DEPARTMENT OF THE ARMY U.S. ARMY RESEARCH, DEVELOPMENT AND ENGINEERING COMMAND ACQUISITION CENTER

EX-10.68 16 a2201690zex-10_68.htm EX-10.68

Exhibit 10.68

 

REPLY TO

DEPARTMENT OF THE ARMY

U.S. ARMY RESEARCH, DEVELOPMENT AND ENGINEERING COMMAND ACQUISITION CENTER

ATTENTION OF

RESEARCH TRIANGLE PARK DIVISION
P.O. BOX 12211
RESEARCH TRIANGLE PARK, NORTH CAROLINA  27709-2211

 

[stamp:] May 8, 2008

 

AMSRD-ACC-R  70-1t

 

Subject: Contract No. W911NF-08-C-0044 (Proposal 54590-CH-CB1)

 

Bio Protection Systems Corporation

Attn: Mr. Carl Langren

2901 S. Loop Drive

Suite 3360

Ames, IA 50010-8646

 

Dear Mr. Langren:

 

Enclosed for your retention is a signed copy of the subject contract.

 

All correspondence pertaining to the scientific and technical aspects of the contract should be directed to the Government technical monitor specified in the contract.  Other correspondence should be directed to Mr. Leroy R. Hardy at ###-###-#### or by email @leroy.r.hardy@us.army. mil.

 

 

Sincerely,

 

 

 

 

 

/s/Leroy R. Hardy Jr.

 

 

 

LEROY R. HARDY JR.

 

Contracting Officer

 

Enclosure

 



 

 



 

 



 

SECTION B - Supplies or Services and Prices

 

CLIN 0001 (Firm Fixed Price)

 

B.1.         This is a Fixed Price Contract.

 

B.2.         Line Item Description.  In accordance with the terms and conditions of this contract, the Contractor, independently and not as an agent of the Government, shall provide all necessary materials, labor, equipment, and facilities, except as specified herein to be furnished by the Government, and shall do all that which is necessary or incident to the satisfactory and timely performance of Contract Line Item Number(s).

 

ITEM NO
0001

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT
Dollars, U.S.

 

UNIT PRICE

 

AMOUNT

 

 

 

SCIENTIFIC RESEARCH SERVICES

 

 

 

 

 

 

 

 

 

 

 

FFP

 

 

 

 

 

Small Business Innovative Research (SBIR) proposal C081-105-0080, titled “Multiple Indication Adjuvants” sets forth the research to be completed under this contract line item number. The negotiated price of $69,998.00 shall be disbursed as delineated in the SubCLINs shown below.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER: 54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

0.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

0.00

 

 

 

CIN: 54590CHCBD081410001

 

 

 

 

 

 

 

 

 

 

ITEM NO
0001AA 

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,660.00

 

AMOUNT
$11,660.00

 

 

 

FIRST MONTHLY REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

 

 

 

 

 

 

Report due 30 days after the date specified in block 3 of the Standard Form 26. Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER: 54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,660.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,660.00

 

 

 

CIN: 54590CHCBD081410001AA

 

 

 

 

 

 

 

 

 

 

2



 

ITEM NO
0001AB

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,666.00

 

AMOUNT
$11,666.00

 

 

 

SECOND MONTHLY REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

Report due 60 days after the date specified in block 3 of the Standard Form 26.  Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,666.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,666.00

 

 

 

CIN: 54590CHCBD081410001AB

 

 

 

 

 

 

 

 

 

 

ITEM NO
0001AC

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,666.00

 

AMOUNT
$11,666.00

 

 

 

THIRD MONTHLY REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

Report due 90 days after the date specified in block 3 of the Standard Form 26. Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,666.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,666.00

 

 

 

CIN: 54590CHCBD081410001AC

 

 

 

 

 

 

 

 

 

 

ITEM NO
0001AD

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,666.00

 

AMOUNT
$11,666.00

 

 

 

FOURTH MONTHLY REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

Report due 120 days after the date specified in block 3 of the Standard Form 26. Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,666.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,666.00

 

 

 

CIN: 54590CHCBD081410001AD

 

 

 

 

 

 

 

 

 

 

3



 

ITEM NO
0001AE

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,666.00

 

AMOUNT
$11,666.00

 

 

 

FOURTH MONTHLY REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

Report due 150 days after the date specified in block 3 of the Standard Form 26. Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,666.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,666.00

 

 

 

CIN: 54590CHCBD081410001AE

 

 

 

 

 

 

 

 

 

 

ITEM NO
0001AF

 

SUPPLIES/SERVICES

 

QUANTITY
1

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$11,666.00

 

AMOUNT
$11,666.00

 

 

 

FINAL REPORT

 

 

 

 

 

 

 

 

 

 

 

Firm Fixed Price

 

 

 

 

 

See Section F.2 for final report due date.  Payments shall be disbursed in accordance with the total amount delineated in each subclin listed herein.

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

11,666.00

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ACRN AA

 

 

 

 

 

 

 

$

11,666.00

 

 

 

CIN: 54590CHCBD081410001AF

 

 

 

 

 

 

 

 

 

 

ITEM NO
0002

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT
Dollars, U.S.

 

UNIT PRICE
$29,995.00

 

AMOUNT
$29,995.00

 

OPTION

 

SCIENTIFIC RESEARCH SERVICES

 

 

 

 

 

 

 

 

 

 

 

FFP

 

 

 

 

 

Small Business Innovative Research (SBIR) proposal C081-105-0080, titled “Multiple Indication Adjuvants” sets forth the research to be completed under this contract line item number.  The negotiated price of $29,995,00 shall be disbursed if the option period is exercised,

 

 

 

 

 

 

 

 

 

 

 

PURCHASE REQUEST NUMBER:  54590CHCBD08141

 

 

 

 

 

PROJECT: 54590CHCBD

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

NET AMT

 

 

 

$

29,995.00

 

 

4



 

SECTION C - Descriptions and Specifications

 

C.1.         Proposed Effort.  The FY 08 Small Business Innovative Research (SBIR) Program Phase I proposal C081-105-0080, titled “Multiple Indication Adjuvants”, sets forth the research to be performed under this contract and is incorporated by reference into the subject contract.  The work to be performed under this contract will be in accordance with the Contractor’s proposal and modifications to the contract, if any.

 

C.2.         Principle Investigator.  The Principle Investigator for this contract is Dr. Ramon Flick. Changes to the PI require prior approval and a modification to the contract.

 

5



 

SECTION D - Packaging and Marking

 

D.1.         Packaging (preservation and packing) and marking of deliverable items called for under this contract shall be in accordance with Contractor’s best commercial practice to insure safe arrival at destination.

 

6



 

SECTION E - Inspection and Acceptance

 

Supplies/services will be inspected/accepted at:

 

CLIN

 

INSPECT AT

 

INSPECT BY

 

ACCEPT AT

 

ACCEPT BY

0001

 

Destination

 

Government

 

Destination

 

Government

0001AA

 

Destination

 

Government

 

Destination

 

Government

0001AB

 

Destination

 

Government

 

Destination

 

Government

0001AC

 

Destination

 

Government

 

Destination

 

Government

0001AD

 

Destination

 

Government

 

Destination

 

Government

0001AE

 

Destination

 

Government

 

Destination

 

Government

0001AF

 

Destination

 

Government

 

Destination

 

Government

0002

 

Destination

 

Government

 

Destination

 

Government

 

THE FOLLOWING CONTRACT CLAUSE IS PERTINENT TO THIS SECTION AND HEREBY INCORPORATED BY REFERENCE:

 

REF #:

 

FAR CLAUSE

 

CLAUSE TITLE AND DATE

1

 

52.246-9

 

INSPECTION OF RESEARCH AND DEVELOPMENT (SHORT FORM) APR 1984

 

E.1.          The contractor will submit all scientific reports to the office specified in Section F.2. of the contract for inspection and acceptance.  Reports shall he prepared in accordance with the SBIR Program Solicitation and in accordance with Sections F.2 of this contract.

 

7


 

SECTION F - Deliveries or Performance

 

CLIN

 

DATE

 

QTY

 

SHIP TO ADDRESS

 

UIC

0001

 

 

 

 

 

TRANSPORTATION OFFICE - W36QYT
PR PROP BK ACCT DURHAM
PO BOX 12211
RESEARCH TRIANGLE PARK NC ###-###-####
FOB: Destination

 

W36QYT

0001AA

 

04 JUN 2008

 

1

 

(Same as stated above)

 

 

0001AB

 

04 JUL 2008

 

1

 

(Same as stated above)

 

 

0001AC

 

03 AUG 2008

 

1

 

(Same as stated above)

 

 

0001AD

 

02 SEP 2008

 

1

 

(Same as stated above)

 

 

0001AE

 

02 OCT 2008

 

1

 

(Same as stated above)

 

 

0001AF

 

01 NOV 2008

 

1

 

(Same as stated above)

 

 

0002

 

N/A

 

1

 

(Same as stated above)

 

N

 

NOTICE: THE FOLLOWING CONTRACT CLAUSES PERTINENT TO THIS SECTION ARE HEREBY INCORPORATED BY REFERENCE:

 

REF.
NO.

 

FAR CLAUSE
NUMBER

 

CLAUSE TITLE AND DATE

 

 

 

 

 

 

 

 

 

 

 

1.

 

52.242-15

 

 

 

STOP-WORK ORDER (AUG 1989)

 

 

2.

 

52.247-34

 

 

 

F.O.B. DESTINATION (NOV 1991)

 

 

 

F.1.                             Period Of Performance:  The research called for by this contract shall be performed during the six month period of performance from the effective date shown in block 3 of the Standard Form 26 or contract cover page.

 

F.2.                             Delivery of Data:  Reports called for by this contract must be delivered as follows:

 

(a)                                  Monthly Status Reports — The reports will be submitted on a monthly basis and will be submitted electronically in PDF format to the following e-mail address: ***@***.  Hard copies will be accepted if electronic submission is not possible.  If hard copies are sent, send 2 copies of the Monthly Status Report to the appropriate address below. Reports will identify (1) the name of the contractor, (2) the contract number, (3) the Contract Line Item Number (CLIN) being billed against and (4) the period of performance.

 

VIA U.S. MAIL:

VIA OVERNIGHT CARRIER:

U.S. Army Research Office

ATTN: Mr. Bill Bratton

P.O. Box 12211

Research Triangle Park, NC ###-###-####

Email: ***@***

U.S. Army Research Office

ATTN: Mr. Bill Bratton

4300 South Miami Blvd.

Durham, NC ###-###-####

PH: 919 ###-###-####

 

(b)                                 Final Technical Report - A Final Technical Report (FTR) shall be submitted electronically in PDF format to the following e-mail address: http://www.arl.army.mil/main/main/default.cfm?Action=29&Page=218.  Hard copies will be accepted if electronic submission is not possible.  If hard copies are sent, send 2 copies to the appropriate address shown above.

 

8



 

The FTR report will be delivered within 30 calendar days after the expiration of the Performance Period (F.1 ) or any extensions thereto. Administrative costs are permitted for the development of this report, but total payment not-to-exceed the total negotiated contract line item amount. The report shall include a completed SF298, “Report Documentation Page” as the first page, identifying the purpose of the work, a brief description of the work, the findings or results, and potential applications of the effort. The SF298 may be published by DoD, and therefore must not contain proprietary or classified information. The balance of the report should indicate in detail the project objectives; work carried out, and results obtained. In completing the SF 298, the following issues need to be addressed:

 

(1) Block 12a (Distribution/Availability Statement) of the SF 298 in each unclassified final report must contain the following statements (see www.aro.army.mil/forms):

 

·                                          Distribution authorized to U.S. Government Agencies only; contains proprietary information.

 

(2) Block 13 (Abstract) of the SF 298 must include as the first sentence, “Report developed under SBIR contract W911NF-08-C-0044” for topic “CBD08-105”.  The abstract must identify the purpose of the work, a brief description of the work performed, results achieved and potential applications of the effort. Since the DoD will publish the abstract, it must not contain proprietary or classified data.

 

(3) Block 14 (Subject Terms) of the SF298 must include the term “SBIR Report.”

 

(4)                                  DD Form 882, Report of Inventions and Subcontracts. Submit two copies with the Final Technical Report.

 

Note:  The final payment is subject to an approved Final Technical Report.  The U.S. Army Research Office has the responsibility to submit a copy of the Final Technical Report to the Defense Technical Information Center (DTIC).

 

9



 

SECTION G - Contract Administration Data

 

ACCOUNTING AND APPROPRIATION DATA

 

AA: 97 0809 0400 2601 018129 8 6N 6N7C 60605502BPM 255Y 8PM54590CHSAPM 8XSAPM 018129

AMOUNT: $69,990.00

CIN 54590CHCBD081410001AA: $11,660.00

CIN 54590CHCBD081410001AB: $11,666.00

CIN 54590CHCBD081410001AC: $11,666.00

CIN 54590CHCBD081410001AD: $11,666.00

CIN 54590CHCBD081410001AE: $11,666.00

CIN 54590CHCBD081410001AF: $11,666.00

 

Note:

1.               Final payment should be made upon receipt of the approved Final Technical Report.

2.               Contractor costs incurred after the period of performance for the preparation and shipping of the Final Technical Report are allowable if within the contract ceiling amount.

 

G.1.                          Contract Administration. Personnel assigned to the office shown in Block #5 of Standard Form 26, Contract Cover Page, will administer this contract.

 

G.2.                          Contracting Officer’s Technical Representative (COR).

 

Dr. Jennifer Becker
US Army Research Office
P.O. Box 12211
Research Triangle Park, NC ###-###-####
Voice: (919) 549-4224
FAX: (919) 549-4310

 

G.3.                          Defense Contract Audit Agency (DCAA)

 

Minneapolis Branch Office — 03541
250 Marquette Avenue
Suite 525
Minneapolis, MN 55401
Phone No: 612 ###-###-####
Fax No: 612 ###-###-####
E-mail: ***@***

 

G.4.                          Payment Information and Inquiries.

 

a)                                      This manual process shall only be used temporary until be the Army is fully operational on the WAWF system.  Once the WAWF system is functional Mr. Bill Bratton will notify all contractors.

 

b)                                     The contractor shall submit its payment invoices electronically (preferably with monthly report) to ***@*** or ***@***.  If this is not possible, you may fax the invoice only to ###-###-#### to “Attention Mr. Bill Bratton”.

 

10



 

c)                                      The contractor shall include the following information on all vouchers:

 

1.                                       The Contractor shall identify on all vouchers:  Name and Address of the Contractor.

2.                                       Invoice Date (The contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission).

3.                                       Contract Number

4.                                       Description of services performed.

5.                                       Name (where applicable), title, telephone number, and mailing address of person to be notified in the event of a defective invoice.

6.                                       Any other pertinent information or documentation required by the contract (verification that a monthly report was submitted).

7.                                       Invoice #

8.                                       Cage Code

 

d)                                     The ARO Invoice Processing personnel will then obtain the appropriate signatures on the certification form for payments and send them BY FAX to the cognizant DFAS payment office. DFAS customer service is ###-###-####.  The DFAS payment office is identified on the face of the SF26.

 

Note:  All invoices must identify the CLIN and sub-CLIN under which payment is being requested. INVOICES, WHICH DO NOT IDENTIFY THE PROPER CLIN(S), WILL BE REJECTED BY THE PAYMENT OFFICE AS IMPROPER.  If DFAS discovers one or more errors in the invoice, it will note the errors on the invoice and fax it to the contractor for revision or execution of required certifications.  The contractor may then revise the invoice and fax it back to DFAS for continued processing.  The contractor should contact DFAS to verify receipt of the fax.  This process is estimated to take thirty days or more.

 

11



 

SECTION H - Special Contract Requirements

 

H.1.                           Release of Information and Acknowledgment of Sponsorship

 

a.               Neither the contractor nor any of his employees shall release or publish any news related to this contract without providing a copy to the Contracting Officer Representative (CORI/COTR).

 

b.              The contractor agrees that in the release of information relating to this contract, such release shall include a statement to the effect that the project or effort depicted was or is sponsored by the U.S. Army Research Office, and that the content of the information does not necessarily reflect the position or the policy of the Government, and no official endorsement should be inferred.

 

c.               For the purpose of this provision, “information” includes news releases, articles, manuscripts, brochures, advertisements, still and motion pictures, speeches, trade association proceedings, symposia, etc.

 

d.              The contractor further agrees to include this provision in any subcontract awarded as a result of this contract.

 

H.2.                           Research Responsibility

 

a.               The contractor shall bear responsibility for the conduct of the research specified in the contractor’s proposal identified in the contract. The contractor will exercise judgment in obtaining the stated research objectives within the limits of the terms and conditions of the contract; provided, however, that the contractor will obtain the contracting officer’s (CO) approval to change the Statement of Work. Consistent with the foregoing the contractor shall conduct the work as set forth in his proposal and accepted by the contract award.

 

b.              The Contractor shall notify the CO if the principal investigator plans to devote less effort to the project than specified in the proposal and, prior to a change in the PI, the Contractor shall notify the CO and request approval of a replacement.

 

H.3.                           Section K - Representations and Certifications

 

Section K — Representations and Certifications, and Other Statement of Offerors, as completed by the Contractor in relation to this contract, is hereby incorporated by reference.

 

H.4.                           Option

 

This contract is renewable, at the option of the Government and may be exercised at any time prior to the end of the time of performance cited in Section F. Should the Government exercise this option, written notification will be provided to the contractor by modification to this contract signed by the Contracting Officer.

 

12



 

H.5.                           Contractor Manpower Reporting

 

The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil.

 

The required information includes the following:

 

1.               Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative;

 

2.               Contract number, including task and delivery order number;

 

3.               Beginning and ending dates covered by reporting period;

 

4.               Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;

 

5.               Estimated direct labor hours (including sub-contractors);

 

6.               Estimated direct labor dollars paid this reporting period (including sub-contractors);

 

7.               Total payments (including sub-contractors);

 

8.               Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);

 

9.               Estimated data collection cost;

 

10.         Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information);

 

11.         Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);

 

12.         Presence of deployment or contingency contract language;
Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).  As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement.  Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year.  Contractors may use a direct XML data transfer to the database server or fill in the fields on the website.  The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site.  The specific formats for the XML direct transfer may be downloaded from the web site.

 

13



 

SECTION I - Contract Clauses

 

CLIN 0001 (Firm, Fixed Price)

 

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

 

FAR 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://arlinside.arl.mil/offices/procure/library.htm or http://farsite.hill.af. mil/VFFARa.htm

 

FAR CLAUSE #

 

TITLE

 

DATE

FAR 52.202-1

 

Definitions

 

(JUL 2004)

FAR 52.203-3

 

Gratuities

 

(APR 1984)

FAR 52.203-5

 

Covenant Against Contingent Fees

 

(APR 1984)

FAR 52.203-6

 

Restrictions on Subcontractor Sales to the Government

 

(SEP 2006)

FAR 52.203-7

 

Anti-Kickback Procedures

 

(JUL 1995)

FAR 52.203-8

 

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

 

(JAN 1997)

FAR 52.203-10

 

Price or Fee Adjustment for Illegal or Improper Activity

 

(JAN 1997)

FAR 52.203-12

 

Limitation on Payments to Influence Certain Federal Transactions

 

(SEP 2007)

FAR 52.204-4

 

Printed or Copied Double-Sided on Recycled Paper

 

(AUG 2000)

FAR 52.204-7

 

Central Contractor Registration

 

(JUL 2007)

FAR 52.209-6

 

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

 

(SEP 2006)

FAR 52.211-8

 

Time of Delivery

 

(JUN 1997)

FAR 52.215-2

 

Audit & Records-Negotiation

 

(JUN 1999)

 

 

Alt II

 

(APR 1998)

FAR 52.215-8

 

Order of Precedence Uniform Contract Format

 

(OCT 1997)

FAR 52.215-10

 

Price Reduction For Defective Cost or Pricing Data

 

(OCT 1997)

FAR 52.215-12

 

Subcontractor Cost Or Pricing Data

 

(OCT 1997)

FAR 52.215-14

 

Integrity of Unit Prices

 

(OCT 1997)

FAR 52.215-15

 

Pension Adjustments and Asset Reversions

 

(OCT 2004)

FAR 52.215-19

 

Notification of Ownership Changes

 

(OCT 1997)

FAR 52.217-9

 

Option to Extend the Term of the Contract

 

(MAR 2000)

FAR 52.219-8

 

Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns

 

(MAY 2004)

FAR 52.219-14

 

Limitations on Subcontracting

 

(DEC 1996)

FAR 52.222-3

 

Convict Labor

 

(JUN 2003)

FAR 52.222-26

 

Equal Opportunity

 

(MAR 2007)

FAR 52.222-35

 

Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era

 

(SEP 2006)

FAR 52.222-36

 

Affirmative Action for Workers with Disabilities

 

(JUN 1998)

FAR 52.222-37

 

Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era

 

(SEP 2006)

FAR 52.222-50

 

Combating Trafficking in Persons

 

(AUG 2007)

FAR 52.223-6

 

Drug-Free Workplace

 

(MAY 2001)

FAR 52.223-14

 

Toxic Chemical Release Reporting

 

(AUG 2003)

FAR 52.227-1

 

Authorization and Consent

 

(DEC 2007)

 

 

Alternate I

 

(APR 1984)

FAR 52.227-2

 

Notice and Assistance Regarding Patent and Copyright Infringement

 

(DEC 2007)

FAR 52.227-11

 

Patent Rights — Ownership by the Contractor

 

(DEC 2007)

FAR 52.228-7

 

Insurance—Liability to Third Persons

 

(MAR 1996)

FAR 52.229-3

 

Federal, State, and Local Taxes

 

(APR 2003)

FAR 52.232-2

 

Payments under Fixed-Price Research and Development Contracts

 

(APR 1984)

FAR 52.232-9

 

Limitation on Withholding of Payments

 

(APR 1984)

FAR 52.232-17

 

Interest

 

(JUN 1996)

 

14



 

FAR CLAUSE #

 

TITLE

 

DATE

FAR 52.232-23

 

Assignment of Claims

 

(JAN 1986)

FAR 52.232-25

 

Prompt Payment

 

(OCT 2003)

FAR 52.232-33

 

Payment by Electronic Funds Transfer Payment

 

(OCT 2003)

FAR 52.233-1

 

Disputes

 

(JUL 2002)

FAR 52.233-3

 

Protest After Award

 

(AUG 1996)

 

 

Alternate I

 

(JUN 1985)

FAR 52.242-1

 

Notice of Intent to Disallow Costs

 

(APR 1984)

FAR 52.242-13

 

Bankruptcy

 

(JUL 1995)

FAR 52.243-1

 

Changes-Fixed Price

 

(AUG 1987)

 

 

Alternate V

 

(APR 1984)

FAR 52.244-2

 

Subcontracts (Fixed Price)

 

(JUN 2007)

FAR 52.244-5

 

Competition in Subcontracting

 

(DEC 1996)

FAR 52.246-23

 

Limitation of Liability

 

(FEB 1997)

FAR 52.247-63

 

Preference for U.S.-Flag Air Carriers

 

(JUN 2003)

FAR 52.249-1

 

Termination for Convenience of the Gov (Fixed Price) (Short Form)

 

(APR 1984)

FAR 52.249-9

 

Default (Fixed Price Research and Development)

 

(APR 1984)

FAR 52.253-1

 

Computer Generated Forms

 

(JAN 1991)

 

 

 

 

 

FAR 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.

 

(c)          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).

 

15


 

I.2.  DEFENSE ACQUISITION REGULATION SUPPLEMENT (48 CFR CHAPTER 2) CLAUSES:

 

DFARS CLAUSE #

 

TITLE

 

DATE

DFARS ###-###-####

 

Contracting Officer’s Representative

 

(DEC 1991)

DFARS ###-###-####

 

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

 

(DEC 2004)

DFARS ###-###-####

 

Commercial and Government Entity (CAGE) Code Reporting

 

(AUG 1999)

DFARS ###-###-####

 

Control of Government Personnel Work Product

 

(APR 1992)

DFARS ###-###-####

 

Alternate A, Central Contractor Registration

 

(SEP 2007)

DFARS ###-###-####

 

Provision of Information to Cooperative Agreement Holders

 

(DEC 1991)

DFARS ###-###-####

 

Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country

 

(DEC 2006)

DFARS ###-###-####

 

Buy American Act and Balance of Payments Program.

 

(JUN 2005)

DFARS ###-###-####

 

Qualifying Country Sources as Subcontractors.

 

(APR 2003)

DFARS ###-###-####

 

Preference for Certain Domestic Commodities

 

(MAR 2008)

DFARS ###-###-####

 

Restriction on Acquisition of Ball and Roller Bearings.

 

(MAR 2008)

DEARS ###-###-####

 

Rights in Bid or Proposal Information

 

(JUN 1995)

DFARS ###-###-####

 

Identification and Assertion of Use, Release, or Disclosure Restrictions

 

(JUN 1995)

DFARS ###-###-####

 

Rights in Noncommercial Technical Data and Computer Software—Small Business Innovation Research (SBIR) Program.

 

(JUN 1995)

DFARS ###-###-####

 

Validation of Asserted Restrictions-Computer Software

 

(JUN 1995)

DEARS ###-###-####

 

Technical Data or Computer Software Previously Delivered to the Government

 

(JUN 1995)

DFARS ###-###-####

 

Technical Data — Withholding of Payment

 

(MAR 2000)

DFARS ###-###-####

 

Validation of Restrictive Markings on Technical Data

 

(SEP 1999)

DFARS ###-###-####

 

Patents — Reporting of Subject Inventions

 

(APR 1990)

DFARS ###-###-####

 

Supplemental Cost Principles

 

(DEC 1991)

DFARS ###-###-####

 

Electronic Submission of Payment Requests

 

(MAR 2008)

DFARS ###-###-####

 

Levies on Contract Payments

 

(DEC 2006)

DFARS ###-###-####

 

Frequency Authorization

 

(DEC 1991)

DEARS ###-###-####

 

Acknowledgment of Support & Disclaimer

 

(MAY 1995)

DFARS ###-###-####

 

Final Scientific or Technical Report

 

(NOV 2004)

DFARS ###-###-####

 

Transportation of Supplies By Sea

 

(MAY 2002)

 

16