change is in the best interest of the Government and that the change was not included within the original contract requirements. In accordance with the Changes clause, the parties negotiate a modification to the contract that includes an equitable adjustment to the contract price and/or period of performance. | ||
Constructive changes are those that arise during contract performance that the Government and the contractor do not agree. Often times, the parties disagree whether or not the work being requested was within the reasonable contemplation of the parties at the time of contracting. Essentially, for a constructive change to have occurred it must be shown that a) a change occurred either as a result of government action or inaction, b) the |
19
contractor did not perform voluntarily, and c) the change resulted in an increase or decrease in the cost and/or period of performance. | ||
The desire of ETC should be to avoid changes, especially constructive changes. Good contract management, of course, is the tool to avoid such changes in the first place. The Government customer, who is tasked with writing a clear and unambiguous contract, and contract specifications, enhances the likelihood of avoiding changes. | ||
By the same token, the best tool the Company has to avoid or minimize changes is to ask questions during the solicitation phase in writing to obtain the Governments written clarification or revision of an unclear, or ambiguous, provision or specification. This can head off many a misunderstanding that might otherwise arise during contract performance. ETCs Project Manager and CA are tasked with this important pre-contract function. The next best approach, after receipt of a contract, is ETCs early detection and submittal of changes to the CO with an associated request for an equitable adjustment (REA) to the contract price and/or delivery schedule. | ||
At the outset of each contract, ETC will appoint a changes team that will be responsible to identify and manage potential changes. Typically, the team will consist of a senior manager, the Project Manager, the CA, the Project Engineer, and the Company Controller. The goal of this team will be to monitor contract performance from a time and cost perspective. During this monitoring, the team will evaluate whether or not the requirements being asked of ETC have expanded beyond those originally required by the solicitation. Increased contract costs or period of performance may be an indicator of a change, but is not determinative of whether or not a change has occurred. | ||
The changes process will only be used by ETC to fairly manage and compensate ETC for additional work required of ETC that was not reasonably contemplated by the parties at the time of contracting. Once a potential change is identified by ETC, notice will be provided to the government at the very earliest opportunity. ETC understands that in order for the CO to have a reasonable basis to evaluate a potential change, ETC must provide to the CO sufficient documentation to justify entitlement and damages. The more complete and documented the claim, the easier it is for the CO to review, present to his/her advisors, and render a decision. | ||
Importantly, a claim exceeding $100,000.00 in value must be accompanied by the following Contractors certification, executed by a person duly authorized to bind ETC with respect to the claim: |
20
As may be evident, education is the key to changes management, and ETC will conduct in-house training for its key project and administrative personnel for the purpose of teaching the finer points of recognizing, preparing, costing, presenting and negotiating successful changes and requests for equitable adjustment. | ||
3. | The Disputes Process | |
The Disputes clause (FAR 52.233-1) invokes the Contract Disputes Act of 1978 (CDA), which governs the processing of claims under DOD contracts. Should the CO reject a claim in whole, or in part, he/she is required to issue a written final decision to that effect. The contractors choice at that point is to either accept the COs decision, or to challenge it by way of a formal appeal. In either case, the contractor must generally continue with contract performance. The appeal may be made to the Board of Contract Appeals (BCA) or to the U.S. Court of Federal Claims (COFC). Timing is critical, as a Notice of Appeal to a BCA must be filed within 90 days of receipt of the COs final decision. An appeal may also be filed with the U.S. Court of Federal Claims (COFC) within one year of filing a Complaint. | ||
The Company does not take lightly the decision to file an appeal. In fact, the Companys current policy is to strongly avoid appeals by resolving disputes informally at their earliest convenience. Moreover, when confronted with irreconcilable dispute, the Company will always pursue alternative dispute resolution as an alternative to formal appeals. It is the Companys policy to weigh its decision very carefully at this juncture, and at the highest management level, before pursuing an appeal under the Disputes clause. Legal advice will be sought and the express approval of the President & CEO will be required. | ||
4. | Cost Accounting Accuracy and Consistency | |
ETC is currently exempt from CAS requirements pursuant to 9903.201-1(a)(3) of the Cost Accounting Standards Board (CASB) regulations. | ||
Historically, in most of its Government contracts the Company has been governed by the FARs cost principles as set forth in FAR Part 31, which define when and to what extent costs can be recovered, as well as by the Truth in Negotiations Act (see above). The Company has in place an accounting and data collection system that conforms with the requirements of FAR Part 31. | ||
In addition, as a public company (AMEX: ETC), ETC is subject to the following regulatory requirements: |
| The Companys accounting policies conform to the rules of the U.S. Securities Exchange Act, and it retains the services of an independent accounting firm, Grant Thornton LLP, Philadelphia, PA, to audit and certify its accounting policies and annual financial statements. These audits are conducted according to the standards of the Public Company Accounting Oversight Board (United States). |
21
| The Sarbanes-Oxley Act of 2002. As a smaller public company under the internal control reporting requirements mandated by Section 404. |
The Companys conformance to these regulations, of necessity, dictates accuracy and consistency in all of its accounting practices. | ||
5. | Indirect Rates | |
The Companys indirect rates for Government contracts (i.e., manufacturing overhead, and general and administrative (G&A) expense) are calculated in conformance with FAR Part 31.203. | ||
6. | Time Charging | |
Time charging process at ETC is summarized as follows: The Company utilizes a job cost accounting system. As stated earlier, all contracts and orders, commercial and government, are assigned an SOR number (a Sales Order Release number). This number is disseminated company-wide. All direct labor (as well as all materials) expended on a given contract is charged to its SOR number and is entered on the employees time sheet. Time sheets are reviewed for accurate time charging and signed by a supervisor, then forwarded to the Accounting Department, where the labor cost is collected and entered under the SOR number in the Aftec PRO-III accounting system. | ||
ETC supervisors are tasked with educating employees under their supervision in this process, and in the importance of the proper and accurate completion of their time sheets. ETC understands the importance of maintaining strict compliance with this process, especially when it comes to tracking and recording labor and materials to government contracts. Moreover, ETC further understands the significance of specifically tracking labor and materials as it relates to potential changes. With that in mind, ETC will, at the earliest opportunity and in no case later then at the time of notifying the CO of a potential change, issue a SOR for each potential change that it identifies on a government contract. Moreover, when recording time to a change SOR, employees will be instructed to keep the most detailed time records so that they may be used accurately to support any charges included in the change. | ||
7. | Product Substitution | |
If the contract incorporates a Government design and/or drawings and specifies parts or components, ETC will purchase and incorporate the specified items in the end item. If the contract contains a product substitution clause, allowing the substitution of products that are no longer available (obsolete), they must be replaced with products of equal or greater functionality at no increase in price. Additionally, if the contract includes an engineering change clause that encourages development of more efficient methodology (i.e., value engineering change) and also reduce costs, such changes will be submitted to the CO for approval and sharing of any cost savings. |
22
8. | Forms and Certifications for Contract Administration |
DD-1443- Contractors Request for Progress Payment
FAR 33.207 Certification of Claim
9. | The Role of the Contract Administrator/Manager | |
The CAs basic duties include solicitation review, order processing and other general administrative duties. In performing these functions the CA is pro-active in the pre-contract or proposal stage. This entails reviewing, in detail, Government solicitation documents, summarizing their requirements, and disseminating the information to the ETC proposal team members; thereafter, coordinating the proposal kickoff meeting, then preparing, signing and submitting the RFP document, together with the Companys technical proposal, to the Government. During this phase, he acts as the primary liaison between the CO and the Company in matters concerning the RFP and the proposal, and conducts or actively participates in negotiations toward finalizing the contract. | ||
The CA serves a similar role following receipt of the contract, including generating correspondence, attending post-contract meetings, submitting deliverable data items, negotiating contract changes, disseminating contract modifications, preparing shipping documentation, and conducting the contract closeout process. | ||
When necessary, the CA performs an active role in the changes process. If it is a Government-requested change (additive or deductive), he coordinates with the Project Manager (PM) to price out, submit and negotiate the final price and revised delivery schedule, and resulting contract modification, with the CO. Similarly, he works closely with the PM and his team in reviewing potential contract changes discovered by ETC that entail a cost and delivery impact. He prepares and submits change requests to the CO, executes the CDA certification, where necessary, and negotiates it to conclusion. | ||
In the event a contract dispute arises, the CA will participate in the management decision of whether or not to file an appeal and, if so, coordinate the Companys activities with legal counsel during the appeal process. | ||
10. | The Role of the Project Manager | |
The Project Manager (PM) heads up the proposal team and works closely with the CA to ensure conformance to the RFP requirements, with particular emphasis on cost, schedule and technical compliance/feasibility. The PM also oversees and coordinates with 1) the engineering team member(s) to ensure the correct technical approach is being followed, 2) the purchasing and manufacturing members to accurately compile direct material and |
23
labor costs, 3) the Accounting Department to determine the proper indirect costs (overhead and G&A) and 4) senior management to decide the going-in profit. | ||
When a contract is received, the PMs primary task is to manage the contract operational aspects to completion within specification, on time and within budget. The PM is the Governments primary point of contact in regards to the engineering, design, manufacturing, final testing and shipment. If the contract includes on-site installation and testing, the PM oversees the field service personnel until completion and Government acceptance. | ||
The PM is also a primary assistant to the CA should any performance issues arise during contract performance; for instance, whether a Government-directed change must be processed (as noted above) or a change in the scope of work discovered by ETC that may require preparing and submitting a claim. | ||
11. | The Overall Role of Management | |
Managements role in the Company is to lead the organization to success in its chosen marketplace, whether commercial or government, in a fair, honest and straightforward fashion. ETC has in place a Code of Ethics, a Company Code of Conduct and a Whistleblower Policy, all of which can be viewed on the companys web page. With these principles as a foundation, ETCs management strives to implement these codes on a day-to-day basis in our dealings with employees, our customers, our suppliers, and other business associates. | ||
12. | Record-Keeping | |
FAR Part 4.7, Contractor Records Retention, prescribes the period of retention for records generated under Government contracts. This means that the described records must be available for Government inspection and audit within that time. Part 4.7 also incorporates FAR Parts 52.214-26 and 52.215-2, both of which require retention of cost or pricing data for 3 years. Subsections of Part 4.7 require different retention periods, depending on the type of record. These periods range from 2 to 4 years. ETCs policy is to comply with the specific records retention policy applicable to the specific records generated on any government contract to which ETC is a party. Moreover, ETCs Accounting and Contracts Departments retains it records for in excess of 6 years. | ||
13. | Termination of the Contract | |
Generally, the Government may terminate its contracts, in whole or in part, either because of default by the contractor, or for the Governments convenience. FAR 52.249-8 permits default termination where the contractor fails to meet contract requirements; i.e., failure to deliver, failure to make satisfactory progress, or failure to meet any other material provision of the contract. In that event, the contractor may not recover its costs, and may also be liable for the Governments cost to re-procure the contract elsewhere. | ||
On the other hand, the Government may, at any time and for any reason (absent bad faith) unilaterally terminate a contract for its convenience pursuant to FAR 52.249-2. The |
24
usual reason for convenience termination is that the Government has no further need for the supplies or services. In this case, the contractor may recover certain incurred costs according to the terms of the Termination for Convenience clause. | ||
Even if the default termination of an ETC contract is to be challenged, it is the Companys policy is to cooperate in good faith in fulfilling its obligations to transfer materials and data, together with title thereto, to the Government, and to protect such items, until the Government takes physical possession. In the case of a convenience termination, ETC will be prepared to provide a well-documented settlement proposal, including all supporting information needed by the Termination Contracting Officer (inventory lists, cost records, etc.), to negotiate a fair and reasonable settlement and dispose of the materials as directed. | ||
14. | Contract Closeout and Checklist | |
ETCs contract closeout procedure entails the following steps: |
| Verification of final, documented completion and Government acceptance of all contract line items, including: |
o | Equipment | ||
o | Data Items |
| Final progress report to Government (if required) | ||
| Return of Government-furnished equipment or property, if any | ||
| Patent Report submitted/accepted | ||
| Final invoice submitted | ||
| Final payment received | ||
| Close out Sales Order Release (SOR) to preclude further cost charging | ||
| Contract records stored to active or dead storage area |
25
1. | Understanding Contract Requirements | |
As noted, it is the Companys strong policy to avoid the filing of claims/disputes. Moreover, as one mechanism to avoid such a situation, the Company is committed to exploring in all instances where claims/disputes arise, the use of alternative dispute resolution mechanisms. Yet, even given the strong desire of the Company to avoid claims/disputes, there remains the likelihood that the Company may be faced with a claim/dispute, whereby the Company believes in good faith that it is entitled to payments or performance period extensions, beyond those originally contemplated by the Contract. When such an instance arises, the Company will generally consider the following step-by-step analysis. | ||
The fundamental basis for considering whether or not the Company may have a basis for a claim is a thorough analysis of the contracts requirements. As mentioned above, steps are taken by the CA to inform the Project Manager and his team of the contract requirements, and to ensure they understand them; these include: |
| Issuing the SOR, together with its attachments, such as customer specifications, technical proposal and related documents. The SOR will be amended as necessary to incorporate any contract changes. | ||
| Conducting a contract kickoff meeting to review and discuss the contract documents. This will include a complete review of all requirements, including those that are (a) contractual/legal in nature and (b) technical (specifications). The kick off meeting will primarily seek to ensure that the team members are fully aware of the contract requirements and that they comprehend the relationship between the various aspects of the Contract. The CA will address any questions or need for clarification of these requirements either internally or through communication with the CO. | ||
| The CA will also stress the need for the team members to bring up any questions concerning contract requirements to his attention at any point during contract performance. The CA will provide a response, and, if necessary, submit the matter to the CO for resolution. |
2. | Importance of Bid Documents | |
The bid documents do not disappear or become irrelevant once the contract is received; indeed, they form an important basis for the contract, as they are incorporated into the contract document itself. If any contractual issues arise, or even disputes or appeals, the bid documents will play a decisive role in their resolution. It is necessary, therefore, that all team members maintain a complete file that includes them, together with the SOR and other documents. The CAs contract file will also include a full copy of the bid |
26
documents, including the solicitation, any amendments, the bid specifications, the Companys proposal, cost and price information, correspondence with the Government purchasing office, telephone memoranda and any other related records, that were generated during the solicitation phase. | ||
3. | Early Claim Discovery During Performance | |
As noted above, despite all the best efforts of the Governments CO and technical team to issue a clear and unambiguous solicitation document, errors will occur; and, likewise, despite ETCs attempts to unearth any such errors and request the Governments correction of the same, before award, something will invariably fall through the cracks. In such a circumstance, the next best approach, then, is to find any such problems as early as possible during contract performance. Early discovery is important, as it will minimize cost, disruption and delay to contract performance. | ||
4. | Managing Claims | |
The proper management of claims requires a well structured, documented and organized approach. ETCs method to achieve this is to appoint a changes team, consisting of a senior manager, the CA, Project Manager, Project Engineer, and the Controller, whose task is to identify any such issues and to assist the CA in preparing and presenting them to the CO for resolution. As soon as an issue arises and no later then the time it is presented to the CO, the Company will promptly issue a SOR with the instruction to the project team to charge all applicable costs to the new SOR in order to form a clear, precise and proper basis for the eventual cost proposal to the CO. Moreover, in respect to all claim SORs, employees will be instructed to record with specificity the labor tasks performed and the costs incurred. | ||
The claims team will assist the CA during the course of negotiations with the CO to arrive at an equitable settlement and contract modification or, on the other hand, to serve as a resource should an appeal ensue. Also, it is important for the changes team to remember that: (i) A claim must be asserted (not necessarily submitted) before final payment is made (FAR 52.243-4(f), and (ii) A claim exceeding $100,000.00 in value must be certified (FAR 33.207) | ||
5. | Preparation of Claims Narrative | |
The presentation of a claim should consist of a narrative that contains, at a minimum, the following information: |
| A statement of the contract requirement | ||
| A summary statement of the change | ||
| A statement of the Government direction or action that caused the Company to exceed the contract requirement(s), including copies of all supporting documents as proof. | ||
| A detailed statement of the work that exceeds, or differs from, the contract requirements |
27
| A computation of the costs of the added work | ||
| An explanation of the related delay, with illustrative chart or graph, if necessary. | ||
| Appendices with pertinent documents, data, cost computations, manning curves, etc. |
It is the policy of the Company to present any claims in the above format. Absent the necessary information to present the claim as indicated above, the claim will not be asserted. | ||
6. | Pricing the Claim | |
The costs included in claims must conform to the cost principles contained in FAR Part 31. These are comprised of both direct costs and indirect costs. | ||
The claim as submitted to the CO should include a breakdown of the costs being claimed, usually arranged as follows: |
Direct Labor: | $ | |||
Overhead (%): | ||||
Subtotal: | ||||
Materials: | ||||
Other Direct Cost: | ||||
G&A (%): | ||||
Subtotal: | ||||
Profit (%): | ||||
Total Amount: | $ | |||
Direct Labor should be broken out on an attached schedule to show the various categories of labor. Materials and ODC should also, to the extent possible, be broken out into major elements. | ||
Indirect Costs (OH and G&A) are comprised of pools of cost, which are not normally broken out into their individual elements in a claim, but are to be available for verification by Government audit. | ||
The Department of Defense (DOD) CO will normally apply the Weighted Guidelines Method in developing a profit or fee objective (DFARS 215.404-71-1). Contractors utilize varied approaches, tailored to their individual business. These methods may arrive at different results. | ||
7. | Supporting Documentation and Sign-Offs | |
The cost elements included in a claim, as outlined above, shall be fully documented and all such documentation made physically available for Government audit normally by the Defense Contracts Audit Agency (DCAA). Direct labor hours for completed work are to be supported by the time sheets of each individual employee involved. This is to |
28
be assured by assiduous time-keeping practices and verification by direct supervisors that the labor hours are charged to the correct SOR number. Material costs, likewise, are to be supported by a combination of supplier quotations, purchase orders, and/or invoices, as appropriate. The same holds true for other direct cost (ODC) charges. All proposed costs are to be reviewed and approved, in writing, by a direct supervisor. Indirect costs (OH, G&A & ODC) being applied to the claim costs are obtained from the Company Controller, who is responsible for calculating them on a periodic basis. | ||
8. | Claim Certification | |
Claims exceeding $100,000.00 in value must be certified (FAR 33.207). | ||
9. | Sanctions for Non-Compliance | |
Sanctions imposed for non-compliance are significant. The False Claims Act (FCA) (31 USC 3729-3733) provides the Government with remedies against parties that process false claims. Parties is defined as either the Company or individual employees. This may include the recovery of treble damages (against companies), and civil penalties of not less than $5,000 $10,000 for each false or fraudulent claim. Criminal statutes provide for fines up to $10,000, and individuals may be imprisoned for up to five years. |
29
30
31
32
| To establish a procedure for the staffing, planning, scope, and reporting of regular audits of the Compliance Program established pursuant to the Agreement between Environmental Tectonics Corporation and The United States Department of the Navy (Agreement). |
| Will include ETC Ethics Advisor and appropriate ETC management personnel. |
| Adherence to the Schedule set forth in Annex 2 for implementation of the Compliance Program. | ||
| Establishment and annual review / updating of Company Code of Ethics. | ||
| Maintenance of complete file of annual officer, director, employee, consultant acknowledgement of the Code. | ||
| Timely investigation and reporting of all instances of suspected misconduct. | ||
| Establishment and ongoing efficacy of a Hot Line. | ||
| Establishment of Contracting Procedures Manual. | ||
| Establishment and regular updating of a library of federal contracting materials. | ||
| Establishment of a Training Program to familiarize all officers, directors, and relevant employees with each component of the Compliance Program. | ||
| Complete participation at training sessions; maintenance of participant certifications. | ||
| Determination of eligibility of all current employees and consultants who provide services in connection with any federally contracted work. Removal from responsibility or dismissal of ineligible persons as required by the Agreement. | ||
| Establishment of screening procedures to assure that ineligible persons are not hired as employees or engaged as contractors in connection with federally contracted work, without prior approval of Navy Debarring Authority. | ||
| Segregation of costs of implementing Compliance Program; treatment of such costs as unallowable during the term of this Agreement. |
| Identification of overall scope and any particular area(s) of focus. | ||
| Audit checklist of Company documentation to be reviewed. |
| Identification of and assignment of all major tasks to be performed. | ||
| Identification of any personnel to be interviewed; any particular transactions to be sampled. |
| Creation and retention of contemporaneous workpapers to document the audit. | ||
| Sign off by Ethics Advisor on completion of all required audit activities. | ||
| Adherence to audit plan. | ||
| Identification of any deficiencies/weaknesses in internal controls (e.g., maintenance of appropriate documents) relating to scope of Compliance Program |
| The Ethics Advisor shall prepare an initial and, thereafter, a yearly report (Report), discussing the audit findings. | ||
| Each Report shall identify (1) All instances of disciplinary action for violations of the Codes; (2) all known, ongoing criminal investigations; (3) all known quitam suits; (4) all known or suspected defective pricing cases; (5) instances in which there are reasonable grounds to suspect that ETC, its directors, officers, employees, consultants, suppliers and/or Governmental personnel have violated Federal laws or regulations relating to U.S. Government procurements; (6) all hotline calls received by the Ethics Advisor including a description of the complaint and any remedial action taken or planned; and (7) any other matter which might affect ETCs present responsibility status, including but not limited to actual or potential suspension and/or debarment actions by other Government entities. | ||
| Audit reports shall include identification of any Compliance Program implementation failures; recommend appropriate corrective action; and provide for prompt follow-up to assure corrective actions have been implemented. | ||
| All reports will be submitted directly to the Audit Committee of ETCs Board of Directors and to the Navys Debarring Authority. |
| Coextensive with the effective date and term of the Agreement. |