32
SEE ADDENDUM (No Collect Calls) W913FT20Q0012 10-Mar-2020 b. TELEPHONE NUMBER (11571) 275 2552 8. OFFER DUE DATE/LOCAL TIME 09:00 AM 13 Mar 2020 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. W913FT 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME ROSALBA MATEUS 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 32 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE REGIONAL CONTRACTING OFFICE (RCO) BOGOTA CARRERA 45 NO. 24B-27 USMILGP CONTRACTING BOGOTA 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: NAICS: X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

SEE ADDENDUM

(No Collect Calls)

W913FT20Q0012 10-Mar-2020b. TELEPHONE NUMBER

(11571) 275 2552

8. OFFER DUE DATE/LOCAL TIME

09:00 AM 13 Mar 2020

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA – FAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

W913FT9. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

ROSALBA MATEUS

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

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 32OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

ARE NOT ATTACHED

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

1

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED ORX

SMALL BUSINESS

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

REGIONAL CONTRACTING OFFICE (RCO) BOGOTACARRERA 45 NO. 24B-27USMILGP CONTRACTINGBOGOTA

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDERDPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

FAX:

TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

SIZE STANDARD:

NAICS:

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT24.22.21.19.

WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM

EDWOSB

Page 2: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF32

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

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

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACKPrescribed by GSA – FAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.SCHEDULE OF SUPPLIES/ SERVICES

21.QUANTITY UNIT

22. 23.UNIT PRICE

24.AMOUNT

19.ITEM NO.

Page 3: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

Section SF 1449 - CONTINUATION SHEET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 470 Each Lodging - Room nights

FFP Lodging for 94 people for five (5) nights from 14 Jun - 18 Jun 2020 IAW Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each All Conference Rooms

FFP Administration Room, Main Conference Room, Bilateral / Board Meeting Room, Lunch and Dinner Room in accordance with requirements on IAW attached Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

Page 4: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job Audiovisual Rentals

FFP Audiovisual rentals in accordance with requirements attached on IAW item 4.0 regarding internet services for all event and item 5.0 Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 470 Each Breakfast

FFP Breakfast for 94 people from Jun 15 to Jun 19 - 2020 IAW Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

Page 5: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 264 Each Lunch

FFP Lunches from Jun 14 to Jun 19 - 2020 in accordance with requirements attached on item 7.2 IAW Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 336 Each Dinners

FFP Dinners from Jun 14 to Jun 18 - 2020 in accordance with requirements attached on item 7.3 IAW Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

Page 6: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 900 Each Coffee Breaks AM / PM

FFP Coffee Breaks AM / PM and Beverage Stations AM / PM from Jun 15 to Jun 17 - 2020 in accordance with requirements attached on IAW Performance Work Statement (PWS). FOB: Destination PSC CD: V231

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 Job DBA - Worker's Compensation Insurance

COST The amount listed by the offeror on this CLIN is the estimated DBA insurance premium (estimated payroll of the offeror and its subcontractors times the applicable rate(s)). The actual amount paid by the government under this CLIN will be based on the amount of the Agent/Broker’s invoice submitted by the offeror after contract award. In the event of recalculation of the premium by the Insurance Carrier based on actual payroll amounts, the contracting officer will adjust this CLIN by contract modification to reflect actual premium amounts paid. For more information, see FAR clause 52.228-3, Worker’s Compensation Insurance. The amount will not be included in the evaluation process. FOB: Destination PSC CD: V231

ESTIMATED COST

Page 7: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 Job CMR Contractor Mampower Reporting

COST CMR Contractor Mampower Reporting FOB: Destination PSC CD: V231

ESTIMATED COST

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE 0001 POP 14-JUN-2020 TO

18-JUN-2020 N/A N/A

FOB: Destination

0002 POP 10-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

0003 POP 10-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

0004 POP 15-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

0005 POP 14-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

Page 8: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

0006 POP 14-JUN-2020 TO 18-JUN-2020

N/A N/A FOB: Destination

0007 POP 15-JUN-2020 TO

17-JUN-2020 N/A N/A

FOB: Destination

0008 POP 10-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

0009 POP 10-JUN-2020 TO

19-JUN-2020 N/A N/A

FOB: Destination

CLAUSES INCORPORATED BY REFERENCE 52.203-19 Prohibition on Requiring Certain Internal Confidentiality

Agreements or Statements JAN 2017

52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2018

52.204-13 System for Award Management Maintenance OCT 2018 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.211-11 Liquidated Damages--Supplies, Services, or Research and Development

SEP 2000

52.212-1 Instructions to Offerors--Commercial Items OCT 2018 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-3 Offeror Representations and Certifications--Commercial

Items DEC 2019

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020 52.222-50 Combating Trafficking in Persons JAN 2019 52.223-18 Encouraging Contractor Policies To Ban Text Messaging

While Driving AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of

Contract FEB 2000

52.228-3 Worker's Compensation Insurance (Defense Base Act) JUL 2014 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

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

Page 9: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2020) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (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.)

___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

Page 10: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(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). ____ (15)(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. ____ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Aug 2018) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

Page 11: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126). ____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ____ (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). ____ (ii) Alternate I (Feb 1999) of 52.222-26. ____ (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). ____ (ii) Alternate I (July 2014) of 52.222-35. ____ (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ____ (ii) Alternate I (July 2014) of 52.222-36. ____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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 EPA–Designated 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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). ____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

Page 12: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

____ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. _X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ____ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). ____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (48) 52.225-5, Trade Agreements (Oct 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (49) 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). ____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332). _X__ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

Page 13: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). ____ (60)(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. ____ (iii) Alternate II (Feb 2006) 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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). (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 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.

Page 14: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

(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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xii) 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. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiv) _____ (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

Page 15: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 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. (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)

52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using a fixed rate of COP $2900 to ONE ($1) US Dollar in effect as follows: (The fixed rate affords the Vendor, Contracting Agency and Financial Management Organizations to manage contractual evaluations and payments in a stable manner. The current fixed rate is subject to periodic evaluation and change, as required, in order to accommodate all interested parties (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.247-27 CONTRACT NOT AFFECTED BY ORAL AGREEMENT (APR 1984) No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this contract. All modifications to the contract must be made in writing by the Contracting Officer or an authorized

Page 16: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

representative. (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) 252.229-7001 TAX RELIEF (SEPT 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX(IVA) RATE (19%) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

Page 17: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

(a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items— (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________

Page 18: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

(Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC HQ0672

Issue By DoDAAC W913FT

Admin DoDAAC** W913FT

Inspect By DoDAAC W91LMH

Ship To Code W91LMH

Ship From Code N/A

Mark For Code N/A

Service Approver (DoDAAC) W91LMH

Service Acceptor (DoDAAC) W91LMH

Accept at Other DoDAAC N/A

LPO DoDAAC N/A

DCAA Auditor DoDAAC N/A

Other DoDAAC(s) N/A

(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert “See Schedule” or “Not applicable.”)

(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

Page 19: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

_________________________________________________________________

(Contracting Officer: Insert applicable information or “Not applicable.”)

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Wide Area Workflow (WAWF) Electronic Invoicing Instructions

Contractor shall submit payment request using the following method (s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.

X Wide Area Workflow ( WAWF) ( see instructions below)

Other (please specify)

DFAS POC and Phone: Customer Service @ 1-800-553-0527

WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt / Acceptance documents electronically. Contractors using WAWF shall (0 register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business Point of Contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract / order.

WAWF Instructions

You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor . Your purchase order / contact number or invoice number will be required to inquire about the status of your payment.

The following codes and information will be required to assure successful flow of WAWF documents.

Construction Invoices

XX Invoices as 2-in-1

Combination Invoice

CAGE:

Page 20: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

ISSUE BY DODAAC: W913FT

Page 21: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

INSPECT BY DODAAC: W91LMH ACCEPT BY DODAAC: W91LMH SHIP TO DODAAC: W91LMH PAYMENT OFFICE FISCAL STATION CODE: HQ0672

EMAIL POINTS OF CONTACT LISTING:

INSPECTOR: NA RECEIVING OFFICE POC: SSG Angel Roman: [email protected]

CONTRACT SPECIALIST: [email protected] CONTRACTING OFFICER: [email protected]

ADDENDUM TO 52.212-1

ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is $32,500,000.00.

(b) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation via email to [email protected] with courtesy copy to [email protected] and [email protected]

at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show—

(1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, telephone number and email address of the quoter; (4) A technical description of the items being quoted in sufficient detail to

evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3

(see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);

(9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to

include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the

Page 22: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of quotations. The quoter agrees to hold the prices in

its quotation firm for 30 calendar days from the date specified for receipt of quotations.

(d) Product samples. When required by the solicitation, product samples shall be

submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during pre-award testing.

(e) Multiple quotations. Quoters are encouraged to submit multiple quotations

presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of quotations.

Page 23: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 23 of 32

(1) Quoters are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations or revisions are due.

(2) Any quotation, modification, revision, or withdrawal of a quotation received at

the Government office designated in the solicitation after the exact time specified for receipt of quotations is “late” and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.

(g) Issuance of Purchase Order. The Government intends to evaluate quotations in accordance with

FAR 13.106. The Government will not use the formal source selection procedures described in FAR Part 15. The Government may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Government may negotiate final terms with one or more quoters of the Government’s choice before issuing any purchase order.

(h) Multiple Purchase Orders. Unless otherwise provided in the Schedule, quotations

may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise.

(i) Contractor and Government Entity (CAGE) Code or NATO Contractor

Government Entity (NCAGE) Code. The quoter shall enter its CAGE or NCAGE code in the block with its name and address on the cover page of its quotation, in accordance with FAR 52.204-16.

(j) Data Universal Numbering System (DUNS) Number. The quoter shall enter, in the

block with its name and address on the cover page of its quotation, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the quoter’s name and address. The DUNS+4 is the DUNS number plus a 4- character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.

(k) System for Award Management. Unless exempted by the Contracting Officer, the

quoter shall be registered in the SAM database prior to issuance of purchase order, during performance and through final payment. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.

(l) Requests for Information: The Contracting Officer will not notify unsuccessful quoters. Quoters may request information on purchase order(s) resulting from this solicitation.

Page 24: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 24 of 32

(End of provision)

ADDENDUM TO 52.212-2

ADDENDUM TO FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS

This addendum replaces provision FAR 52.212-2 in its entirety.

(a) The Government will issue a purchase order resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price is considered, in accordance with FAR 13.106. The following factor(s) shall be used to evaluate offers:

1. Price

Award will be made based on price evaluation.

(b) Notification. For acquisitions for which automatic notification is not provided through an electronic commerce method that employs widespread electronic public notice, notification to unsuccessful quoters shall be given only if requested or required by FAR 5.301.

PWS

PERFORMANCE WORK STATEMENT (PWS) FUERZAS COMANDO SENIOR LEADERSHIP SEMINAR (SLS)

Bogota, Colombia Conference and Lodging Venue

TCA #SOCSOUTH-001-CON-COL

1.0 GENERAL: The Commander of the United States Southern Command (USSOUTHCOM), the Commander of Special Operations Command South (SOCSOUTH) and the Colombian Defense Forces, are co-hosting Fuerzas Comando Senior Leadership Seminar (SLS). The event will have the participation of several Chiefs of Defense, Ministers, Senior Enlisted Advisors, and several General Officers from all of the USSOUTHCOM AOR, in addition to senior US Government and Military Officials. This Performance Work Statement (PWS) details the lodging, meals, conference rooms and audio visual requirements in support of the SLS scheduled for 14-19June 2020. The period of performance is 07-21June 2020. TIME LINE: 07-19 June 2020. 1.1-07 June 2020: Advance Party Arrival Begins 1.2-14June 2020: Delegations Arrive/Reception 1.3-15 June 18 June 2020: Conference 1.4-19 June 2020: All participants and most staff depart 1.5-21 June 2020: Remaining staff departs

Page 25: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 25 of 32

2.0 DESCRIPTION OF SERVICE. 2.1 HOTEL LOCATION: The Contractor shall be located in a safe secure location, which shall pass a US SOUTHCOM Force Protection assessment which will completed before 08 June, 2020. The Contractor shall be located in the metropolitan city of Bogota, Colombia and shall not exceed 20 miles from the airport. It shall have the ability to accommodate all contracted and self-funded rooms in one location without hazards and dangers of crossing vehicular traffic or street crossing. It shall have the ability to host the seminar in a quiet area completely away from loud and distracting noises. Security approval must be required. 2.2 HOTEL SECURITY/INSPECTION. The hotel shall provide the Government’s Representative (GR) an orientation and meeting with the hotel security manager, and a direct contact on the hotel staff for resolving security issues. If external security augmentation is used, the hotel Security manager shall ensure complete and unlimited access and seamless coordination between the hotel’s organic security systems and the external augmentation units. Where possible, all conference activities shall be conducted in designated areas located above the ground floor level. 2.3 HOTEL REPRESENTATIVE. The contractor shall provide a representative to act as a liaison with the GR. The contractor representative shall be of sufficient authority to resolve issues as they arise and shall be available during the period of contract performance. The contractor shall provide the GR with a list of on-call hotel points-of-contact who have the authority to resolve issues affecting their areas of support. 2.4 FOOD AND WATER RISK ASSESMENT (FWRA) INSPECTION. Contractor must successfully pass a US Government FWRA inspection. 2.5 FORCE PROTECTION INSPECTION. The Conference and hotel facilities are subject to a Force Protection Inspection. Contract award is contingent upon certification of facilities by a favorable Force Protection Inspection report. 2.5.1 FPCON. In addition to the changes otherwise authorized by the changes of clause of contract, should the U.S. Government Force Protection Condition (FPCON) at any individual installation change, the Government may require changes in contractor security matters or process in accordance with DoDI 2000.16 VOL 2. During FPCONs Charlie and Delta, only contract services that have been deemed “mission essential” by the Government will continue. Contract services will resume when the FPCON is reduced to Bravo or lower. 2.5.2 ADVERTISEMENT IN SOCIAL MEDIA. The Contractor shall NOT post information to public website or social media locations, personal or professional, that in any way disclose names, locations, hotel data, participants, discussions, pictures, etc. before, during or after the contract period of performance without the express consent of the Government. The use of propaganda violates DOD Commercial Use of Imagery Guidelines stated at (http://www.defenseimagery.mil/products/DODimagery/commercialuse.html). The Contractor shall not cite any information (e.g., contract information, pictures, locations, etc.) obtained through this contract on any marketing tools to include its company website. 2.5.3 OPERATIONS SECURITY (OPSEC) AWARENESS. If the Contractor, or a subcontractor, or employees of either disclose any information that disrupts or harms the Government's operations or activities, then the Government retains the right to exclude any

Page 26: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 26 of 32

employee from performance of duties under this contract. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. By way of example, personnel shall not sketch or take photos of government facilities or activities, unless related to service to be provided. All government paper products and removable digital storage material that is received, generated, or stored during the contract will be destroyed completely when no longer needed to preclude recognition of information. 2.6 HOTEL SERVICE BREAKDOWNS. The contractor shall ensure that any maintenance or repairs of hotel equipment, to include: guest rooms, conference room, administrative room, breakout room, elevators, kitchen equipment, audio visual, etc., shall be corrected immediately at the contractor’s expense without further cost to the Government. In the event of power failure(s), the hotel shall provide back-up power sources. All equipment shall be repaired within one (1) hour or replaced within two (2) hours of reported malfunction. 2.7 HOTEL ITEMS/AMENITIES EXCLUDED FROM THE CONTRACT. The Government will not pay for movies, mini-bars, laundry, room service, telephone calls from or charged to guest rooms, or any other hotel charges other than those specifically provided in this contract. 2.7.1 Lodging, movies, mini-bars, service charges, etc. shall be itemized separately on service bills. Hotel guests shall be responsible for all legitimate charges appearing on their lodging statements, with the exception of the contracted lodging and meals. 2.7.2 The Contractor’s staff shall inform guests during check-in which services shall not be covered by the Government. The Contractor’s staff shall request a credit card from all guests upon check-in. Charges not covered by the contract are to be resolved between the guests and the hotel. 2.8 HOTEL ITEMS/AMENITIES INCLUDED IN CONTRACT. The Contractor shall provide a fitness center with a variety of fitness equipment. All regular hotel guest facilities and amenities, to include the hotel business center and the spa facilities, shall be made available for all participants who are registered at the hotel. No cover or conference fees are to be charged to conference attendees who are not registered in the hotel, for attending the conference. The contractor shall allow access to the United States Government and Partner Nation (USG/PN) to place welcome baskets in the rooms of the participants at no extra charge. 3.0 LODGING. 3.1 The contractor shall allow guests an early check-in time (if available) on arrival day and late check-out on departure date at no extra cost. Conference participants wishing to extend their stay in the hotel must check out within the designated checkout time on the specified end date. These guests are fully responsible for any incurred expenses during their extended stay. 3.2 ROOMS REQUIRED. Lodging requirements are shown in the next table. Table 3.1

Page 27: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 27 of 32

Total rooms/suites nights required (contracted and self-pay) = 788 3.3 QUALITY STANDARDS FOR ROOMS. All rooms shall include: high standard of hygiene, private bath with full toilet and shower facilities, hot and cold running water, and clean linens on a daily basis, electricity, and color television with cable, internet service, and appropriate furniture. All regular hotel guest facilities and amenities, to include the hotel business center and the exercise facilities, shall be made available for conference attendees free of charge as long as they are registered in the hotel. The Contractor shall provide two (2) bottles of water per day (8 to 10 ounces) and internet/Wi-Fi service in each contracted room at no extra cost to the Government. 3.4 ROOM INFORMATION. The GR will only pay for rooms used (under contract). The Government intends to utilize all rooms requested. However, the possibility exists that due to unforeseen circumstances a few may have to cancel their attendance; therefore the Government reserves the right to fill the rooms with alternate personnel for any room, without penalty up to 48 hours in advance. If there is a no-show, the Government will only pay for the one (1) night. Additionally, there will be an undetermined number of participants that will pay for their own lodging. They will not be included in the Lodging contract. They are noted in table 3.1 as Self- pay. 3.5 ROOM LIST. The GR will furnish the Contractor a rooming list with all of the participant’s names by 08 June 2020, but may change the names of the guests up to the day of occupation. 4.0 CONFERENCE/MEETING FACILITIES. The Contractor shall provide lodging, meals, and conference requirements within their main facilities with all conference rooms/spaces adjacent to each other and, on the same floor level. 4.1 ADMINISTRATION ROOM: The Contractor shall provide a room to be used as an administration or operations room on the same floor as the main conference room and adjacent to the main conference room. Per Antiterrorism forces protection (ATFP) access to conference rooms cannot be from parking or other than Hotel main/front entrance. This room will be used by the conference staff personnel as an event command/administrative center and shall be furnished with tables and chairs (exact amount of tables and chairs and room configuration in “U” shape, will be determined by GR). The room shall be large enough to accommodate office space for staff of twenty five (25) personnel. Rooms shall also include space, electrical hook-ups, extension cords, and paper shredder. Adequate lighting must be available. The Contractor

June 2020

Sun 7

Mon 8

Tue 9

Wed10

Thu 11

Fri 12

Sat 13

Sun 14

Mon 15

Tue 16

Wed 17

Thu 18

Fri 19

Sat 20

Sun 21 Total Nights

Single Occupancy

Rooms nights

contracted

0 0 0 0 0 0 0

94 94 94 94 94 0 0 0 470

Single Occupancy

Rooms nights self

-pay

5 5 5 5 16 16 16 39 39 39 39 39 39 16 0 318

Page 28: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 28 of 32

shall provide a “house phone” for inside hotel and local calls only. The Contractor shall provide 10 power converter adaptors for the administration room. The Contractor shall provide the Government access to this room 24 hours a day. The administrative room shall be physically secured by the GOVERNMENT POC daily to prevent unauthorized access by non-Government personnel during the contract period of performance. The administrative room must be fully equipped and available no later than 10:00 AM on 10 June 2020. 4.1.1 ADMINISTRATION ROOM, INTERNET REQUIREMENTS: Hotel must provide high speed internet Ethernet drops, with a 200MB band width or better. Dedicated internet line via Ethernet connection with a static IP assigned and bypassing or disabling any “splash page” the Hotel may have. Also, if applicable, isolate the Administration room from other hotel guests. Request 220v power outlets, if not 220v is not available, Hotel shall provide transformers to safely operate equipment. 4.2. MAIN CONFERENCE ROOM. The Contractor shall provide a main conference room for (150) participants in classroom style, where sessions can be conducted in comfort with minimum distractions, direct view, and no obstructions in view of the panel or stage. The conference room shall have Wi-Fi access. The conference room shall have no pillars nor be in a ballroom style setting. Set up for the main conference room shall be accomplished no later than 08:00 AM on 14 June 2020 and shall be made available for use all day, during 14-17 June 2020. The conference room shall have dimmer switches and black out curtains (or similar) to allow for slide/audio visual presentations. All seats shall be cushioned and tables shall be covered with white tablecloths. The conference room configurations and usage times can be changed at any time prior to the conference to accommodate last minute directives and fluctuating requirements. If additional chairs or tables are required, the GR will coordinate with the hotel representative. The main conference room must be completely cleaned daily. Contractor personnel shall be available for changes in room configuration as needed, at the request and direction of (and only of) the GR on site. 4.3 BILATERAL / BOARD MEETING ROOM. The Contractor shall provide one (1) meeting room or “board room” adjacent to the main conference room. This room is for smaller private meetings of 6 to 10 conference participants from 15-18 June 2020. The room shall be well lit, furnished with small tables and chairs (exact amount, type and configuration of furnishings will be determined by GR on site). The room shall have 10 (ten) bottles of water daily.

June 2020 Wed10

Thu 11

Fri 12

Sat 13

Sun 14

Mon 15

Tue 16

Wed 17

Thu 18

Fri 19

Total Days

Administration Room

1 1 1 1 1 1 1 1 1 1 10

Page 29: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 29 of 32

Table 4.1 5.0 AUDIOVISUAL. The contractor shall provide audiovisual equipment as shown in the following table:

6.0 PARKING REQUIREMENTS/ TAXI ACCESS 6.1 The Contractor shall provide parking during 14-20 June, fifteen (15) reserved parking spaces for local conference participants and conference staff in the hotel parking lot during the conference. Parking shall be in a secure area with adequate lighting and security. Contractor’s staff shall be aware of reserved conference parking spaces. 6.2 The Contractor shall have a readily responsive, 24-hour, taxi service access at the hotel, to be used and paid for by the conference participants and staff. 7.0 FOOD AND BEVERAGE 7.1 MEALS. The Contractor shall provide meals to specific participants as directed by the GR. The Government will indicate which participants or guests are covered by this contract, by 08 June 2020. 7.2 LUNCHES. On conference dates, 15 - 17 June 2020 lunches will be served buffet style for 66 participants at the hotel restaurant, in a room separate, or near the conference room. The Contractor shall serve lunch with a selection of items, which shall offer a variety of salads, hot dishes (various options like; chicken, beef, pork, fish, pasta) and desserts and shall include a variety of juices, sodas, lemonade, ice tea, ice water, coffee or hot tea throughout the meal.

Main Conference

Room

0 0 0 0 1 1 1 1 0 0 4

Bilateral / Board Room

0 0 0 0 0 1 1 1 1 0 4

Lunch and Dinner Room

0 0 0 0 1 1 1 1 1 1 6

DESCRIPTION ROOM QTY

FROM # DAYS

Telephone / local call Admin 1 10-19 June 2020 10

(2) 8x8 ft. or 6x6 ft. Screens Conference 2 14-18June 2020 5

Sound system+ 1 microphone Conference 1 14-18June 2020 5

Microphone, Handheld, Wireless Conference 3 14-18June 2020 5

Clip-on wireless microphones Conference 2 14-18June 2020 5

Podium Conference 1 14-18June 2020 5

Page 30: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 30 of 32

7.2.1 LUNCHES. On the arrival and departure days 14 and 19 June 2020, The Contractor shall serve meals as buffet style at the hotel restaurant with a selection of standard menu items form the Hotel Restaurant for 50% of the total participants. The menu shall offer a variety of salads, hot dishes like; chicken, beef, pork, fish, pasta and desserts. It can also include a variety of juices, sodas, lemonade, ice tea, ice water, coffee or hot tea throughout the meal. The Hotel shall provide seating at the restaurant and have a designated room available for SLS only adjacent to the restaurant. The Government will only pay for meals consumed by the invited participants see table 3.1 and will identify themselves and their room number prior to the meal. Before the start of the conference, the Government will provide a list to the Hotel naming which participants will received paid lunches on these dates. This process will be controlled with GR supervision. 7.3 DINNERS. The Contractor shall provide Dinners to approximately 66 selected conference participants, table 3.1 during 14 thru 18 June 2020 as buffet style at the hotel restaurant, in a room separate, or adjacent to the main conference room with a selection of standard menu items from the Hotel Restaurant. The menu shall offer a variety of salads, hot dishes like; chicken, beef, pork, fish, pasta and desserts. It can also include a variety of juices, sodas, lemonade, ice tea, ice water, coffee or hot tea throughout the meal. The Government will only pay for dinners consumed by the invited participants and will identify themselves and their room number prior to the meal. Before the start of the conference, the Government will provide a list to the Hotel naming which participants will received paid dinners during the entire length of the conference. This process will be controlled with GR supervision. 7.3.1 OFFICIAL DINNER. The Contractor shall provide Dinners as buffet style to approximately 72 selected conference participants on 17 June 2020. The hotel shall provide a selection of standard menu items. The menu shall offer a variety of salads, hot dishes like; chicken, beef, pork, fish, pasta and desserts. It can also include a variety of juices, sodas, lemonade, ice tea, ice water, coffee or hot tea throughout the meal. The Hotel shall provide seating at a designated room separate from the restaurant for SLS only. The Government will only pay for dinners consumed by the invited participants and will identify themselves and their room number prior to the meal. Before the start of the conference, the Government will provide a list to the Hotel naming which participants will received paid dinners during the entire length of the conference. This process will be controlled with GR supervision. 7.4 ALCOHOL POLICY. The Government will NOT pay for alcoholic beverages during any meal or any other time during this event. The restaurant invoice must separate the charge for alcoholic beverage and food. All meal receipts associated with this conference shall be submitted daily to the GR for verification and accountability. Direct specification of these meals will be discussed with the hotel and the GR. If an alcoholic beverage is served, the hotel will give the conference participant a separate receipt with that alcoholic purchase and annotated with the participant’s room number. The hotel will only issue “food” receipts to the Government with that alcoholic purchase and annotated with the participant’s room number. The hotel will only issue “food” receipts to the Government. Table 10.1 shows all requirements for Food and Beverage. 7.5 BEVERAGE STATIONS. The Contractor shall set up a permanent coffee, tea, and water beverage station outside the Main Conference Room by 7:30 AM daily. This beverage station is to stay in place and be replenished during the conference working hours of 7:30 AM to approximately 5:00 PM daily or later as coordinated by the GR. Beverage stations should be included into same coffee breaks item for contracting purposes. 7.6 COFFEE BREAKS. (AM/PM).

Page 31: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 31 of 32

7.6.1 Morning breaks. The Contractor shall provide “coffee breaks” for seventy-five 75 participants during 15 thru 17 June 2020. Morning break stations shall be setup outside the Main Conference Room. The break menu shall be varied daily and the service should include utensils and all necessary equipment. Please see table 10.1 for correct amounts. 7.6.2 Afternoon breaks. The Contractor shall provide “coffee breaks” for seventy-five 75 participates on 15 thru 17 June 2020. Afternoon break stations shall be setup outside the Main Conference Room. The break menu shall be varied daily and the service should include utensils and all necessary equipment. Please see table 10.1 for correct amounts 7.6.3 Breaks, Additional information. The menu selected, time and schedule of such breaks shall be discussed and determined with the GR prior the conference start. 7.8 BREAKFASTS. The Contractor shall serve ninety- four 94 breakfasts meals at the hotel restaurant with a selection of standard buffet style breakfast food. No special arrangements or specific rooms are necessary for these meals, the Hotel restaurant will be sufficient. Before the start of the conference, the Government will provide a list to the Hotel naming which participants will received paid breakfasts during the length of the conference. The Government will only pay for meals consumed by the invited participants and will identify themselves and their room number prior to the meal. This process will be controlled with GR supervision. Table 10.1

Meals Sun 14

Mon 15

Tue 16

Wed 17

Thu 18

Fri 19

Total 20

Breakfast

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in

Room Rate

94 Breakfast

are include in Room

Rate

Lunch 33 66 66 66 0 33 264

Dinner 66 66 66 Official

72 66 No 336

Coffee breaks AM No 75 75 75 No No 225

Coffee breaks PM No 75 75 75 No No 225

Beverage Station AM No 75 75 75 No No 225

Beverage Station PM No 75 75 75 No No 225

8.0 ADDITIONAL REQUIREMENTS. 8.1 TESTING OF ANY EQUIPMENT. The Contractor shall install and be ready to conduct a full communications test of all equipment/systems in the main conference room by 08:00 AM on 14 June 2020. Contractor shall coordinate with GR before testing to assure GR is present during the testing. 8.2 APPLICABILITY. Tax exemption, if any, applies to self-fund as well as contract funded attendees; therefore, taxes shall be removed from bill once forms have been submitted to hotel by the Government Representative. 9.0 ADDITIONAL INFORMATION.

Page 32: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 ... · 09:00 am 13 mar 2020 5. solicitation number 6. solicitation issue date ... small business 17a.contractor/ code facility offeror

W913FT20Q0012

Page 32 of 32

9.1 GOVERNMENT REPRESENTATIVE. A Government Representative (GR) will coordinate administrative, logistical and miscellaneous issues with the Contractor. This representative shall not make any changes to the terms, conditions, standards, or cost of the contract. This individual has authority to provide technical direction to the Contractor as long as the direction is within the scope of the contract, does not constitute a change, and has no funding implications.

9.2 The Contractor shall provide appropriate announcement boards at each entrance to the hotel

and at elevator and main conference room welcoming and directing conference participants. The Contractor shall provide appropriate announcement boards at dining areas the day prior to departure. The exact wording of the announcement will be provided to the hotel by the GR. 9.3 Ashtrays shall not be placed in the main conference room or any other rooms as smoking will not be permitted at indoor conference functions.