Sie sind auf Seite 1von 54

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30


2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

1. REQUISITION NUMBER 0010249766 5. SOLICITATION NUMBER

PAGE 1 OF

53 54

6. SOLICITATION ISSUE DATE

W912D1-13-R-0003
7. FOR SOLICITATION INFORMATION CALL: a. NAME b. TELEPHONE NUMBER (No Collect Calls)

15-Jan-2013
8. OFFER DUE DATE/LOCAL TIME

JEMEL HOGAN
CODE

+965-2-389-3973
10. THIS ACQUISITION IS 11. DELIVERY FOR FOB DESTINATION UNLESS % FOR BLOCK IS MARKED SEE SCHEDULE

12:00 AM 29 Jan 2013


12. DISCOUNT TERMS

9. ISSUED BY

W912D1

US ARMY CONTRACTING COMMAND SWA - KUWAIT BUILDING T-346 RED BALL EXPRESS ROAD APO AE 09366

X UNRESTRICTED
SET ASIDE: SB HUBZONE SB 8(A) SVC-DISABLED VET-OWNED SB

13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION NAICS:

TEL: FAX:
15. DELIVER TO
USARCENT JOSE RIVERA 3ABCT, 3ID TT505 APO AE CAMP BUEHRING 09330 TEL: 706.455.3865 FAX:

EMERGING SB SIZE STD: CODE


W900W5

423460

RFQ

IFB CODE

X RFP

16. ADMINISTERED BY

17a.CONTRACTOR/ OFFEROR

CODE

18a. PAY MENT WILL BE MADE BY

CODE

TEL.

FACILITY CODE

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 19. ITEM NO.

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT

20. SCHEDULE OF SUPPLIES/ SERVICES

SEE SCHEDULE
25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED.

ADDENDA ADDENDA

ARE ARE

ARE NOT ATTACHED ARE NOT ATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

COPIES

29. AWARD OF CONTRACT: REFERENCE OFFER DATED . Y OUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

30a. SIGNATURE OF OFFEROR/CONTRACTOR

31a.UNITED STATES OF AMERICA

(SIGNATURE OF CONTRACTING OFFICER) 31c. DATE SIGNED

30b. NAME AND TITLE OF SIGNER


(TYPE OR PRINT)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER

(TYPE OR PRINT)

TEL:

EMAIL:

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR) 53.212

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)


19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 21. QUANTITY 22. UNIT

PAGE 2 OF 53 23. UNIT PRICE 24. AMOUNT

SEE SCHEDULE

32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________ 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER

34. VOUCHER NUMBER

35. AMOUNT VERIFIED CORRECT FOR

36. PAY MENT COMPLETE PARTIAL FINAL

37. CHECK NUMBER

PARTIAL

FINAL 39. S/R VOUCHER NUMBER 40. PAID BY

38. S/R ACCOUNT NUMBER

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAY MENT 42a. RECEIVED BY (Print) 41c. DATE 41b. SIGNATURE AND TITLE OF CERTIFY ING OFFICER 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV 3/2005) BACK Prescribed by GSA FAR (48 CFR) 53.212

W912D1-13-R-0003 Page 3 of 54 Section SF 1449 - CONTINUATION SHEET

ITEM NO 0001

SUPPLIES/SERVICES

QUANTITY 12

UNIT Each

UNIT PRICE

AMOUNT

DISPLAY 46" LCD FFP 9X Media Industrial grade Ultra thin bezel Screens shall be no less than a 46" diagonal dimension display featuring: rated for 24/7 usage, 60,000 hour MTBF Backlight for 6.8 years operation running at 24/7, 400 nit brightness and 1920 x1080 resolution, includes 9X Total live pixel to live pixel gap is .75 inches or 22mmMedia factory HDMI,VGI and DVI inputs 2 year warranty Brand Name or Equal FOB: Destination COLOR: black PURCHASE REQUEST NUMBER: 0010249766

NET AMT

ITEM NO 0002

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

VIDEO WALL STAND FFP Free-standing modular shall support four (wide)-by-three (high) 4x3 video wall stand. Mounting system shall completely break down to allow for easy handling and moving. Include fine-tune alignment of each display provided by top adjustable mounting brackets. The lower row shall be approximately Three feet five inches (3'5") above the floor. The stand shall have push pull capability. FOB: Destination COLOR: BLACK PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 4 of 54

ITEM NO 0003

SUPPLIES/SERVICES

QUANTITY 12

UNIT Each

UNIT PRICE

AMOUNT

VGA CABLES FFP VGA high performance / high bandwidth VGA cable estimated 125 foot- includes noise reduction ferrites, rated at up to 2048 x 1536 per channel, plenum rated for below floor and above ceiling routing without the need for conduit in most applications. This cable must be guaranteed not to introduce noise. FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

ITEM NO 0004

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

HD 6400 FFP This 9X Media HD6400 multi screen video wall controller configured to drive 64 displays or projectors and designed to drive each screen in the system up to 2048 x 1536 per screen and is expandable to up to 64 screens or projectors and can receive up to 228 video inputs with the addition of optional video input cards for receiving and playing multiple video feeds from workstation computers, Blu Ray players, video cameras, Video Conferencing systems and other playback devices Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 5 of 54 ITEM NO 0005 SUPPLIES/SERVICES QUANTITY 7 UNIT Each UNIT PRICE AMOUNT

HD6400 INPUT FFP HD 6400 input- Analog add 1 x VGA or component input Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

ITEM NO 0006

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

VWS FFP 9X media video wall software - Allows remote access to VC3200 video wall controller from any network or Internet connection. Enables users to create and save unlimited number complex multi-input screen layouts which can be save as icons onto the system desktop for instant recall by clicking on saved icon. Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 6 of 54 ITEM NO 0007 SUPPLIES/SERVICES QUANTITY 10 UNIT Each UNIT PRICE AMOUNT

VWS REMOTE FFP Remote access software enabling up to 9 simultaneous remote users (via access code) to access and manipulate the HD6400 controller via any network anywhere within the network. Remote users can also store preset layouts onto their desktop enabling them to change layout of wall being driven by the HD6400 or SD4000 with double click of their mouse Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

ITEM NO 0008

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

46" SPARE LCD FFP 9X Media Industrial grade Ultra thin bezel Screen shall be no less than a 46" diagonal dimension display. Screen shall be the same specification as what the vender is providing under CLIN 0001. featuring: rated for 24/7 usage, 60,000 hour MTBF Backlight for 6.8 years operation running at 24/7, 400 nit brightness and 1920 x1080 resolution, includes 9X Total live pixel to live pixel gap is .75 inches or 22mmMedia factory 2 year warranty Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 7 of 54 ITEM NO 0009 QUANTITY UNIT 3 Each SURGE ARRESTOR POWER STRIPS FFP 6 Receptacle Shall protect the Video wall against voltage spikes FOB: Destination SUPPLIES/SERVICES UNIT PRICE AMOUNT

NET AMT

ITEM NO 0010

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

SPARE PARTS KIT FFP 9X Media HD6400 spare parts kit to maximize up time of mission critical environments. This kit includes at least one(1) x video output card, one (1) video input card an one (1) x power supply module. Brand Name or Equal FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 8 of 54 ITEM NO 0011 SUPPLIES/SERVICES QUANTITY 1 UNIT Lot UNIT PRICE AMOUNT

SHIPPING FFP To Include Shipping - Door to Door - International delivery including fees if any for Delivery Confirmation, Insurance, and Tracking FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

ITEM NO 0012

SUPPLIES/SERVICES

QUANTITY 1

UNIT Each

UNIT PRICE

AMOUNT

FULL INSTALLATION FFP Installation of Video Wall System is to be installed in accordance with the Statement of Work (SOW) of this solicitation. Venders shall Include the period of performance for Installation. FOB: Destination PURCHASE REQUEST NUMBER: 0010249766

NET AMT

W912D1-13-R-0003 Page 9 of 54 ITEM NO 0013 SUPPLIES/SERVICES QUANTITY UNIT Insurance Policy UNIT PRICE AMOUNT

Defense Base Act Ins. Coverage COST The amount listed by the contractor on this CLIN is the estimated DBA insurance premium (estimated payroll of the contractor and its subcontractors times the applicable rate(s)). The DBA insurance premium amount varies with payroll and the nature of services. The actual amount paid by the Government under this CLIN will be based on the amount of the Rutherfoord invoice, stamp paid and submitted by the contractor after contract award. In the event of recalculation of the premium by CNA based on actual payroll amounts, the contracting officer will adjust this CLIN by contract modification to reflect the actual premium amounts paid. FOB: Destination ESTIMATED COST

ITEM NO 0014

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

SPOT COST The contractor shall ensure all the employees in Kuwait of the contractor and all sub-contractors are registered in the Synchronized Pre-Deployment and Operational Tracker (SPOT) Program available at https://spot.altess.army.mil or submitted manually to the Contracting Office if directed by the Contracting Officer. SPOT reporting will be updated as required. This CLIN is not separately priced (NSP) and is included in the total price of the contract. Payment will not be made for any CLIN of the contract until this deliverable is accepted by the Government. FOB: Destination ESTIMATED COST

W912D1-13-R-0003 Page 10 of 54 SOW

STATEMENT OF WORK
Requirement: The contractor shall provide the Video Wall for Government Command Group, as outlined in this Performance Work Statement (SOW) This requirement will include parts and labor, to include, but not limited to, all labor needed to install components in accordance with manufacturers instructions. All necessary services required for a complete and functional free standing Video Wall system shall be provided. 1.0 DELIVERY The Contractor shall have 45 calendar days after acceptance of the award to deliver and install the video wall. 2.0 SCOPE 2.1 The contractor shall provide all labor, travel/transportation, material, software, supervision, and administration necessary to install a Video Wall in Third Armored Brigade Command Group on Camp Buehring, Kuwait. The Contractor shall ensure that all equipment listed is new and operates as per manufacturers guidelines. 2.2 The Video Wall must be capable of operating from foreign and domestic commercial power supplies as well as field deployable generators. The power factor must be 110 or 220V electrical plug-in, generator, battery, or renewable energy. 2.3 The Individual screens composing of the video shall be calibrated with each other to display the same color combinations. 2.4 Wiring Troughs/conduits shall be used for all wire runs. A licensed electrician shall install all electrical wiring. AC wall outlets shall be used to operate all devices. The contractor shall be responsible for providing all cabling, adapters, and the installation, and neat arrangement of cabling solution to and from all input devices, the video controller, and the video wall. 2.5 For the installation of the video wall, the contractor shall provide all wiring, cabling, and control connections necessary for a complete usable video projection/audio system to the specified standards. It is the responsibility of the contractor to ensure that the video wall will safely and securely fit within the space provided in the Command Group(view Location Diagram/Measurements are by foot). All specified parts and labor to connect the designated components in the command group will be provided by the contractor. 2.6 The Contractor shall maintain work sites and other areas utilized in the performance of this contract in a neat, clean, orderly, and sanitary condition. The Contractor shall remove all debris from the site at the end of each work day and prior to final inspection. Any waste generated in the performance of the contract shall be transported off Camp Buehring and disposed of in an approved waste facility in accordance with Host Nation Laws. The contractor is responsible for the accountability and safekeeping of all staged materials. 2.7 Site Manager The Contractor shall designate a Site Manager in writing prior to beginning installation. The Site Manager shall be the central point of contact for performance of all on-site work under the contract. The Contractor shall also designate an Alternate Site Manager with all the required skills and authority, to act on the Contractors behalf during the Site Manager's absence. The Site Manager, and any alternate individuals designated, shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to execution of the contract. The Site Manager shall be able to understand, speak, read, and write the English language and speak Arabic. The Contractor shall provide phone numbers for primary and alternate site managers, and the acting Site Manager must be reachable at all times that contractor personnel are performing work on Camp Buehring.

W912D1-13-R-0003 Page 11 of 54

3.0 After the Government determines that all contractual obligations have been met a pre-final inspection shall be performed on the video wall. At a minimum, the Governments point of contact (POC) shall be present for this inspection. Discrepancies shall be documented on a punch list and shall be corrected prior to final acceptance. If any material does not meet the Brigade specifications or if the discrepancy creates a safety hazard, the items shall be rejected and replaced at no cost to the Brigade. The Governments POC will conduct a joint inspection of all equipment to ensure that equipment is serviceable prior to the start of the period of performance. Additionally, the POC will conduct a joint inspection of all equipment at the end of the period of performance. Failure to conduct a joint inspection with the POC may hinder the vendors ability to receive a financial settlement in the event a claim is submitted. 4.0 Location The below requested number of Video Wall is required for location listed. LOCATION TT505 3ABCT, 3ID CAMP BUEHRING, KUWAIT DESCRIPTION VIDEO WALL QUANTITY 1 START DATE

NOTE 1: Location(s) and/or quantity may be subject to change. 5.0 Warranty 5.1 The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favored customers, whichever is greater. However, the minimum warranty shall be two years after acceptance by Government, and shall include 24/7 customer support through phone or e-mail and Next Business Day parts replacement. Contractor shall provide a primary and back-up means of contacting Contractors designated representative(s) for any emergency warranty services required. Once contacted, the Contractor will be required to correct any warranty problems and provide the USG a daily status of the outstanding issues. 5.2 The warranty excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, installation and technical support. 5.3 The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Governments discretion and included in the contract award. 5.4 The Video Wall will be utilized in the locations specified in this SOW. Service calls need to be available at Third Armored Brigade Command Group. 6.0 Installation Access 6.1 The Contractor is responsible for coordinating with the Government POC to obtain access to any secure areas on Camp Buehring. An escort shall be provided by the Government for contractor personnel performing work in secure areas.

W912D1-13-R-0003 Page 12 of 54 SITE VISIT In accordance with FAR clause 52.237-1Site Visit date and time will be announced via http://www.usmilitarycontracting.com .

INSTRUCTIONS TO OFFERORS ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS: 1. QUOTE SUBMITTAL INSTRUCTIONS: Quoters are required to submit a complete quote package as listed in Paragraph 2. Quote packages must be received on or before the solicitation closing date. a. Quote packages will be submitted via e-mail to: Mr. Jemel Hogan Contracting Specialist

jemel.m.hogan.civ@mail.mil
Nazneen Fakera Contracting Officer Fakera.nazneen.civ@mail.mil Solicitation Inbox usarmy.arifjan.408-contr-spt-bde.mbx.contracting-solicit-kwt@mail.mil

b. The Government reserves the right to extend the notification deadline of the solicitation up to the date quotes are initially due. c. Electronically submitted quotes shall be prepared in Microsoft Word, Microsoft Excel, or Adobe Acrobat. WINZIP (.zip) files will not be accepted. If necessary, quotes may be submitted through multiple e-mails, which shall be numbered to include the total sent, for example E-mail 2 of 6. All submittals shall be in English. d. All quotes shall display a statement of validity 90 days from solicitation closing date. 2. QUOTE FILES: Quoter shall submit the following: Please note, all company-identifying information (name, logo, stamp, etc) shall be limited to the cover page only, on all submitted information including technical submittals and schedules provided with the quote. a. This solicitation includes requirements for some of the items to be provided based on required salient characteristics or specifications set forth in the solicitation, in accordance with FAR 11.104 and the FAR provision 52.211-6 incorporated into this solicitation. Quoters may choose to offer the specified item as long as it meets or exceeds the salient characteristics or specifications of the required item. As the combined components of this

W912D1-13-R-0003 Page 13 of 54 acquisition represent a complete video wall system, all quotes must be for the complete system. Partial quotes will not be accepted. b. The contractor shall provide a technical proposal with descriptive specifications and pictures of all items being quoted. This includes but is not limited to descriptive literature or brochures for the proposed item which demonstrates that it meets or exceeds the salient characteristics of the requirement. Descriptive literature shall contain the manufacturers name, brand name, and the make or model number. c. Pricing spreadsheet containing the list of the proposed brand name, make\model number, proposed brand salient characteristics, unit price and extended price. Include any shipping or delivery fees that will apply. The quoter shall NOT rephrase or restate the Governments requirements, but shall provide the salient characteristics of the proposed item that meet these requirements. d. Standard Form 1449, Solicitation/Contract/Order for Commercial Items with Blocks 12 (if applicable), 17a, 30a, 30b, and 30c completed by the Offeror. This form shall be signed by an authorized representative of the company. Include acknowledgement of Amendments, if any. e. Quoters shall insert the (UNIT PRICE) for each item and complete extended prices (AMOUNT) in the Pricing Schedule. f. Proposed delivery of items and estimated days for installation g. Complete the fill-ins and certifications in the provisions as necessary. Return the completed provision FAR 52.212-3 Offeror Representation and Certifications Commercial Items Alt.1 or provide a statement that acknowledges that the Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. h. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5). I. The contractor shall also include past performance on two (2) relative contracts. Offeror shall utilize the Past Performance Questionnaire provided by sending them to past customers, who are to forward them directly to the contact specialist at jemel.m.hogan.civ@mail.mil and the contracting officer Nazneen Fakera at fakera.nazneen.civ@mail.mil . If the contractor has no past performance history, the offeror must affirmatively state in its proposal. Omission of any significant aspect of the quote may render your quote technically unacceptable. 3 EVALUATION COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be made on the basis of the lowest price technical acceptable (LPTA) analysis of cost/price, non cost factors to evaluate the proposals submitted. The following factors shall be used to evaluate the offers: Technical Factors At a minimum, the proposal shall address the minimum technical specifications outlined in this RFP. All items to be delivered under the resulting contract shall comply with the minimum technical specifications and delivery schedule set forth in this RFP. Technical proposals shall include descriptive specifications and pictures of all items being quoted. Also the product description in order to demonstrate that each model proposed meets the Governments minimum specifications. Past Performance- The Government will evaluate past performance of two (2) current or previous contracts for current relevancy (5 years) based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from

W912D1-13-R-0003 Page 14 of 54 centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for a responsibility determination. The absence of past performance data will be rated acceptable. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of Pedecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. Price Contractors shall insert the unit price for each item and complete extended prices in the pricing schedule. Although the contractor will inset a price for DBA, DBA price will not be evaluated for total price of the offors proposal. The Government prefers that the contractor give prices on all CLIN items listed on this RFP. Government has the right to decrease quantity of the requirement if the funding is not sufficient for the quantity quoted. 4 DEFINITIONS AND RATINGS For non price factors the following ratings will be assigned based on the evaluation criteria. Ratings and definitions are as follows:

Technical Rating RATING DESCRIPTION Proposal clearly meets the minimum requirements and indicates an acceptable approach and understanding of the requirements. In addition, the approach is not likely to cause disruption of schedule, increased cost, or degradation of performance. Proposal does not clearly meet the requirements and indicates an unacceptable approach and understanding of the requirements, or the approach is likely to cause disruption of schedule, increased cost, or degradation of performance.

Acceptable

Unacceptable

Past Performance RATING

DESCRIPTION Based on the offerors performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offerors performance record is unknown. (See note below.) Based on the offerors performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

Acceptable

Unacceptable

Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable."

W912D1-13-R-0003 Page 15 of 54

5. SPECIAL NOTES (a) AMENDMENTS TO THE SOLICITATION: If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offeror shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Failure to acknowledge an amendment by the date and time specified may result in rejection of your Proposal. (b) EXCHANGES WITH OFFERORS AFTER RECEIPT OF PROPOSALS: The Government intends to evaluate Proposals and award a contract without discussions with Offerors. Therefore, the Offerors initial offer should contain the Offerors best terms from a price and technical standpoint; however, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all Proposals if such action is in the public interest; accept other than the lowest Proposal, if the lowest Proposal is not technically acceptable; and waive informalities and minor irregularities in offers received.

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN 0001 0002 0003 0004 0005 0006 0007 0008 0009 0010 0011 0012 0013 0014 INSPECT AT Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination INSPECT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government ACCEPT AT Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination ACCEPT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government

W912D1-13-R-0003 Page 16 of 54 DELIVERY INFORMATION CLIN 0001 DELIVERY DATE 45 dys. ADC QUANTITY 12 SHIP TO ADDRESS USARCENT JOSE RIVERA 3ABCT, 3ID TT505 APO AE CAMP BUEHRING 09330 706.455.3865 FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination (SAME AS PREVIOUS LOCATION) FOB: Destination UIC W900W5

0002

45 dys. ADC

W900W5

0003

45 dys. ADC

12

W900W5

0004

45 dys. ADC

W900W5

0005

45 dys. ADC

W900W5

0006

45 dys. ADC

W900W5

0007

45 dys. ADC

10

W900W5

0008

45 dys. ADC

W900W5

0009

45 dys. ADC

W900W5

0010

45 dys. ADC

W900W5

0011

45 dys. ADC

W900W5

0012

45 dys. ADC

W900W5

0013

10 dys. ADC

W900W5

0014

45 dys. ADC

W900W5

W912D1-13-R-0003 Page 17 of 54

CLAUSES INCORPORATED BY REFERENCE

52.209-6

Protecting the Government's Interest When Subcontracting DEC 2010 With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.225-14 Inconsistency Between English Version And Translation Of FEB 2000 Contract 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to NOV 2011 Iran--Certification. 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.236-13 Accident Prevention NOV 1991 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And APR 1984 Vegetation 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.203-7005 Representation Relating to Compensation of Former DoD NOV 2011 Officials 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a JAN 2009 Terrorist Country 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2006 The Government of a Terrorist Country 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991

CLAUSES INCORPORATED BY FULL TEXT

52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) (a) Definitions. As used in this clause Central Contractor Registration (CCR) database means the retired primary Government repository for Contractor information required for the conduct of business with the Government. Commercial and Government Entity (CAGE) code means (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or

W912D1-13-R-0003 Page 18 of 54 (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an NCAGE code. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System+4 (DUNS+4) number means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. Registered in the SAM database means that (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractors CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record Active. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. System for Award Management (SAM) means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in CCR may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Governments reliance on inaccurate or incomplete data. To remain registered in the

W912D1-13-R-0003 Page 19 of 54 SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business days written notification of its intention to (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or changeof-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractors SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision-Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-(1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinitequantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000.

W912D1-13-R-0003 Page 20 of 54 (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-(A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision)

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database via https://www.acquisition.gov. (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments-(1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by-(i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for--

W912D1-13-R-0003 Page 21 of 54

(i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (End of clause)

52.211-8

TIME OF DELIVERY (JUN 1997)

(a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE AND INSTALLATION SCHEDULE (Contracting Officer insert specific details) Within Days 45 from contract award

Item No. Quantity of Contract CLIN #0001 thru CLIN #0015

The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE

W912D1-13-R-0003 Page 22 of 54

_______________________________________________ Within Days After Date Item No. Quantity of Contract ______________ ______________ ________________ ______________ ______________ ________________ ______________ ______________ ________________ _______________________________________________ (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

W912D1-13-R-0003 Page 23 of 54

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109282) (31 U.S.C. 6101 note).

___ (5) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (Jul 2010) (Pub. L. 111-5). _X _ (6) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). ____ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ____ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ____ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

____ (11) [Reserved]

____ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

____ (ii) Alternate I (NOV 2011).

____ (iii) Alternate II (NOV 2011). ____ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

____ (ii) Alternate I (Oct 1995) of 52.219-7.

____ (iii) Alternate II (Mar 2004) of 52.219-7.

____ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)).

W912D1-13-R-0003 Page 24 of 54 ____ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)).

____ (ii) Alternate I (Oct 2001) of 52.219-9.

____ (iii) Alternate II (Oct 2001) of 52.219-9.

____ (iv) Alternate III (Jul 2010) of 52.219-9. ____ (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (18) 52.219-16, Liquidated DamagesSubcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ____ (ii) Alternate I (June 2003) of 52.219-23. ____ (20) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

____ (21) 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

____ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

____ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). ____ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2012) (15 U.S.C. 637(m)). ____ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012) (15 U.S.C. 637(m)). __X__ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X__ (27) 52.222-19, Child LaborCooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). __X__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). ____ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

W912D1-13-R-0003 Page 25 of 54 ____ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ____ (ii) Alternate I (Dec 2007) of 52.223-16. __X__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (39) 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d). ____(40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). ____ (ii) Alternate I (Mar 2012) of 52.225-3. ____ (iii) Alternate II (Mar 2012) of 52.225-3. ____ (iv) Alternate III (Mar 2012) of 52.225-3. ____ (41) 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

W912D1-13-R-0003 Page 26 of 54 _X_ (47) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C. 3332). ____ (48) 52.232-34, Payment by Electronic Funds TransferOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ____ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ____ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

_____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

_____ (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements (Nov 2007) (41 351, et seq.). _____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) (41 U.S.C. 351, et seq.). _____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). _____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If

W912D1-13-R-0003 Page 27 of 54 this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

W912D1-13-R-0003 Page 28 of 54 (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)

52.228-3

WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984)

The Contractor shall (a) provide, before commencing performance under this contract, such workers' compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and (b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing upon those subcontractors this requirement to comply with the Defense Base Act. (End of clause)

52.233-3

PROTEST AFTER AWARD (AUG. 1996)

(a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either-(1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a

W912D1-13-R-0003 Page 29 of 54 protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or 33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of clause)

52.252-1

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ (End of provision)

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://www.acquisition.gov/far/ (End of clause)

52.252-3

ALTERATIONS IN SOLICITATION (APR 1984)

Portions of this solicitation are altered as follows: FAR 52.212-2

52.252-5

AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquision Regulation Supplement (48 CFR Chapter 2 ) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

W912D1-13-R-0003 Page 30 of 54 (End of provision)

52.252-6

AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR 2 ) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)

252.204-7008

EXPORT-CONTROLLED ITEMS (APR 2010)

(a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts 120-130). The term includes: (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as ``commodities, software, and technology,'' terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-(1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts.

W912D1-13-R-0003 Page 31 of 54 (End of clause)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) (a) Definitions. As used in this clause' Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means-(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. DoD unique item identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means-(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g.,

W912D1-13-R-0003 Page 32 of 54 Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-IssuingAgency-Codes.htm. Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following:

W912D1-13-R-0003 Page 33 of 54

(i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: -----------------------------------------------------------------------Contract line, subline, or exhibit line item No. Item description -----------------------------------------------------------------------CLIN # 0001-0014 Components for Video Wall (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ----. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-(i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology--Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall-(A) Determine whether to-(1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code--

W912D1-13-R-0003 Page 34 of 54

(A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).**

W912D1-13-R-0003 Page 35 of 54

(10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_ submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause)

252.212-7000 2005) (a) Definitions.

OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN

As used in this clause(1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation.

W912D1-13-R-0003 Page 36 of 54 (2) Representation. The Offeror represents that it___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision)

252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. X 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207).

(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) __X__ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (2) ____ 252.203-7003, Agency Office of the Inspector General (APR 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). (3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (JUN 2012) (15 U.S.C. 637). (5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) ____ 252.225-7001, Buy American and Balance of Payments Program (JUN 2012) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____ Alternate I (OCT 2011) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUN 2012) (10 U.S.C. 2533b).

W912D1-13-R-0003 Page 37 of 54 (9) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2012) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). 12) ____ 252.225-7017, Photovoltaic Devices (JUN 2012) (Section 846 of Pub. L. 111-383). 13)(i) ____ 252.225-7021, Trade Agreements (JUN 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7021. (iii) ____ Alternate II (OCT 2011) of 252.225-7021. (14) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (15) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i) ____ 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program (JUN 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (JUN 2012) of 252.225-7036. (iii) ____ Alternate II (JUN 2012) of 252.225-7036. (iv) ____ Alternate III (JUN 2012) of 252.225-7036. (v) ____ Alternate IV (JUN 2012) of 252.225-7036. (vi) ____Alternate V (JUN 2012) of 252.225-7036. (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (19) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (20) ____ 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (21) ___X_ 252.227-7015, Technical DataCommercial Items (DEC 2011) (10 U.S.C. 2320). (22) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)))(10 U.S.C. 2321). (23) ___X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).

W912D1-13-R-0003 Page 38 of 54 (24) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (26) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (27) _X___ 252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (29)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ___X_ Alternate III (MAY 2002) of 252.247-7023. (30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631). (31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417). c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). 2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.71024(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).

W912D1-13-R-0003 Page 39 of 54 (End of clause)

252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-(1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from [Contracting Officer to insert applicable information cited in PGI 225.7403-1]. (End of clause)

252.232-7003 (JUNE 2012)

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

(a) Definitions. As used in this clause (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

W912D1-13-R-0003 Page 40 of 54

(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause)

KSCR1-8 CONTRACT DELIVERY, TRANSPORTATION AND CUSTOMS REQUIREMENTS (AUG 2010) (a) CONTRACTOR DELIVERY LOCATION: ___________________________ (b) POINT OF CONTACT RESPONSIBLE FOR INSPECTION AND ACCEPTANCE: NAME: ____TO BE DETERMINED____________________________ PHONE NO: ______TO BE DETERMINED_______________________________ EMAIL: ________TO BE DETERMINED__________________________ (c) FINAL DELIVERY DESTINATION: ___TT 505 Camp Buehring___________________ (d) POINT OF CONTACT AT FINAL DESTINATION: ______________________________ NAME: ______TO BE DETERMINED__________________________ PHONE NO._____ TO BE DETERMINED_____________________

W912D1-13-R-0003 Page 41 of 54 EMAIL: ________TO BE DETERMINED________________________ (e) SHIPPING METHOD: Shipments arriving by express couriers DHL, FedEx, or UPS are processed using AK 302-1 Form, prepared by the express courier and given to the customer for signature. The signed form is then brought to the HNAC office for clearance through the KGAC. No AWB is required, only the signed AK form. (f) KUWAIT CUSTOMS CLEARANCE: Required to ensure smooth transfer of goods between the U.S. Army in Kuwait and the General Administration of Customs (KGAC) of the State of Kuwait under the Defense Cooperation Agreement (DCA). Customs procedures will address import and export of all cargo to and from the U.S. Army, Navy, Air Force and Marines by Air, Land or Sea. CUSTOMS POINT OF CONTACTS: DHA Customs Office Bldg 216 room 104 Camp Arifjan-Kuwait Office: DSN 011-965-2-389-2417 or 5978 (g) Custom Exempt Contract: The Contractor shall furnish to the Contracting Officer, just prior to completion of this contract, a consolidated inventory of all excess supplies, materials, and equipment imported duty free for use under this contract. The Contractor shall either pay required duties on the excesses, re-export the excesses, or the excesses shall become the property of the Government. (h) Contractor Transportation: All materials and equipment which are not to be incorporated into the project, such as office trailers, cranes, metal forms, etc., may be shipped free of duty, if the following actions are taken: (1) Shipments of Materials: All shipments of materials into the country for use in performance of work under this contract and supplies or services necessary for support of the Contractor's personnel shall be addressed to the shipping address furnished to the Contractor by the Contracting Officer. Address will be furnished upon request by the Contractor. (2) Contractor's Responsibilities: The Contractor shall be responsible for all customs clearance actions. All necessary arrangements, clearance procedures, and coordination with the Host Government customs, will be the sole responsibility of the Contractor. The Contractor shall submit to the Contracting Officer, with a cover letter, information copies of the shipping documents for the shipment(s) involved. As a minimum, the following shall be included as enclosures, with the cover letter to the Contracting Officer in three (3) copies: (i) Invoice. (Include a copy in Arabic) (ii) Bill of Lading. (iii)Certificate of Origin. (iv) Statement on the cover letter as to Port of Customs Clearance, estimated arrival date, general description of the shipment, quantity and the name of the carrier. (v) Serial number or model number of shipment items. (3) Physical Handling of Materials: The Contractor shall be responsible for performance of all loading, unloading, transportation or other physical handling of materials as may be required, including all movement from carrier unloading site to delivery at the job site and all movement required at the customs area. (End of Clause)

KSCR1-13 INSTALLATION SECURITY/ACCESS/BADGING REQUIREMENTS (AUG 2010)

W912D1-13-R-0003 Page 42 of 54 (a) Badging and access requirements for Army Posts in Kuwait will require coordination with the Contracting Officer or the Contracting Officer Representative (COR) responsible for contract oversight at applicable location. (1) To obtain entry to Camp Arifjan, Contractors must contact the Badging Office at 965-2389-1525 for forms, procedures and instructions. (2) New passes are obtained at ECP 1 (TCN Gate) on Camp Arifjan. Renewals and upgrades are handled at the Provost Marshal Office Bldg 159 located on Camp Arifjan. The ECP 1 Badging Office provides support from 0700 to 1600 and 1900 to 0400 Daily. (b) Contractors are advised that badging for citizens/residents of certain countries is restricted or unavailable. Contractors must contact the Badging Office to obtain a list of restricted countries and any applicable waiver processes. (c) Contractor shall adhere to all Physical Security requirements for all areas of performance under this contract IAW Army Regulation 190 series. The Contractor shall comply with the ASG-KU Commands directed vetting/badging policies for all personnel. (d) Special Instructions for Compound Pass access procedures per ASG-KU-PMO: The contractor shall obtain temporary installation access passes through the Contracting Officer or the Contracting Officer's Representative (COR). The contractor shall allow a minimum of 5 working days to process passes through the Pass and ID section. To obtain temporary passes; the contractor must submit a copy of the Civil ID with a level 18 working code for each worker, a copy of the workers' passport showing the Kuwait visa, and a completed Pass Request Form. The above-mentioned form can be obtained at the Pass and ID Section. Additionally, the contractor must identify all the workers' sponsors and have an individual letter for each applicant from their sponsor authorizing their employees to work for the contractor and accepting responsibility. It is the responsibility of the Contractor to screen employees for countries of concern. Citizens of the countries below are prohibited access to the installation unless granted an exception by the ASG-KU Commander. For each exception to policy, a name-check with the U.S. Embassy and a Kuwait KMOD/KMOI Background Investigation will be conducted and kept on file at the ASG-KU PMO Installation Access Office. (1) Cuba (2) Iran (3) Iraq (4) Libya (5) Democratic People's Republic of Korea (6) Sudan (7) Syria Citizens of the countries listed below are permitted to apply for installation access; however a name-check with the U.S. Embassy must be conducted in addition to the routine KMOD/KMOI Background Investigation. (1) Russia (2) People's Republic of China (3) Socialist Republic of Vietnam (End of Clause)

KSCR1-15 PREVENTION OF SEXUAL HARASSMENT TRAINING (AUG 2010) (a) Definitions. As used in this policy

W912D1-13-R-0003 Page 43 of 54

Sexual Assault means A crime defined as intentional sexual contact, characterized by use of force, physical threat or abuse of authority or when the victim does not or cannot consent. Sexual assault includes rape, nonconsensual sodomy (oral or anal sex), indecent assault (unwanted, inappropriate sexual contact or fondling), or attempts to commit these acts. Sexual assault can occur without regard to gender or spousal relationship or age of victim. Consent will not be deemed or construed to mean the failure by the victim to offer physical resistance. Consent is not given when a person uses force, threat of force, or coercion or when the victim is asleep, incapacitated, or unconscious. Sexual Harassment means Gender discrimination that involves unwelcomed sexual advances, requests for sexual favors and other verbal or physical conduct of a sexual nature between the same or opposite sex genders when such conduct has the purpose or effect of unreasonably interfering with an individuals work performance or creates an intimidating, hostile, or offensive working environment. Categories of sexual harassment are: (1) Verbal Examples include telling sexual jokes; using sexually explicit profanity, threats, sexually oriented cadences, or sexual comments; whistling in a sexually suggestive manner; and describing certain attributes of ones physical appearance in a sexual manner. (2) Nonverbal Examples include staring at someone, blowing kisses, winking, or licking ones lips in a suggestive manner. The term may also include printed material (for example, displaying sexually oriented pictures or cartoons); using sexually oriented screen savers on ones computer; or sending sexually oriented notes, letters, faxes or email. (3) Physical Contact Examples include touching, patting, pinching, bumping, grabbing, cornering, or blocking a passageway; kissing; and providing unsolicited back or neck rubs. (b) Policy. The Department of Defense has adopted a policy to prevent sexual assault and sexual harassment. (c) Contractors and contractor employees in the Army Central Command (ARCENT) Area of Responsibility (AOR) shall not (1) Commit acts of sexual assault against any person on any camp, post, installation, or other United States enclave within the ARCENT AOR; or (2) Sexually harass any person on any camp, post, installation, or other United States enclave within the ARCENT AOR. (d) Contractor requirements. The Contractor shall (1) Notify its employees of: (i) The Department of Defenses policy described in paragraph (b); and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b); and (3) Annually train all employees to prevent sexual assault and sexual harassment. This training must, at a minimum, ensure that all contractor employees understanding the definitions outlined in paragraph (a) and the policy in paragraph (b). Each employees compliance with this training requirement shall be reported to the Contracting Officers Representative prior to the employee being allowed access to the worksite. (e) Notification. The Contractor shall inform the Contracting Officer immediately of

W912D1-13-R-0003 Page 44 of 54

(1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this policy. (f) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), or (f) of this policy may result in (1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (g) Subcontracts. The Contractor shall include the substance of this policy, including this paragraph (g), in all subcontracts. (h) Mitigating Factor. The Contracting Officer may consider whether the Contactor had a Sexual Assault Prevention and Response training program at the time of the violation as a mitigating factor when determining remedies. Additional information about Sexual Assault Prevention and Response training programs can be found at the Department of Defense Sexual Assault Prevention and Response Home Page, http://www.sapr.mil. (End of Clause)

KSCR1-17 SPONSORSHIP REQUIREMENTS (AUG 2010) Sponsorship: The Contractor shall obtain local sponsorship as required for all personnel for the purpose of providing in-country legal representation, work visas and resolution of other personal business or domestic matters, in compliance with host nation labor laws. Passports, Visa and Customs: The Contractor is responsible for identifying and obtaining all passports, visas, or other documents necessary to enter and/or exit any areas necessary for performance. All Contractor employees shall be subject to the customs, processing procedures, laws, and duties of Kuwait, and the procedures, laws, and duties of the United States upon re-entry. Contractors are required to register all personnel with the appropriate U.S. Embassy or Consulate. (End of Clause)

KSCR1-19 SPECIAL REQUIREMENTS FOR CONSTRUCTION AND FACILITY ASSOCIATED WORK ON MILITARY INSTALLATIONS IN KUWAIT (AUG 2010)

W912D1-13-R-0003 Page 45 of 54 Contractor Liaison with Host Government: All communication by the Contractor with all officials, Representatives and/or offices of the Host Government in all matters pertaining to the design or construction of this contract, shall be through and in full liaison with the Contracting Officer. This does not relinquish Contractor responsibility for obtaining routine items to conduct day to-day business, such as visas, permits, and custom clearances. Kuwait Ministry of Defense (KMOD) Letter of Authorization: An offeror must provide a copy of the offerors KMOD construction authorization letter stamped by the Military Engineering Projects Office along with an original certified English translation. If the KMOD construction authorization letter being submitted is due for renewal within 30 days of proposal submission, the offeror involved should describe the procedure by which it intends to obtain renewal of that authorization letter. Use of Existing Roads as Haul Routes: The Contractor shall be responsible for coordinating with the Host Nation Government and the base authorities for use of any existing roads as haul routes. Construction, and routing of new haul roads, and/or upgrading of existing roads to carry anticipated construction traffic shall be coordinated with the Host Nation and Base authorities and is the sole responsibility of the Contractor. Compliance with Kuwait Rules and Customs for Access to Restricted Areas within Kuwait: The laws of Host Country may prohibit access to certain areas of the country which are under military control. The Contractor shall furnish the Contracting Officer the names of personnel, type, and amounts of equipment, dates and length of time required at the site, and the purpose of entering the host country. It is understood that areas to which rights of entry are provided by the Host Government are to be used only for work carried out under the contract and no destruction or damages shall be caused, except through normal usage, without concurrence of the Host Government. Contractor's Responsibilities: The following items are the sole responsibility of the Contractor to investigate, estimate as to cost, and assume the risk, as normally encountered by Contractors. The Contractor shall be responsible for determining the effect of the following on his own cost of performance of the contract and for including sufficient amount in the contract price: (1) Official language and type of accounts required to satisfy the officials of the Local Government. (2) Entry and exit visas, residence permits, and residence laws applicable to aliens. This includes any special requirements of the Host Government, including those required by local Labor Offices, which the Contractor may have to fulfill before an application for a regular block of visas will be accepted. (3) Passports, health and immunization certificates, and quarantine clearance. (4) Compliance with local labor and insurance laws, including payment of employer's share of contribution, collecting balance from employee and paying into insurance funds. (5) Strikes, demonstrations and work stoppage. (6) Collection through withholding and payment to local Government, of any Host Country income tax on employees subject to tax. (7) Arranging to perform work in the Host Country, to import personnel, to employ non-indigenous labor, to receive payments and to remove such funds from the country. (8) Operating under local laws, practices, customs and controls, and with local unions, in connection with hiring and firing, mandatory wage scales, vacation pay, severance pay, overtime, holiday pay, 7th day of rest, legal notice or pay in lieu thereof for dismissal of employees, slowdown and curtailed schedules during religious holidays and ratio of local labor employed in comparison to others. (9) Possibility of claims in local bureaus, litigation in local courts, or attachment of local bank accounts. (10) Compliance with workmen's compensation laws and contributions into funds. Provisions of necessary medical service for Contractor employees. (11) Special license required by the local Government for setting up and operating any manufacturing plant in the Host Country, e.g. concrete batching, precast concrete, concrete blocks, etc. (12) Sales within the host country of Contractor-owned materials, and equipment. (13) Special licenses for physicians, mechanics, tradesmen, drivers, etc. (14) Identification and/or registration with local police of imported personnel. (15) Stamp tax on documents, payments and payrolls. (16) Base passes for permanent staff, day laborers, motor vehicles, etc. (17) Compliance with all customs and import rules, regulations and restrictions, including, but not limited to, local purchase requirements.

W912D1-13-R-0003 Page 46 of 54

Local Standards: Design and installation of systems shall comply with applicable local Kuwait Ministry and Military Engineering Projects (MEP) standards and regulations. Conflicts between criteria and local standards shall be brought to the attention of the Contracting Officer for resolution. In such instances, the Contractor shall furnish all available information with justification to the Contracting Officer. Applicable Publications and Standards: All of the electrical installation shall be in accordance with the requirements of (Kuwait) Ministry of Electricity and Water (MEW) R-1 and S-1. Equipment and installation items not covered by these standards shall meet the other applicable US standards below. Conflicts with local codes or standards shall be brought to the attention of the Contracting Officer for resolution. Where specific U.S. standards are listed, equivalent internationally recognized standards, such as BS, DIN or IEC, may be substituted after written approval of the Contracting Officer. It is the responsibility of the Contractor to provide data demonstrating that the proposed standard is equivalent. The use of the latest published standard is acceptable in lieu of the standard listed. Ministry of Electricity and Water (MEW) R-1:Regulations for Electrical Installations (latest issue) Ministry of Electricity and Water (MEW) S-1:General Specification for Electrical Installation (latest issue) NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 70 (2008) National Electrical Code Kuwait MEW (Ministry of Electricity & Water) R1 & S1 regulations BRITISH STANDARDS INSTITUTE BS 1363-2 (Jan 1995, Amd 1) 13 A Plugs, socket-outlets & adaptersSpecifications for 13 A switched and unswitched socket-outlets BS 7671 (1997, Amd 2) Requirements for Electrical Installations INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) Std C2 (2002) National Electrical Safety Code IEEE Std 141 (1993) Electric Power Distribution for Industrial Plants IEEE Std 493 (1997) Design of Reliable Industrial and Commercial Power Systems INTERNATIONAL ELECTRO-TECHNICAL COMMISSION (IEC) IEC 60529 (2001-02, Ed. 2.1) Degrees of Protection Provided by Enclosures (IP Code) NFPA 101 (2003) Life Safety Code U.S. ARMY TECHNICAL MANUALS,TM 5-811-1 (1995) Electrical Power Supply and Distribution IEC 61558-2-5(1997-12) Safety of power transformers, power supply units and similar Part 2.5: Particular requirements for shaver transformers and shaver supply units. Electrical and Structural Building Standards for Construction Projects at Military Bases in Kuwait: (a) The standards set forth herein are the minimum requirements for the contract. These standards must be followed unless a more stringent standard is specifically included. In such case the most stringent standard shall be required for contract acceptance. (b) The contractor, in coordination with the Contracting Officer, the ASG Department of Public Works (DPW) and the requiring activity shall evaluate, upgrade, build, and/or refurbish buildings (to include tents) to a safe and livable condition. This work may include refurbishment, construction, alterations, and upgrades. All work shall be in accordance with accepted standards of quality. All electrical components and wiring shall conform to Kuwait Ministry of Electricity and Water (MEW) standards as well as U.S. National Electric Code (NEC). (c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet: (1) The minimum requirements of United States National Fire Protection Association (NFPA) 70, (2) 2008 National Electrical Code (NEC), (3) American National Standards Institute (ANSI) C2, and (4) United States National Electrical Safety Code (NESC). (d) These standards must be met when it is reasonable to do so with available materials. When conditions dictate deviation, then provisions within the International Electrical Code (IEC) or British Standard (BS 7671) shall be followed. Any deviations from the above necessary to reflect market conditions, shall receive prior written approval from a qualified engineer and the Contracting Officer.

W912D1-13-R-0003 Page 47 of 54

(e) The use of magnetic ballasts in lighting for new construction or replacement of existing magnetic ballasts during refurbishment, alterations, or upgrades with new magnetic ballasts is prohibited. (f) The following internet links provide access to some of these standards: UFC: http://65.204.17.188/report/doc_ufc.html NFPA 70: http://www.nfpa.org NESC: http://www.standards.ieee.org/nesc Contractor Health and Safety: (a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms shall be installed and maintained in compliance with these standards and must be properly supported and staffed to ensure perpetual Code compliance, prevent hazards and to quickly correct any hazards to maximize safety of those who use or work at the infrastructure (NEC Table 352.20). Specifically, the use of magnetic ballasts in lighting for new construction or replacement of existing magnetic ballasts during refurbishment, alterations or upgrades with new magnetic ballasts is prohibited. The government has the authority to enter and inspect contractor employee living quarters at any time to ensure the prime contractor is complying with safety compliance standards outlined in the 2008 National Electric Code (NEC). (b) The contractor shall correct all deficiencies within a reasonable amount of time of contractor becoming aware of the deficiency either by notice from the government or a third party, or discovery by the contractor. Further guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link http://www.nfpa.org. Safety of Facilities, Infrastructure and Equipment for Military Operations: (a) Definition. Discipline Working Group, as used in this clause, means representatives from the DoD Components, as defined in MIL-STD-3007F, who are responsible for the unification and maintenance of the Unified Facilities Criteria (UFC) documents for a particular discipline area. (b) The Contractor shall ensure, consistent with the requirements of the applicable inspection clause in this contract, that the facilities, infrastructure, and equipment acquired, constructed, installed, repaired, maintained, or operated under this contract comply with Unified Facilities Criteria (UFC) 1-200-01 for Fire protection; Structural integrity; Electrical systems; Plumbing; Water treatment; Waste disposal; and Telecommunications networks. (c) The Contractor may apply a standard equivalent to or more stringent than UFC 1-200-01 upon a written determination of the acceptability of the standard by the Contracting Officer with the concurrence of the relevant Discipline Working Group. (End of Clause)

Wide Area Work Flow (WAWF) Vendor Instructions Wide Area Workflow (WAWF) is a Web-based system that allows material receipt and acceptance reports (DD250), Invoices, and other payment-related documents to be created, processed and/or distributed electronically. WAWF

W912D1-13-R-0003 Page 48 of 54 has been imposed by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 and is the official repository for all payment requests, acceptance documents, and RFID data input. WAWF can be found at: https://wawf.eb.mil/ 1. How to use WAWF Training can be found at: http://www.wawftraining.com/ under "WAWF Vendor Getting Started Guide. This publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically. 2. Required Codes for this contract are as follows: CONTRACT NUMBER: DELIVERY ORDER: CAGE CODE: PAY DODAAC: TYPE OF DOCUMENT: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: MARK FOR CODE: SHIP TO CODE: 3. E-Mail Notifications After submitting receiving reports and/or invoices, the contractor shall select the Send More Email Notifications link and enter the additional e-mail addresses listed below. Inspector/Acceptor or Contracting Officer Representative (COR) Administering Contracting Officer (if applicable) Contract Specialist HQ0697 Use Invoice and Receiving Report combo W912D1 W912D1 TO BE DETERMINED TO BE DETERMINED

TO BE DETERMINED Chong Keys Jemel Hogan fakera.nazneen.civ@mail.mil Jemel.m.hogan.civ@mail.mil

W912D1-13-R-0003 Page 49 of 54

W912D1-13-R-0003 Page 50 of 54 DBA APPLICATION (UPON AWARD) APPLICATION FOR DEFENSE BASE ACT COVERAGE U.S. Army Contracting Command, SWA-Kuwait (408th) FULL NAME OF INSURED OR COMPANY (as it appears on contract with U.S. Army Contracting Command, SWA-Kuwait): COMPLETE ADDRESS: TELEPHONE NUMBER to include country codes: FAX NUMBER: CONTACT PERSON: EMAIL: COVERAGE EFFECTIVE DATE: COUNTRY OF INCORPORATION: TYPE OF CONTRACT: CONSTRUCTION ____ $4.25/$100 SECURITY____$10.00/$100 SERVICE __X_ $3.50/$100 AVIATION_____$17.00/$100 CONTRACT NUMBER: TOTAL LABOR COSTS: (U.S. Dollars Only Example: $10,569.82) 1. _____________________________________ ________ _______________________ 2. _____________________________________ ________ _______________________ 3. _____________________________________ ________ _______________________ (Attach a separate sheet or copy application for more than 3 contracts) BRIEF DESCRIPTION OF WORK TO BE PERFORMED UNDER THIS CONTRACT: CONTRACTING OFFICER: ___________________________ PRINCIPAL COUNTRY IN WHICH CONTRACT WILL BE PERFORMED: Kuwait IS APPLICANT THE PRIMARY CONTRACTOR? If No, PROVIDE NAME OF THE PRIMARY CONTRACTOR: (Please provide a separate estimate for each contract. You may provide an annual estimate, if applicable, or shorter term estimate if contract is less than one year. This estimate is for the overseas portion of the contract only. You will be billed based on your payroll estimate.

DATE:

SIGNATURE/TITLE:

W912D1-13-R-0003 Page 51 of 54 INSTRUCTIONS FOR COMPLETING THE US ARMY CONTRACTING COMMAND (408th CSB) DEFENSE BASE ACT (DBA) APPLICATION Full Name of Insured or Company and Complete Mailing Address: This is whoever has the contract with Army Contracting Command (ACC)-Kuwait. Generally, it is a company name, but it could be an Independent Consultant, hence asking for the full name of the insured or company. It should be as it is on your contract from ACC-KU/408th (or the contract from the prime contractor if you are a subcontractor). If you are a subcontractor, you would indicate your name and address, not that of the prime contractor. You do not need to list the names of the employees (or consultants, if hired by a company) that are actually going to be doing the work overseas as the policy will be in the name of the contract holder. Telephone Number and Fax Number: Contact Person: This would be the person we send the complete policy and invoice to (generally the person who contacts Rutherfoord for the coverage, but it may be someone else in your companyif so, please be sure they are aware that they will be receiving this policy from Rutherfoord). Email: This should be the email address for the contact person. Coverage Effective Date: This is generally the date the contract starts or becomes effective. All initial policies will be open for 1 year from this date, with renewal an option, if needed. If you need to add or increase coverage during the policy period, please indicate a new effective date for the change, as the policy period will remain the same based on the original effective date. Contract Number: This is your specific contract number issued by Army Contracting Command (ACC)Kuwait. If you are a subcontractor, please indicate the prime contractors contract number on the application and not your subcontract number. Total Labor Cost: There should be only one (1) figure on the application for labor cost, regardless of how many people are traveling to do the work. Labor costs should be direct salary (plus overseas recruitment incentive, danger/hazard pay, and post differential) but excluding per diem, travel expenses, housing allowance, temporary quarters allowance, education allowance and other miscellaneous post allowance. To calculate, you would take the daily rate of each worker multiplied by the number of working days only and this would equal the Labor Cost. For example, you have 5 people working overseas on the contract for $500 per day, for 15 days. The total labor cost you would indicate on the application would be $37,500. We would then take the $37,500 and multiply it by the rate for the coverage and that would equal the premium we would charge. The current rates as of 4/1/11 are Service $3.50 per $100 of payroll; Construction $4.25 per $100 of payroll; Security $10.00 per $100 of payroll and Aviation $17.00 per $100 of payroll. So, the premium based on the preceding example would be $1,313; $1,594; $3,750 and $6,375, respectively. We round all labor costs and premiums to the nearest whole dollar. You can also include the labor cost for consultants here to be covered under your policy. Please only put your TOTAL LABOR COST on the application, NOT your DBA premium! **Do not include subcontractors payroll costs in your ACC-KU DBA policy Application. Subcontractors must obtain an ACC-KU DBA policy in their own name. Subcontractors must provide the prime contract number when completing an application.** Brief Description of Work to be performed: Principal Country(ies) in which contract will be performed: Date, Signature and Title: We have an e-mail version of our application (a word version document) which can be completed, saved and e-mailed back to the POCs Nikki Houngmany at usace@rutherfoord.com or Sara Payne at Sara.Payne@rutherfoord.com. This method is preferred, and the date, signature and title should also be typed on the application, even if you do not have an electronic signature. One copy returned is all that is needed; you do not need to fax a signed copy or send the original by mail. Notes: Please do not complete and return the application to us if you have not actually been awarded a contract. If you need to know the cost for quoting purposes, please use the example above under payroll to calculate the cost. All of the policies we issue for this coverage are annual (1 year policies); however, we only billW912D1-12-P0035 Page 26 of 52

W912D1-13-R-0003 Page 52 of 54 premiums based on the time the workers are overseas. Unless the workers will be overseas for at least 1 year where you can give an annual labor cost, the policy can be endorsed as needed during the policy year for additional trips or new contracts can be added, deleted, etc. at that time. This policy is renewable, if needed, with a renewal sheet being sent to you approximately 1 month prior to your policy expiration. This policy is audited at the end of your policy year, which is basically a worksheet that we will send indicating the contract number(s) and labor cost(s) that are given to us during the year. You wo

W912D1-13-R-0003 Page 53 of 54 PAST PERFORMANCE QUESTIONNAIRE PAST PERFORMANCE QUESTIONNAIRE PAST PERFORMANCE QUESTIONAIRE 1. Contractor Name: 3. Contractor Address: 2. Contract Number: 4. Contract Type: Firm Fixed Price Cost Reimbursement Other (Please Specify) 6. Agency POC/Phone/Fax: 8. Dollar Amount of Award: $ Total Dollar Value with Mods:

5. Agency Name: 7. Period of Performance: 9. Title of Contract:

10. Description of Contract Service:

11. Complexity of Work: Difficult: NOTE: Please use adjectival ratings from attached sheet. 12. Evaluation Factor a. Quality of Work b. Personnel c. Subcontractor Mgmt d. Business Relations e. Timeliness of Performance f. Customer Satisfaction g. Cost/Budget Control

Routine: 14. Rating

13. Comments (Attach additional sheets, if necessary.)

15. Would you select this firm again? Please explain. (Attach additional sheet if necessary.)

16. Name & Date:

17. Title:

W912D1-13-R-0003 Page 54 of 54 Please return this completed questionnaire via email to the contract specialist jemel.m.hogan.civ@mail.mil and the contracting officer Nazneen Fakera at fakera.nazneen.civ@mail.mil by 29 Janurary 2013 no later than 3:00PM AST. Thank you for your assistance.

Das könnte Ihnen auch gefallen