RATING DO

EX-10.1 2 a06-22021_2ex10d1.htm EX-10

 

EXHIBIT 10.1

 

 

AWARD/CONTRACT

1. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 350)

RATING
DO

 

PAGE
        1

OF

PAGES
    29

2. CONTRACT (Proc. Inst. Ident.) NO.
M67854-07-D-5006

3. EFFECTIVE DATE
09 Nov 2006

4. REQUISITION/PURCHASE REQUEST/PROJECT NO.

5. ISSUED BY

CODE 

M67854

6. ADMINISTERED BY (If other than Item 5)

CODE 

S1103A

 

 

MARCORSYSCOM-GTES

 

DCMA ATLANTA

 

 

 

 

ATTN CTQ/HOLLY HUBBELL

 

2300 LAKE PARK DRIVE

 

 

 

 

2200 LESTER STREET

 

SUITE 300

 

 

       SCD: B

QUANTICO VA 22134-5010

 

SMYNRA GA 30080

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

7. NAME AND ADDRESS OF CONTRACTOR    (No., street, city, county, state and zip code)

8.

DELIVERY

FORCE PROTECTION INDUSTRIES, INC

 

o  FOB ORIGIN     x  OTHER     (See below)

MIKE ALDRICH

9. DISCOUNT FOR PROMPT PAYMENT

9801 HIGHWAY 78, #3

 

LADSON SC 29456

 

 

10. SUBMIT INVOICES       1

ITEM

 

 

 

 

(4 copies unless otherwise specified)

Section G

 

TO THE ADDRESS

 

CODE    1EFH8

FACILITY CODE

SHOWN IN:

 

11. SHIP TO/MARK FOR

CODE 

 

12. PAYMENT WILL BE MADE BY

CODE 

HQ0338

 

 

 

 

 

DFAS COLUMBUS SOUTH ENTITLEMENT OPS

 

 

 

 

 

 

 

P.O. BOX 182264

 

 

 

 

 

 

 

COLUMBUS OH ###-###-####

 

 

 

 

See Schedule

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN
COMPETITION:

14. ACCOUNTING AND APPROPRIATION DATA

 

 

  o  10 U.S.C. 2304(c)(    )   o  41 U.S.C. 253(c)(  )

 

 

 

15A. ITEM NO.

15B. SUPPLIES/ SERVICES

15C. QUANTITY

15D. UNIT

15E. UNIT PRICE

15F. AMOUNT

 

 

 

 

 

 

 

SEE SCHEDULE

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

15G. TOTAL AMOUNT OF CONTRACT

$214,124,459.00

16. TABLE OF CONTENTS

(X)

SEC.

DESCRIPTION

PAGE(S)

(X)

SEC.

DESCRIPTION

PAGE(S)

PART I - THE SCHEDULE

PART II - CONTRACT CLAUSES

X

A

SOLICITATION/ CONTRACT FORM

1

X

I

CONTRACT CLAUSES

20 - 28

X

B

SUPPLIES OR SERVICES AND PRICES/ COSTS

2 - 11

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

 

C

DESCRIPTION/ SPECS./ WORK STATEMENT

 

X

J

LIST OF ATTACHMENTS

29

X

D

PACKAGING AND MARKING

12

PART IV - REPRESENTATIONS AND INSTRUCTIONS

X

E

INSPECTION AND ACCEPTANCE

13

 

K

REPRESENTATIONS, CERTIFICATIONS AND
OTHER STATEMENTS OF OFFERORS

 

X

F

DELIVERIES OR PERFORMANCE

14 - 15

 

 

X

G

CONTRACT ADMINISTRATION DATA

16 - 17

 

L

INSTRS., CONDS., AND NOTICES TO OFFERORS

 

X

H

SPECIAL CONTRACT REQUIREMENTS

18 - 19

 

M

EVALUATION FACTORS FOR AWARD

 

CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE

 

 

 

 

17. x CONTRACTOR’S NEGOTIATED AGREEMENT Contractor is required to sign this document and return 1 copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein. (Attachments are listed herein.)

18. o AWARD (Contractor is not required to sign this document.)   Your offer on Solicitation Number            including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government’s solicitation and your offer, and (b) this award/contract. No further contractual document is necessary.

19A. NAME AND TITLE OF SIGNER   (Type or print)

20A. NAME AND TITLE OF CONTRACTING OFFICER

 

 

 

 

 

 

 

TEL:

EMAIL:

 

 

19B. NAME OF CONTRACTOR

19C. DATE SIGNED

20B. UNITED STATES OF AMERICA

20C. DATE SIGNED

 

 

 

BY

 

 

BY

 

 

 

(Signature of person authorized to sign)

 

 

(Signature of Contracting Officer)

 

NSN 7540-01-152-8069

26-107

STANDARD FORM 26 (REV. 4-85)

PREVIOUS EDITION UNUSABLE

GPO 1985 O - 469-794

Prescribed by GSA
FAR (48 CFR) 53.214(a)

 



 

Section B - Supplies or Services and Prices

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0001

 

 

 

200

 

Each

 

$

632,947.00

 

$

126,589,400.00 NTE

 

 

 

JERRV 6X6
FFP
IAW SOW and PS. Overpacked with manuals.
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

126,589,400.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0002

 

 

 

20

 

Each

 

$

311,688.00

 

$

6,233,760.00 NTE

 

 

 

Field Service Representatives
FFP
JERRV FSR. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

6,233,760.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0003

 

 

 

200

 

Each

 

$

600.00

 

$

120,000.00 NTE

 

 

 

On-Board Consumables Blk
FFP
JERRV OCB.  IAW SOW and PS.
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

120,000.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0004

 

 

 

200

 

Each

 

$

17,000.00

 

$

3,400,000.00 NTE

 

 

 

Forward Deployment Block
FFP
JERRV FDB. IAW SOW and PS

FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

3,400,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0005

 

 

 

UNDEFINED

 

 

 

UNDEFINED

 

UNDEFINED

 

 

 

Training Sessions
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

UNDEFINED

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0005AA

 

 

 

5

 

Each

 

$

30,000.00

 

$

150,000.00 NTE

 

 

 

Training Sessions - CONUS
FFP
JERRV Training. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

150,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0005AB

 

 

 

15

 

Each

 

$

50,000.00

 

$

750,000.00 NTE

 

 

 

Training Sessions - OCONUS
FFP
JERRV Training Sessions. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

750,000.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0006

 

 

 

14

 

Each

 

$

155,000.00

 

$

2,170,000.00 NTE

 

 

 

Maintenance Workshop Blk
FFP
JERRV MWB. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

2,170,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0007

 

 

 

2

 

Each

 

$

519,480.00

 

$

1,038,960.00 NTE

 

 

 

Tool Kits
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

1,038,960.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0008

 

 

 

UNDEFINED

 

 

 

UNDEFINED

 

UNDEFINED

 

 

 

Buffalo
FFP
Buffalo Vehicle overpacked with manuals. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

UNDEFINED

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0008AA

 

 

 

9

 

Each

 

$

869,958.00

 

$

7,829,622.00 NTE

 

 

 

Buffalo 1-A

FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

7,829,622.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0008AB

 

 

 

71

 

Each

 

$

854,827.00

 

$

60,692,717.00 NTE

 

 

 

Buffalo 1-A 12 seat
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

60,692,717.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0009

 

 

 

80

 

Each

 

$

1,000.00

 

$

80,000.00 NTE

 

 

 

On-Board Consumables
FFP
Buffalo OBC. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

80,000.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0010

 

 

 

80

 

Each

 

$

22,000.00

 

$

1,760,000.00 NTE

 

 

 

Forward Deployment Blocks
FFP
Buffalo FDB. IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

1,760,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0011

 

 

 

UNDEFINED

 

 

 

UNDEFINED

 

UNDEFINED

 

 

 

Training Sessions
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

UNDEFINED

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0011AA

 

 

 

5

 

Each

 

$

30,000.00

 

$

150,000.00 NTE

 

 

 

Training Sessions - CONUS
FFP
Buffalo Training.  IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

150,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0011AB

 

 

 

15

 

Each

 

$

50,000.00

 

$

750,000.00 NTE

 

 

 

Training Sessions - OCONUS
FFP
Buffalo Training.  IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

750,000.00

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0012

 

 

 

10

 

Each

 

$

225,000.00

 

$

2,250,000.00 NTE

 

 

 

Maintenance Workshop Blk
FFP
Buffalo MWB.  IAW SOW and PS
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

2,250,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0013

 

 

 

UNDEFINED

 

 

 

UNDEFINED

 

UNDEFINED

 

 

 

Technical Manuals
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

UNDEFINED

 

 



 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0013AA

 

 

 

80

 

Each

 

$

750.00

 

$

60,000.00 NTE

 

 

 

Buffalo Tech Manuals
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

60,000.00

 

 

ITEM
NO

 

SUPPLIES/SERVICES

 

MAX
QUANTITY

 

UNIT

 

UNIT PRICE

 

MAX AMOUNT

 

0013AB

 

 

 

200

 

Each

 

$

500.00

 

$

100,000.00 NTE

 

 

 

Cougar Technical Manuals
FFP
FOB: Destination

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MAX
NET AMT

 

 

$

100,000.00

 

 



 

Section D - Packaging and Marking

 

CLAUSES INCORPORATED BY REFERENCE

 

252.211-7003

 

Item Identification and Valuation

 

JUN 2005

 

Section E - Inspection and Acceptance

 

INSPECTION AND ACCEPTANCE TERMS

 

Supplies/services will be inspected/accepted at:

 

CLIN

 

INSPECT AT

 

INSPECT BY

 

ACCEPT AT

 

ACCEPT BY

 

0001

 

Origin

 

Government

 

Origin

 

Government

 

0002

 

Destination

 

Government

 

Destination

 

Government

 

0003

 

Origin

 

Government

 

Origin

 

Government

 

0004

 

Destination

 

Government

 

Destination

 

Government

 

0005

 

N/A

 

N/A

 

N/A

 

Government

 

0005AA

 

Destination

 

Government

 

Destination

 

Government

 

0005AB

 

Destination

 

Government

 

Destination

 

Government

 

0006

 

Destination

 

Government

 

Destination

 

Government

 

0007

 

Destination

 

Government

 

Destination

 

Government

 

0008

 

Origin

 

Government

 

Origin

 

Government

 

0008AA

 

N/A

 

N/A

 

N/A

 

Government

 

0008AB

 

N/A

 

N/A

 

N/A

 

Government

 

0009

 

Destination

 

Government

 

Destination

 

Government

 

0010

 

Destination

 

Government

 

Destination

 

Government

 

0011

 

N/A

 

N/A

 

N/A

 

Government

 

0011AA

 

N/A

 

N/A

 

N/A

 

Government

 

0011AB

 

Destination

 

Government

 

Destination

 

Government

 

0012

 

Destination

 

Government

 

Destination

 

Government

 

0013

 

N/A

 

N/A

 

N/A

 

Government

 

0013AA

 

N/A

 

N/A

 

N/A

 

Government

 

0013AB

 

N/A

 

N/A

 

N/A

 

Government

 

 



 

CLAUSES INCORPORATED BY REFERENCE

 

52.246-2

 

Inspection Of Supplies—Fixed Price

 

AUG 1996

52.246-4

 

Inspection Of Services—Fixed Price

 

AUG 1996

52.247-30

 

F.O.B. Origin, Contractor’s Facility

 

FEB 2006

 

Section F - Deliveries or Performance

 

CLAUSES INCORPORATED BY REFERENCE

 

52.242-17

 

Government Delay Of Work

 

APR 1984

52.246-16

 

Responsibility For Supplies

 

APR 1984

 

DELIVERIES OR PERFORMANCE

 

F-1  DELIVERY TERMS:  Deliveries shall be made on F.O.B. terms.

 

F-2  CONTRACT TYPE:  This letter contract is anticipated to result in an Indefinite Delivery/Indefinite Quantity (ID/IQ) fixed price contract.  Every Contract Line Item Number (CLIN) is ID/IQ.  Performance shall be made only as authorized by delivery orders issued in accordance with the ordering clause of the contract.  Ordering period shall be from contract award through 180 days.  The contract minimum quantiy is 1 (one) and the contract maximum quantity is specified at the CLIN level.  The order minimum quantity per CLIN is 1 (one) and the maximum ordering quantity is specified at the CLIN level.

 

F-3  DELIVERY ORDERS: Each delivery order will contain, among other information, the date of the order, the order number, the exact quantity of units to be delivered, delivery or performance, place of delivery, any special shipping instructions, pricing, and accounting and appropriation data.  The unit price of each delivery order will be determined by the ordering period and the number of units ordered in accordance with the Schedule of Supplies and/or Services of this contract.  Individual orders will be issued using the single price for the increment that corresponds to the total quantity being purchased on that order for the year in which the order is placed.  Quantities are not cumulative from order to order.  The unit price of each order is determined by the total quantity for that order only, regardless of the previous number of orders issued or the total of previous quantities ordered.  Delivery of units under a specific delivery order shall not be combined with delivery of units under another delivery order.  Delivery orders will incorporate all clauses of the contract.  The Contractor is responsible for delivery of each item to the final (e.g., unit) destination, to include local shipments from the port of entry, or other receiving facility.

 

F-4  PRODUCTION ITEM RATE OF DELIVERY Delivery shall be at a rate in accordance with the following schedule:

 

 

 

2007

 

 

 

VEHICLE/MONTH

 

JAN

 

FEB

 

MAR

 

APR

 

MAY

 

JUN

 

JUL

 

AUG

 

SEP

 

OCT

 

NOV

 

DEC

 

TOTALS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Buffalo IA-Current Config

 

 

 

 

 

2

 

3

 

4

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

9

 

Buffalo IA-12 Seat

 

 

 

 

 

0

 

0

 

0

 

5

 

6

 

6

 

6

 

6

 

4

 

4

 

37

 

Buffalo IB-12 Seat/Caterpillar Engine

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

JERRV 6x6 ENG

 

 

 

10

 

15

 

25

 

25

 

25

 

20

 

20

 

20

 

20

 

20

 

 

 

200

 

 



 

 

 

2008

 

 

 

VEHICLE/MONTH

 

JAN

 

FEB

 

MAR

 

APR

 

MAY

 

JUN

 

JUL

 

AUG

 

SEP

 

OCT

 

NOV

 

DEC

 

TOTALS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Buffalo IA-12 Seat

 

4

 

4

 

2

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

10

 

Buffalo IB-12 Seat/Caterpillar Engine

 

 

 

 

 

1

 

3

 

4

 

5

 

6

 

5

 

0

 

0

 

0

 

0

 

24

 

 

F-5  PERIOD OF PERFORMANCE:  The period of performance for this contract shall be 18 Months beginning on the effective date of the contract.

 

Section G - Contract Administration Data

 

CLAUSES INCORPORATED BY FULL TEXT

 

MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS

 

ELECTRONIC INVOICING PROCEDURES (MARCORSYSCOM Feb 2006)

 

In compliance with DFARS ###-###-####, “Electronic Submission of Payment Request (May 2006)”, the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment.  The contractor is required to utilize this system when processing invoices and receiving reports under this contract.

 

The contractor shall (i) ensure an Electronic Business Point of Contract (POC) is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil/ within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract.  Step by step procedures to register are available at the https://wawf.eb.mil/.

 

The USMC WAWF-RA point of contact for this contract is Jim Batton and can be reached on (703) 432-3602 or via email at ***@*** The alternate USMC WAWF-RA point of contact is Tom Carmody and can be reached on (703) 432-3582 or via email at ***@***

 

The contactor is directed to use the Combo format when processing invoices and receiving reports.  For all requirements, the contractor shall use the Marine Corps Systems Command DODAAC (M67854) as the DODAAC for all shipping addresses, even if the ship-to address is other than the Marine Corps Systems Command.

 

DFAS-Columbus

P.O. Box 369022

Attn:Kansas-M67443

Columbus, Ohio ###-###-####

 



 

E-Mail: ***@***

PHONE: 1 ###-###-#### then #4

WAWF: https://wawf.eb.mil/

VPIS: https://www.dfas.mil/money/vendor

 

Data entry information in WAWF:

Payment Office DoDAAC: HQ0338

Issue By DoDAAC: M67854

Admin Office DoDAAC: S1103A

Ship To/Service Acceptor DoDAAC: M67854/EXT PG15

Contract Number: M67854-07-D-5006

 

Before closing out of an invoice session in WAWF-RA, but after submitting your document or documents, the contractor will be prompted to send additional email notifications.  The contractor shall click on “ Send Additional Email Notifications” block on the page that appears. Add the primary point of contact’s email address(provided above) in the first email address block and add the alternate point of contact’s email address in the following block.  This additional notification to the government is important to ensure the appropriate point of contact is aware that the invoice documents have been submitted into the WAWF-RA system.

 

NOTE: The POCs identified above are for WAWF issues only.  Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract.

 

Section H - Special Contract Requirements

 

SPECIAL CONTRACT REQUIREMENTS

SECTION H: SPECIAL CONTRACT REQUIREMENTS

 

H-1         CONTRACTOR NOTICE REGARDING LATE DELIVERY

 

In the event that the contractor, for any reason, anticipates or encounters difficulty in complying with the contract delivery schedule or date, or in meeting any of the other requirements of the contract, they shall immediately notify the Administrative and Procuring Contracting Officers (ACO and PCO) in writing, providing all of the pertinent details. This data shall be informational only in character and its receipt by the Government shall not be construed as a waiver by the Government of (i) any delivery schedule or date, (ii) compliance with any other contract requirement by the contractor, or (iii) any other rights or remedies belonging to the Government under law or otherwise under this contract.

 

H-2   CONTRACT CHANGES

 

H-2.1 No order, statement, or conduct of Government personnel who might visit the contractor’s facility or in any other manner communicate with contractor personnel during the performance

 



 

of this contract shall constitute a change under the “Changes” clause of this contract, FAR 52.243-1, Changes—Fixed Price (AUG 1987).

 

H-2.2 No understanding or agreement, contract modification, change order, or other matter deviating from or constituting an alteration or change of the terms of the contract shall be effective or binding upon the Government unless formalized by contractual documents executed by the contracting officer or his or her designated representative.

 

H-2.3 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in the contract, the said authority remains solely with the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority at the contractor’s expense, and no adjustment shall be made in the contract price or other contract terms and conditions as consideration for the aforementioned unauthorized change. Further, should the unauthorized change be to the Government’s detriment, the contractor may be held financially responsible for its correction.

 

H-3   CONTRACT PERFORMANCE IN A CRISIS SITUATION (CLINS 0002 and 0009)

 

a.             Contractor personnel deployed to a theater of operations are subject to the Uniform Code of Military Justice (UCMJ) when serving with or accompanying an armed force only “in time of war” as declared by Congress.  Retired members of the military may be subjected to action under the UCMJ without a congressionally declared war.  Contract Personnel may have administrative privileges suspended for disciplinary infractions or improper conduct.

 

b.             Contractors shall request guidance from Government media operations center if and when they are approached by reporters seeking interviews or information on their participation in the mission/operation.

 

c.             The Contractor shall take all necessary administrative actions required to prepare its personnel for a crisis situation deployment.  Some examples of these actions are:

 

Inform its employees of their responsibility to adhere to all guidance and orders issued by the theater commander, or his representative, regarding possession, use, safety and accountability of weapons.

 

Assist its employees to obtain the required civilian licenses to operate the equipment necessary to perform the contract in the theater of operation.

 

Obtain all passports, visas, or other documents necessary to enter or exit any areas identified by the PCO.

 

Assist its employees in obtaining security clearances applicable to the level required for performance in the theater of operations.

 

Assist its employees in obtaining a complete physical evaluation equal to that similarly assigned government personnel must pass.  Medical requirements shall be completed prior to arrival at the point of debarkation or prior to direct deployment with the unit.

 



 

d.             Definitions of Terms:

“Contractor Personnel” includes all agents, employees, and subcontractors of the prime contractor.

“Crisis Situation,” per DOD Instruction 3020.37, means any emergency so declared by the National Command Authority or the overseas combatant commander, whether or no U.S. Armed Forces are involved, minimally encompassing civil unrest or insurrection, civil war, civil disorder, terrorism, hostilities build-up, wartime conditions, disasters, or international conflict presenting a serious threat to DoD interests.

 

e.             To the extent the contractor is unable to obtain or retain the services of qualified personnel to perform in the crisis situation theater, the contract shall not be terminated for default.  Every reasonable effort shall be made by the contractor to provide uninterrupted services of qualified personnel.

 

Section I - Contract Clauses

 

CLAUSES INCORPORATED BY REFERENCE

 

52.202-1

 

Definitions

 

JUL 2004

52.203-3

 

Gratuities

 

APR 1984

52.203-5

 

Covenant Against Contingent Fees

 

APR 1984

52.203-6

 

Restrictions On Subcontractor Sales To The Government

 

SEP 2006

52.203-7

 

Anti-Kickback Procedures

 

JUL 1995

52.203-8

 

Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity

 

JAN 1997

52.203-10

 

Price Or Fee Adjustment For Illegal Or Improper Activity

 

JAN 1997

52.203-12

 

Limitation On Payments To Influence Certain Federal Transactions

 

SEP 2005

52.204-2

 

Security Requirements

 

AUG 1996

52.204-4

 

Printed or Copied Double-Sided on Recycled Paper

 

AUG 2000

52.204-7

 

Central Contractor Registration

 

JUL 2006

52.209-6

 

Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

 

SEP 2006

52.211-5

 

Material Requirements

 

AUG 2000

52.211-15

 

Defense Priority And Allocation Requirements

 

SEP 1990

52.215-2

 

Audit and Records—Negotiation

 

JUN 1999

52.215-8

 

Order of Precedence—Uniform Contract Format

 

OCT 1997

52.215-10

 

Price Reduction for Defective Cost or Pricing Data

 

OCT 1997

52.215-11

 

Price Reduction for Defective Cost or Pricing Data—Modifications

 

OCT 1997

52.215-12

 

Subcontractor Cost or Pricing Data

 

OCT 1997

 



 

52.215-13

 

Subcontractor Cost or Pricing Data—Modifications

 

OCT 1997

52.215-14

 

Integrity of Unit Prices

 

OCT 1997

52.215-16

 

Facilities Capital Cost of Money

 

JUN 2003

52.215-18

 

Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions

 

JUL 2005

52.215-19

 

Notification of Ownership Changes

 

OCT 1997

52.215-20

 

Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data

 

OCT 1997

52.215-21

 

Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data—Modifications

 

OCT 1997

52.216-24

 

Limitation Of Government Liability

 

APR 1984

52.216-25

 

Contract Definitization

 

OCT 1997

52.219-14

 

Limitations On Subcontracting

 

DEC 1996

52.222-1

 

Notice To The Government Of Labor Disputes

 

FEB 1997

52.222-3

 

Convict Labor

 

JUN 2003

52.222-19

 

Child Labor — Cooperation with Authorities and Remedies

 

JAN 2006

52.222-20

 

Walsh-Healey Public Contracts Act

 

DEC 1996

52.222-21

 

Prohibition Of Segregated Facilities

 

FEB 1999

52.222-26

 

Equal Opportunity

 

APR 2002

52.222-26 Alt I

 

Equal Opportunity (Apr 2002) - Alternate I

 

FEB 1999

52.222-29

 

Notification Of Visa Denial

 

JUN 2003

52.222-35

 

Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

 

SEP 2006

52.222-35 Alt I

 

Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I

 

DEC 2001

52.222-36

 

Affirmative Action For Workers With Disabilities

 

JUN 1998

52.222-37

 

Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans

 

SEP 2006

52.222-39

 

Notification of Employee Rights Concerning Payment of Union Dues or Fees

 

DEC 2004

52.223-3

 

Hazardous Material Identification And Material Safety Data

 

JAN 1997

52.223-6

 

Drug-Free Workplace

 

MAY 2001

52.223-10

 

Waste Reduction Program

 

AUG 2000

52.223-11

 

Ozone-Depleting Substances

 

MAY 2001

52.223-14

 

Toxic Chemical Release Reporting

 

AUG 2003

52.224-1

 

Privacy Act Notification

 

APR 1984

52.224-2

 

Privacy Act

 

APR 1984

52.225-13

 

Restrictions on Certain Foreign Purchases

 

FEB 2006

52.227-1

 

Authorization and Consent

 

JUL 1995

 



 

52.227-2

 

Notice And Assistance Regarding Patent And Copyright Infringement

 

AUG 1996

52.227-3

 

Patent Indemnity

 

APR 1984

52.227-9

 

Refund Of Royalties

 

APR 1984

52.227-21

 

Technical Data Certification, Revision, and Withholding of Payment—Major Systems

 

JAN 1997

52.227-22

 

Major System—Minimum Rights

 

JUN 1987

52.228-3

 

Worker’s Compensation Insurance (Defense Base Act)

 

APR 1984

52.228-4

 

Workers’ Compensation and War-Hazard Insurance Overseas

 

APR 1984

52.229-3

 

Federal, State And Local Taxes

 

APR 2003

52.229-4

 

Federal, State, And Local Taxes (State and Local Adjustments)

 

APR 2003

52.232-1

 

Payments

 

APR 1984

52.232-8

 

Discounts For Prompt Payment

 

FEB 2002

52.232-9

 

Limitation On Withholding Of Payments

 

APR 1984

52.232-11

 

Extras

 

APR 1984

52.232-17

 

Interest

 

JUN 1996

52.232-18

 

Availability Of Funds

 

APR 1984

52.232-23

 

Assignment Of Claims

 

JAN 1986

52.232-25

 

Prompt Payment

 

OCT 2003

52.233-1

 

Disputes

 

JUL 2002

52.233-3

 

Protest After Award

 

AUG 1996

52.233-4

 

Applicable Law for Breach of Contract Claim

 

OCT 2004

52.234-1

 

Industrial Resources Developed Under Defense Production Act Title III

 

DEC 1994

52.242-4

 

Certification of Final Indirect Costs

 

JAN 1997

52.242-13

 

Bankruptcy

 

JUL 1995

52.242-15

 

Stop-Work Order

 

AUG 1989

52.243-1

 

Changes—Fixed Price

 

AUG 1987

52.243-7

 

Notification Of Changes

 

APR 1984

52.244-5

 

Competition In Subcontracting

 

DEC 1996

52.244-6

 

Subcontracts for Commercial Items

 

SEP 2006

52.245-1

 

Property Records

 

APR 1984

52.246-23

 

Limitation Of Liability

 

FEB 1997

52.246-24

 

Limitation Of Liability—High-Value Items

 

FEB 1997

52.246-25

 

Limitation Of Liability—Services

 

FEB 1997

52.247-1

 

Commercial Bill Of Lading Notations

 

FEB 2006

52.247-63

 

Preference For U.S. Flag Air Carriers

 

JUN 2003

52.248-1

 

Value Engineering

 

FEB 2000

52.249-2

 

Termination For Convenience Of The Government (Fixed-Price)

 

MAY 2004

52.249-8

 

Default (Fixed-Price Supply & Service)

 

APR 1984

52.249-14

 

Excusable Delays

 

APR 1984

52.253-1

 

Computer Generated Forms

 

JAN 1991

 



 

252 ###-###-####

 

Contracting Officer’s Representative

 

DEC 1991

252 ###-###-####

 

Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

 

DEC 2004

252 ###-###-####

 

Display Of DOD Hotline Poster

 

DEC 1991

252 ###-###-####

 

Disclosure Of Information

 

DEC 1991

252 ###-###-####

 

Control Of Government Personnel Work Product

 

APR 1992

252 ###-###-####

 

Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

 

MAR 1998

252 ###-###-####

 

Pricing Adjustments

 

DEC 1991

252 ###-###-####

 

Cost Estimating System Requirements

 

OCT 1998

252 ###-###-####

 

Drug Free Work Force

 

SEP 1988

252 ###-###-####

 

Buy American Act And Balance Of Payments Program

 

JUN 2005

252 ###-###-####

 

Qualifying Country Sources As Subcontractors

 

APR 2003

252 ###-###-####

 

Reporting of Contract Performance Outside the United States and Canada—Submission after Award

 

JUN 2005

252 ###-###-####

 

Preference For Certain Domestic Commodities

 

JUN 2004

252 ###-###-####

 

Duty-Free Entry

 

OCT 2006

252 ###-###-####

 

Restriction On Acquisition Of Ball and Roller Bearings

 

MAR 2006

252 ###-###-####

 

Restriction On Acquisition Of Polyacrylonitile (PAN) Carbon Fiber

 

JUN 2005

252 ###-###-####

 

Exclusionary Policies And Practices Of Foreign Government

 

APR 2003

252 ###-###-####

 

Correspondence in English

 

JUN 1997

252 ###-###-####

 

Authorization to Perform

 

APR 2003

252 ###-###-####

 

Rights in Technical Data—Noncommercial Items

 

NOV 1995

252 ###-###-####

 

Technical Data—Commercial Items

 

NOV 1995

252 ###-###-####

 

Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends

 

JUN 1995

252 ###-###-####

 

Technical Data or Computer Software Previously Delivered to the Government

 

JUN 1995

252 ###-###-####

 

Technical Data—Withholding Of Payment

 

MAR 2000

252 ###-###-####

 

Validation of Restrictive Markings on Technical Data

 

SEP 1999

252 ###-###-####

 

Capture and Detention

 

DEC 1991

252 ###-###-####

 

Value Added Tax Exclusion (United Kingdom)

 

JUN 1997

252 ###-###-####

 

Relief From Import Duty (United Kingdom)

 

JUN 1997

252 ###-###-####

 

Supplemental Cost Principles

 

DEC 1991

252 ###-###-####

 

Electronic Submission of Payment Requests

 

MAY 2006

252 ###-###-####

 

Assignment of Claims (Overseas)

 

JUN 1997

252 ###-###-####

 

Levies on Contract Payments

 

SEP 2005

252 ###-###-####

 

Choice of Law (Overseas)

 

JUN 1997

 



 

252 ###-###-####

 

Application For U.S. Government Shipping Documentation/Instructions

 

DEC 1991

252 ###-###-####

 

Pricing Of Contract Modifications

 

DEC 1991

252 ###-###-####

 

Requests for Equitable Adjustment

 

MAR 1998

252 ###-###-####

 

Government-Furnished Mapping, Charting, and Geodesy Property

 

DEC 1991

252 ###-###-####

 

Reports Of Government Property

 

MAY 1994

252 ###-###-####

 

Warranty Of Data

 

DEC 1991

252 ###-###-####

 

Transportation of Supplies by Sea

 

MAY 2002

252 ###-###-####

 

Notification Of Transportation Of Supplies By Sea

 

MAR 2000

252 ###-###-####

 

Notification of Anticipated Program Termination or Reduction

 

DEC 1996

 

CLAUSES INCORPORATED BY FULL TEXT

 

52.215-19      NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)

 

(a) The Contractor shall make the following notifications in writing:

 

(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

 

(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.

 

(b) The Contractor shall—

 

(1) Maintain current, accurate, and complete inventory records of assets and their costs;

 

(2) Provide the ACO or designated representative ready access to the records upon request;

 

(3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor’s ownership changes; and

 

(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.

 

The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k).

 



 

(End of clause)

 

52.216-18      ORDERING. (OCT 1995)

 

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from contract award through 180 days.

 

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

 

(c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

 

(End of clause)

 

52.216-24     LIMITATION OF GOVERNMENT LIABILITY (APR 1984)

 

(a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding 50% of the amount obligated per delivery order.

 

(b) The maximum amount for which the Government shall be liable if this contract is terminated is 50% of the amount obligated per delivery order.

 

(End of clause)

 

52.232-32     PERFORMANCE-BASED PAYMENTS (FEB 2002)

 

(a) Amount of payments and limitations on payments. Subject to such other limitations and conditions as are specified in this contract and this clause, the amount of payments and limitations on payments shall be specified in the contract’s description of the basis for payment.

 

(b) Contractor request for performance-based payment. The Contractor may submit requests for payment of performance-based payments not more frequently than monthly, in a form and manner acceptable to the Contracting Officer. Unless otherwise authorized by the Contracting Officer, all performance-based payments in any period for which payment is being requested shall be included in a single request, appropriately itemized and totaled. The Contractor’s request shall contain the information and certification detailed in paragraphs (l) and (m) of this clause.

 

(c) Approval and payment of requests. (1) The Contractor shall not be entitled to payment of a request for performance-based payment prior to successful accomplishment of the event or performance criterion for which payment is requested. The Contracting Officer shall determine whether the event or performance criterion for which payment is requested has been successfully accomplished in accordance with the terms of the contract. The Contracting Officer may, at any

 



 

time, require the Contractor to substantiate the successful performance of any event or performance criterion which has been or is represented as being payable.

 

(2) A payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clause of this contract and not subject to the interest penalty provisions of the Prompt Payment Act. The designated payment office will pay approved requests on the 30th day after receipt of the request for performance-based payment. However, the designated payment office is not required to provide payment if the Contracting Officer requires substantiation as provided in paragraph (c)(1) of this clause, or inquires into the status of an event or performance criterion, or into any of the conditions listed in paragraph (e) of this clause, or into the Contractor certification. The payment period will not begin until the Contracting Officer approves the request.

 

(3) The approval by the Contracting Officer of a request for performance-based payment does not constitute an acceptance by the Government and does not excuse the Contractor from performance of obligations under this contract.

 

(d) Liquidation of performance-based payments. (1) Performance-based finance amounts paid prior to payment for delivery of an item shall be liquidated by deducting a percentage or a designated dollar amount from the delivery payment. If the performance-based finance payments are on a delivery item basis, the liquidation amount for each such line item shall be the percent of that delivery item price that was previously paid under performance-based finance payments or the designated dollar amount. If the performance-based finance payments are on a whole contract basis, liquidation shall be by either predesignated liquidation amounts or a liquidation percentage.

 

(2) If at any time the amount of payments under this contract exceeds any limitation in this contract, the Contractor shall repay to the Government the excess. Unless otherwise determined by the Contracting Officer, such excess shall be credited as a reduction in the unliquidated performance-based payment balance(s), after adjustment of invoice payments and balances for any retroactive price adjustments.

 

(e) Reduction or suspension of performance-based payments. The Contracting Officer may reduce or suspend performance-based payments, liquidate performance-based payments by deduction from any payment under the contract, or take a combination of these actions after finding upon substantial evidence any of the following conditions:

 

(1) The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (h) and (i) of this clause).

 

(2) Performance of this contract is endangered by the Contractor’s (i) failure to make progress, or (ii) unsatisfactory financial condition.

 

(3) The Contractor is delinquent in payment of any subcontractor or supplier under this contract in the ordinary course of business.

 



 

(f) Title. (1) Title to the property described in this paragraph (f) shall vest in the Government. Vestiture shall be immediately upon the date of the first performance-based payment under this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract

 

(2) “Property,” as used in this clause, includes all of the following described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices:

 

(i) Parts, materials, inventories, and work in process;

 

(ii) Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract;

 

(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment and other similar manufacturing aids, title to which would not be obtained as special tooling under subparagraph (f)(2)(ii) of this clause; and

 

(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.

 

(3) Although title to property is in the Government under this clause, other applicable clauses of this contract (e.g., the termination or special tooling clauses) shall determine the handling and disposition of the property.

 

(4) The Contractor may sell any scrap resulting from production under this contract, without requesting the Contracting Officer’s approval, provided that any significant reduction in the value of the property to which the Government has title under this clause is reported in writing to the Contracting Officer.

 

(5) In order to acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officer’s advance approval of the action and the terms. If approved, the basis for payment (the events or performance criteria) to which the property is related shall be deemed to be not in compliance with the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor shall refund the related performance-based payments in accordance with paragraph (d) of this clause.

 

(6) When the Contractor completes all of the obligations under this contract, including liquidation of all performance-based payments, title shall vest in the Contractor for all property (or the proceeds thereof) not—

 

(i) Delivered to, and accepted by, the Government under this contract; or

 

(ii) Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the Government under this clause.

 



 

(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.

 

(g) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. If any property is damaged, lost, stolen, or destroyed, the basis of payment (the events or performance criteria) to which the property is related shall be deemed to be not in compliance with the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor shall refund the related performance-based payments in accordance with paragraph (d) of this clause.

 

(h) Records and controls. The Contractor shall maintain records and controls adequate for administration of this clause. The Contractor shall have no entitlement to performance-based payments during any time the Contractor’s records or controls are determined by the Contracting Officer to be inadequate for administration of this clause.

 

(i) Reports and Government access. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information requested by the Contracting Officer for the administration of this clause and to determine that an event or other criterion prompting a financing payment has been successfully accomplished. The Contractor shall give the Government reasonable opportunity to examine and verify the Contractor’s records and to examine and verify the Contractor’s performance of this contract for administration of this clause.

 

(j) Special terms regarding default. If this contract is terminated under the Default clause, (1) the Contractor shall, on demand, repay to the Government the amount of unliquidated performance-based payments, and (2) title shall vest in the Contractor, on full liquidation of all performance-based payments, for all property for which the Government elects not to require delivery under the Default clause of this contract. The Government shall be liable for no payment except as provided by the Default clause.

 

(k) Reservation of rights. (1) No payment or vesting of title under this clause shall (i) excuse the Contractor from performance of obligations under this contract, or (ii) constitute a waiver of any of the rights or remedies of the parties under the contract.

 

(2) The Government’s rights and remedies under this clause (i) shall not be exclusive, but rather shall be in addition to any other rights and remedies provided by law or this contract, and (ii) shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.

 

(l) Content of Contractor’s request for performance-based payment. The Contractor’s request for performance-based payment shall contain the following:

 

(1) The name and address of the Contractor;

 



 

(2) The date of the request for performance-based payment;

 

(3) The contract number and/or other identifier of the contract or order under which the request is made;

 

(4) Such information and documentation as is required by the contract’s description of the basis for payment; and

 

(5) A certification by a Contractor official authorized to bind the Contractor, as specified in paragraph (m) of this clause.

 

(m) Content of Contractor’s certification. As required in paragraph (l)(5) of this clause, the Contractor shall make the following certification in each request for performance-based payment:

 

I certify to the best of my knowledge and belief that—

 

(1) This request for performance-based payment is true and correct; this request (and attachments) has been prepared from the books and records of the Contractor, in accordance with the contract and the instructions of the Contracting Officer;

 

(2) (Except as reported in writing on                       ), all payments to subcontractors and suppliers under this contract have been paid, or will be paid, currently, when due in the ordinary course of business;

 

(3) There are no encumbrances (except as reported in writing on                 ) against the property acquired or produced for, and allocated or properly chargeable to, the contract which would affect or impair the Government’s title;

 

(4) There has been no materially adverse change in the financial condition of the Contractor since the submission by the Contractor to the Government of the most recent written information dated                       ; and

 

(5) After the making of this requested performance-based payment, the amount of all payments for each deliverable item for which performance-based payments have been requested will not exceed any limitation in the contract, and the amount of all payments under the contract will not exceed any limitation in the contract.

 

(End of clause)

 

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

 



 

http://hydra.gsa.gov/far/current/html/toc.html

http://farsite.hill.af.mil

 

(End of clause)

 

252 ###-###-####     CONTRACT DEFINITIZATION (OCT 1998)

 

(a) A fixed price Indefinite Delivery/Indefinite Quantity (ID/IQ) is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the undefinitized contract action, (2) all clauses required by law on the date of execution of the definitive contract action, and (3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit fixed price proposal and cost or pricing data supporting its proposal.

 

(b) The schedule for definitizing this contract is as follows (insert target date for definitization of the contract action and dates for submission of proposal, beginning of negotiations, and, if appropriate, submission of the make-or-buy and subcontracting plans and cost or pricing data).

 

EVENT

 

DATE

 

NTE Proposal & ROM Received

 

08 Nov 2006

 

Letter Contract Award

 

09 November 2006

 

Baseline Definitization Proposal Received

 

11 December 2006

 

Technical Evaluation Received

 

18 December 2006

 

Pre-Negotiation Clearance Approved

 

12 February 2007

 

Negotiations Complete

 

16 April 2007

 

Post Negotiation Clearance Approved

 

06 May 2007

 

Definitive Contract Executed

 

07 May 2007

 

 

(c) If agreement on a definitive contract action to supersede this undefinitized contract action is not reached by the target date in paragraph (b) of this clause, or within any extension of it granted by the Contracting Officer, the Contracting Officer may, with the approval of the head of the contracting activity, determine a reasonable price or fee in accordance with subpart 15.4 and part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government Liability clause.

 

(1) After the Contracting Officer’s determination of price or fee, the contract shall be governed by—

 

(i) All clauses required by the FAR on the date of execution of this undefinitized contract action for either fixed-price or cost-reimbursement contracts, as determined by the Contracting Officer under this paragraph (c);

 



 

(ii) All clauses required by law as of the date of the Contracting Officer’s determination; and

 

(iii) Any other clauses, terms, and conditions mutually agreed upon.

 

(2) To the extent consistent with paragraph (c)(1) of this clause, all clauses, terms, and conditions included in this undefinitized contract action shall continue in effect, except those that by their nature apply only to an undefinitized contract action.

 

(d) The definitive contract resulting from this undefinitized contract action will include a negotiated firm-fixed price contract in no event to exceed $214,124,459.00.

 

(End of clause)

 

Section J - List of Documents, Exhibits and Other Attachments

 

Exhibit/Attachment Table of Contents

 

DOCUMENT TYPE

 

DESCRIPTION

 

PAGES

 

DATE

 

Attachment 1

 

Statement of Work

 

 

 

 

 

Attachment 2

 

JERRV Performance Specification

 

 

 

 

 

Attachment 3

 

Buffalo Performance Specification