DEPARTMENT OF THE AIR FORCE



DEPARTMENT OF THE LETTER CONTRACT BETWEEN THE DEPARTMENT OF THE AND“BOB’S CONSTRUCTION COMPANY”CONTRACT NUMBER FAXXXX-05-C-XXXXCONTRACT FOR: Extend camp runway by 300’(BRIEF DESCRIPTION)DEFINITION: A letter contract is a written preliminary contractual document that authorizes the contractor to begin immediately manufacturing supplies or performing services.I.FAR 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)A.In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding *$XXX,XXX.00 dollars.B.The maximum amount for which the Government shall be liable if this contract is terminated is $XXX,XXX.00 dollars.*NOTE: The maximum liability of the Government inserted above shall be the estimated amount necessary to cover the Contractor’s requirements for funds before definitization. However, it shall not exceed 50 percent of the estimated cost of the definitive contract unless approved in advance by the official that authorized the letter contract.II.DEFINITIZATION SCHEDULE:A.Date for submission of the contractor’s price proposal, required cost or pricing data, and if required, make-or-buy and subcontracting plans: ________________________________B.Date for start of negotiations: 8 MAR 2005C.Target date for definitization: __8 Aug 2005_ (180 days after the date of letter contract above or before completion of 40 percent of the work to be performed, whichever comes first)III.SPECIAL PROVISIONS:A.FAR 52.216-23 EXECUTION AND COMMENCEMENT OF WORK (APR 1984)The Contractor shall indicate acceptance of this letter contract by signing three copies of the contract and returning them to the Contracting Officer not later than 11 Mar 2005 . Upon acceptance by both parties, the Contractor shall proceed with performance of the work, including purchase of necessary material.B.DOD FAR SUP 252.217-7027 CONTRACT DEFINITIZATION (OCT 1998)(a) A _Firm Fix Price Contract is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the undefinitized contract action, (2) all clauses required by law on the date of execution of the definitive contract action, and (3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit a _Firm Fix Price Contract_ proposal and cost or pricing data supporting its proposal.(b) The schedule for definitizing this contract action is as follows (insert target date for definitization of the contract action and dates for submission of proposal, beginning of negotiations, and, if appropriate, submission of the make-or-buy and subcontracting plans and cost or pricing data): (See Section II herein).(c) If agreement on a definitive contract action to supersede this undefinitized contract action is not reached by the target date in paragraph (b) of this clause, or within any extension of it granted by the Contracting Officer, the Contracting Officer may, with the approval of the head of the contracting activity, determine a reasonable price or fee in accordance with Subpart 15.4 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government Liability clause.(1) After the Contracting Officer's determination of price or fee, the contract shall be governed by-(i) All clauses required by the FAR on the date of execution of this undefinitized contract action for either fixed-price or cost-reimbursement contracts, as determined by the Contracting Officer under this paragraph (c);(ii) All clauses required by law as of the date of the Contracting Officer's determination; and(iii) Any other clauses, terms, and conditions mutually agreed upon.(2) To the extent consistent with paragraph (c)(1) of this clause, all clauses, terms, and conditions included in this undefinitized contract action shall continue in effect, except those that by their nature apply only to an undefinitized contract action.(d) The definitive contract resulting from this undefinitized contract action will include a negotiated _Firm Fix Price in no event to exceed _$XXX,XXX.00.52.216-25 -- Contract Definitization.As prescribed in 16.603-4 (b)(3), insert the following clause:Contract Definitization (Oct 1997)(a) A _Firm Fix Price_ [insert specific type of contract] definitive contract is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive contract that will include(1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the letter contract,(2) all clauses required by law on the date of execution of the definitive contract, and(3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit a _Fixed Price Proposal_ [insert specific type of proposal; e.g., fixed-price or cost-and-fee] proposal and cost or pricing data supporting its proposal.(b) The schedule for definitizing this contract is [insert target date for definitization of the contract and dates for submission of proposal, beginning of negotiations, and, if appropriate, submission of make-or-buy and subcontracting plans and cost or pricing data]:_Definitization: 8 Aug 2005_Begin Negotiations: 8 Mar 2005__Submission of Contracting Plans (c) If agreement on a definitive contract to supersede this letter contract is not reached by the target date in paragraph (b) of this section, or within any extension of it granted by the Contracting Officer, the Contracting Officer may, with the approval of the head of the contracting activity, determine a reasonable price or fee in accordance with Subpart 15.4 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government Liability clause.(1) After the Contracting Officer’s determination of price or fee, the contract shall be governed by --(i) All clauses required by the FAR on the date of execution of this letter contract for either fixed-price or cost-reimbursement contracts, as determined by the Contracting Officer under this paragraph (c);(ii) All clauses required by law as of the date of the Contracting Officer’s determination; and(iii) Any other clauses, terms, and conditions mutually agreed upon.(2) To the extent consistent with subparagraph (c)(1) of this section, all clauses, terms, and conditions included in this letter contract shall continue in effect, except those that by their nature apply only to a letter contract.(End of Clause)D.FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): OR E.Other clauses and provisions applicable to this letter contract are hereby incorporated - See Attachment 1.F.The schedule of minimum wage rates to be paid under this letter contract will be issued as modification to the contract effective retroactively to the date of award and will be negotiated during definitization.IV.ADMINISTRATION: Purchase Request Number: F96CES1234567A.The sums to be expended by the Government hereunder are chargeable to the following allotments, the available balances of which are sufficient to cove the same:5753400 122 1234 123456 12 123 123456 ESP:EX 616#:H1 $ XXX,XXX.00 (fund citation) (amount)The overall administrative responsibility for this contract lies in the Chief of Contracting, CAPT. JANE E. DOE, TENT CITY AB, COUNTRY Y.C.Payments will be made by DFAS- 96 FMMSGT ADAM SMITH Type of contract contemplated:FIRM FIX PRICE (buyer)This instrument has been negotiated pursuant to Section 2304(a)(2) of Title 10 U.S. Code._______________________ ______________________________ ___________________________ (Contractor’s Signature) (Contracting Officer Signature) (Priority Rating- See FAR 12-304)BOB’S CONSTRUCTION COMPANY (Contractor’s Name) 123 Main St ____________________________________ (Address) (Approving Officer’s Signature)____ COUNTRY Y CAPT JANE E. DOE Country (Approving Officer’s Name/Title)______________________ ____________________________________(A/C & Telephone Number) (Date of Contract - Today’s Date)(AUTHORITY AS PER AF FAR SUP 5317.7404-1)ATTACHMENT ONEPART I – The ScheduleSection C – Descriptions/Specifications/Statement of WorkSpecifications, Standards and Drawings are furnished/listed below:C-1. SPECIFICATIONS, STANDARDS AND DRAWINGS (IAW FAR 11.201)See attached Descriptions/Specifications/Statement of WorkPART I – The ScheduleSection D – Packaging and MarkingPART I – The ScheduleSection E - Inspection and AcceptanceCLAUSES INCORPORATED BY REFERENCE52.246-12 Inspection of Construction AUG 1996 (IAW FAR 46.312, FFP exceeds the SAT)PART I – The ScheduleSection F - Deliveries or PerformanceCLAUSES INCORPORATED BY REFERENCE52.247-34 F.O.B. Destination NOV 1991 CLAUSES INCORPORATED BY FULL TEXT52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)The Contractor shall be required to (a) commence work under this contract within (5) ONE calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than , The time stated for completion shall include final cleanup of the premises. (End of clause)52.211-12 LIQUIDATED DAMAGES—CONSTRUCTION(SEP 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $ .00 for each calendar day of delay until the work is completed or accepted.(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.(End of clause)PART I – The ScheduleSection H - Special Contract RequirementsLOCAL CLAUSES INCORPORATED BY FULL TEXTH- 025 INCORPORATION OF SECTION K OCT 1998Section K of the solicitation is hereby incorporated by reference.H-801MEDICAL INFORMATIONJAN 2000The name of the Contractor’s physician(s) and preferred hospital (for use in the event of industrial injury of employees) shall be posted by the Contractor at the site of the work in a prominent place where it can easily be seen by the workers. This information shall also be furnished to the Director of Base Medical Services, XX MDG Tent City AB, Country Y.H-803INSPECTION AND SURVEILLANCEJAN 2000The Director, Civil Engineering, Tent City AB, Country Y, is designated as the representative of the Contracting Officer for the purpose of surveillance and inspection of performance of work under this contract. This designation does not include authority to direct or authorize the Contractor to make changes in the scope or terms of the contract without the written authority of the Contracting Officer. Contractor shall notify Construction Management Branch, XX CE, telephone Ext. 205 at least 24 hours in advance of the date work will commence under this contract; contractor shall also notify that office at earliest possible time of anticipated absence(s) from the job site.H-804IMPLEMENTATION OF WARRANTY OF CONSTRUCTIONMAR 2001Any manufacturer’s guarantees which extend beyond or in addition to the normal one year guaranty required by contract clause FAR 52.246-21 shall be furnished to the Government in their entirety, including names of vendors responsible for servicing said warranties.The following paragraph is applicable if this contract requires any painting whatsoever:If painted surfaces blister, peel, scale, become loose, effloresce, chalk, mildew, or otherwise show defective paint surfaces, the Government shall notify the Contractor in writing within a reasonable time after discovery, and the Contractor shall repaint those surfaces in accordance with applicable paragraphs of the contract specifications after first preparing the surfaces for repainting as required originally in the specifications and after application of primer to surfaces as initially required, and in conformity with other applicable provisions of said specifications. Repainting shall be carried to natural stopping points such as corners, offsets, points of change of masonry to wood trim, and upward to eaves or ceilings, and downward to ground or floor level, in order that the entire wall will have an even texture. Where the surface to be repainted is a wood surface, the repainting shall be applied to the entire wood surface up to the edge of trim or to eaves, as applicable, in order that the repainted surface shall have an even texture. The contractor shall save harmless the Government against any and all liability and compensate private individuals for damage to their personal propertycaused directly or indirectly by negligent conduct including over spraying but not limited thereto. Furthermore, the Contractor shall post warning signs within the area where paint is being applied which gives notice that no party should park within the danger area. The location, size and lettering of the signs shall be as approved by the Contracting Officer.The above stated painting requirement and its effective period will be subject to the provisions of the Warranty of Construction as set forth in FAR 52.246-21.Prior to final acceptance of the work covered by this contract, the Contractor shall furnish in writing to the Contracting Officer a list of all items of equipment furnished. This list will include:(i) nomenclature of each item, type or serial number, and the name and address of the manufacturer; (ii) cost; (iii) period of guarantee; (iv) name, telephone number and address of the subcontractor or supplier; and (v) name, telephone number and address of the service agency that will be responsible for service in event of failure or malfunction. This list will be accompanied by applicable guarantee documents.To prevent delays and inconveniences to the Government and to insure that equipment will be promptly serviced, the contractor shall make service arrangements with agencies located in the vicinity of the contract work.The Contracting Officer will furnish the prime Contractor the name of the office that will represent the Government regarding guarantee conditions hereunder.The Contractor, at its expense, shall furnish and affix a decal or tag, as may be directed, to each piece of equipment covered by guarantee. The decal or tag will indicate the serial number of the equipment, guarantee period, contract number and name of Contractor. Such decal or tag shall be affixed where directed by the Contracting Officer.H-807ON-BASE PERFORMANCEJAN 2000Work on this project shall be accomplished during normal hours, which are 7:00 AM to 3:30 PM, Monday through Friday, except legal holidays. HOLIDAYSThe Contractor shall not be required to perform on the following holidays:HolidayApproximate DatesIndependence Day From Spain12 JunIndependence Day From US4 JulChristmas24-25 Dec (two days)The dates listed above are the approximate dates during the period of performance for this contract. The actual dates may vary slightly. Any work desired to be accomplished during other than the normal hours will require prior approval of the Contracting Officer. The Contractor must submit a written request to the Contracting Officer.(b) The Contractor’s performance may be interrupted from time to time because of high priority mission schedules. For each calendar day and/or portion of a calendar day that the contractor is removed from the job site, the contract schedule will be adjusted by one (1) calendar day.**(c) The submittals by FAR 52.236-5, Material and Workmanship, shall be accomplished on and in accordance with the instructions pertaining to AF Form 3000, Material Approval Submittal.If a contractor is requesting to use an “equivalent” from the suggested manufacturers, it is his responsibility to include complete documentation indicating and demonstrating that the material is equivalent.The reports comteplated in the clause FAR 52.236-15, Schedule for Construction Contracts, shall be accomplished and in accordance with the instructions for Af Form 3064, Contract Progress Schedule, and AF Form 3065, Contract Progress Report.H-811CONSTRUCTION PERMITSJUL 2001Contractor shall obtain a construction permit for any construction work on Tent City AB, Country Y. An AF Form 103 “Base Civil Engineering Work Clearance Request” must be submitted with all required signatures, to the Contract Inspector prior to beginning of performance on the job site. No work shall begin until approval of the AF Form 103 has been granted. H-817UTILITIESJAN 2000All reasonable required amounts of water and electric power will be made available to the Contractor by the Government without cost to the Contractor.H-818UTILITY OUTAGESJAN 2000Contractor shall notify the Contracting Officer’s Representative (COR) in writing two weeks prior to any utility outage anticipated during the performance of this contract.H-820SALVAGE MATERIALSJAN 2000(a) All items of Government property indicated on the drawings or in the specifications to be removed and disposed of by the contractor shall become the property of the contractor and shall be removed promptly from the Tent City AB, Country Y Reservation and legally disposed of EXCEPT NONE.(b) Contractors are encouraged to recycle salvage materials when possible. Contact XX CE Recycling Center, Ext. 123, for assistance.H-837DAILY REPORT TO INSPECTORJAN 2000(a) The Contractor shall submit a Daily Report to XX CEG inspector on Local form or 4003. The report shall include weather conditions, work accomplished, test accomplished, test reports, delays and discrepancies.(b) The report to the inspector shall be the original signed by the contractor or his superintendent and turned into XX CEG inspector by 12:00 noon the following work day. H-841SUPERINTENDENT ESCORTJAN 2002Upon notification of award, the Prime Contractor must identify a superintendent and alternate for this contract and job site. The full name, home address, ID#, date of birth, driver’s license #, days/hours of access required, and consent to a background check for security purposes of each such employee shall be required. The Prime Contractor’s superintendent and/or alternate shall be accountable for all individuals escorted onto the installation. These individuals shall be responsible for escorting new employees to Pass and I.D. where they may apply for and hopefully be issued their contractor badges. In the case of those employees who are only needed for a short duration of time and who will not require a badge, the escort must maintain accountability of these individuals at all times while on the installation. The privilege of a potential employee being allowed access should be considered in all hiring and subcontracting decisions. The U.S. Air Force will not be responsible or liable for any costs or delays that a contractor incurs due to a contractor’s employee being denied access to Tent City AB, Country Y. Further, any failure of the superintendent or alternate to comply with any of these requirements shall result in the revocation of escort authority and will not be an excuse or defense for any damages, including liquidated damages that might be assessed by the contracting officer. The Superintendent and/or alternate shall be responsible for collecting badges/PVC cards from all employees upon completion of the project/contract or termination of service. Prior to final payment the Superintendent must provide proof to the contracting officer of collection/turn-in of all badges for employees granted base access in support of this project/job. PART I – The ScheduleSection I - Contract ClausesCLAUSES INCORPORATED BY REFERENCE52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government JUL 1995 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 2003 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration OCT 2003 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUL 1995 52.211-1 Availability of Specifications Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29 AUG 1998 52.211-2 Availability of Specifications Listed in the DoD Index of Specifications and Standards (DODISS) and Descriptions Listed in the Acquisition Management Systems and Data Requirements Control List, DOD 5010.12-L DEC 2003 52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards, and Commercial Item Descriptions JUN 1988 52.215-2 Audit and Records--Negotiation JUN 1999 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation SEP 2000 52.222-6 Davis Bacon Act FEB 1995 52.222-7 Withholding of Funds FEB 1988 52.222-8 Payrolls and Basic Records FEB 1988 52.222-9 Apprentices and Trainees FEB 1988 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) FEB 1988 52.222-12 Contract Termination-Debarment FEB 1988 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. FEB 1988 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility FEB 1988 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-27 Affirmative Action Compliance Requirements for Construction FEB 1999 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Philippines Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Philippines Era, and Other Eligible Veterans DEC 2001 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.227-1 Authorization and Consent JUL 1995 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement AUG 1996 52.228-1 Bid Guarantee SEP 1996 52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.232-25 Prompt Payment OCT 2003 52.232-27 Prompt Payment for Construction Contracts OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.236-5 Material and Workmanship APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-26 Preconstruction Conference FEB 1995 52.242-14 Suspension of Work APR 1984 52.246-21 Warranty of Construction MAR 1994 52.249-2 Termination For Convenience Of The Government (Fixed-Price) MAY 2004 52.249-2 Alt I Termination for Convenience of the Government (Fixed-Price) (May 2004) - Alternate I SEP 1996 52.253-1 Computer Generated Forms JAN 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies MAR 1999 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Required Central Contractor Registration Alternate A NOV 2003 252.209-7000 Acquisition From Subcontractors Subject To On-Site Inspection Under The Intermediate Range Nuclear Forces (INF) Treaty NOV 1995 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998 252.225-7012 Preference For Certain Domestic Commodities JUN 2004 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings MAY 2004 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings, Maps, and Specifications AUG 2000 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT52.252-6 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 Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)252.236-7001 Contract Drawings and Specifications. (AUG 2000)As prescribed in 236.570(a), use the following clause:(a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer.(b) The Contractor shall—(1) Check all drawings furnished immediately upon receipt;(2) Compare all drawings and verify the figures before laying out the work;(3) Promptly notify the Contracting Officer of any discrepancies;(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and(5) Reproduce and print contract drawings and specifications as needed.(c) In general--(1) Large-scale drawings shall govern small-scale drawings; and(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications.(e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings:TitleFile? Drawing No.(End of clause)PART I – The ScheduleSection J - List of Documents, Exhibits and Other AttachmentsCLAUSES INCORPORATED BY FULL TEXT STATEMENT OF WORK 8 MAR 2005, 1 pages DRAWING NO. AF-133-10-01 2 MAR 2005, 1 Sheets PART I – The ScheduleSection L - Instructions, Conditions and Notices to BiddersPROVISIONS INCORPORATED BY REFERENCE52.207-2 -- Notice of Cost Comparison (Negotiated). (Feb 1993)52.215-1 -- Instructions to Offerors -- Competitive Acquisition (Jan 2004)52.215-5 -- Facsimile Proposals (Oct 1997)52.215-8 -- Order of Precedence -- Uniform Contract Format (Oct 1997)252.236-7006 Cost Limitation (JAN 1997)252.236-7010 Overseas Military Construction— (JAN 1997)Preference for United States Firms.PROVISIONS INCORPORATED BY FULL TEXT52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm-Fixed price contract resulting from this solicitation.(End of clause)52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from SEE BLOCK 6, STANDARD FORM 30.(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997)(a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form.(b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including--(1) Lump sum price;(2) Alternate prices;(3) Units of construction; or(4) Any combination of paragraphs (b)(1) through (b)(3) of this provision.(c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted.(d) Alternate proposals will not be considered unless this solicitation authorizes their submission.(End of provision)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.The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of provision)CLAUSE INCORPORATED BY FULL TEXTDFARS 252.225-7041 CORRESPONDENCE IN ENGLISH(Jun 1997)(IAW DFARS 225.1103(3))The Contractor shall ensure that all contract correspondence that is addressed to the United States Government is submitted in English or with an English translation.(End of clause)PART I – The ScheduleSection M - Evaluation Factors for AwardL-801 BID OR PROPOSAL SUBMITTAL APRIL 2003BASE PASSESPermission for Contractor personnel and vehicles to enter the installation is subject to approval of the United States Army. The Contractor is responsible for obtaining and maintaining passes for all employees and vehicles necessary to complete the work requirements. Passes required by the United States Army for entrance to the military installation must be obtained prior to beginning work under this purchase order.Access to Tent City AB, Country Y, Bidders or Offerors are cautioned that Tent City AB, Country Y has visitor control procedures that require individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Some delay should be anticipated when hand carrying bids or proposals. You should allow sufficient time to obtain a visitor pass and arrive at the bid/proposal repository prior to the bid opening time. Late bids or proposals will be handled in accordance with the late bid or late proposal provisions of the solicitation.(b) One copy of your bid or proposal must be completed, signed and returned to: Contracting, Tent XX, Tent City AB, Country Y, prior to the exact time set for bid opening or proposal closing. Bids or proposals shall be accompanied by the required bid guarantee (see FAR 52.228-1 if applicable). HANDCARRIED bids or proposals must be deposited in the bid repository located in Tent XX, Tent City AB, Country Y. The envelope used in submitting your bid or proposal must be plainly marked with the solicitation number, and the date and local time set for bid opening, or proposal closing. * CONTRACTOR SHALL SUBMIT THE INVITATION FOR BIDS, INVITATION FOR PROPOSAL, OR REQUEST FOR QUOTE TO THE CONTARCTING OFFICE ADDRESS INDENTIFIED IN BLOCK 9, ISSUED BY.M003 EVALUATION CRITERIA FOR AWARD (FEB 2000)(IAW FAR 15.204-5(c))1. 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, price and price related factors considrered. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTSDELIVER TO:XX CONS (Air Force Contracting)Tent City AB, Country YPOC: MSGT ADAM SMITHFOB: DESTINATIONINSPECTION SITE: DESTINATIONACCEPTANCE: DESTINATION* Contractor shall submit invoice to 96 FM (Air Force Finance office). An invoice is required to process payment. Ensure contract number, located in block 2 of page 1, is printed on the invoice. * Payment for this contract is to be made in U.S. dollars.INVOICE AND PROOF OF DELIVERY SHOULD BE SENT TO THE ADDRESS IN BLOCK 18A.ENSURE THAT ALL DOCUMENTS CONTAIN THE CORRECT CONTRACT NUMBER AND THE INVOICE CONTAINS THE FOLLOWING INFORMATION:Name and address of the ContractorInvoice dateName of Banking Institution and Electronic Funds Transfer (EFT) Routing Information (if applicable)Contract number, contract line item number(s), and any applicable order numberDescription, MATERIAL AND LABOR as stated in Blocks 17 of the SF 1442Terms of prompt payment discount offered, if anyName and address of official to whom payment is to be sentName, title, and phone number of person to be notified in the event of a defective invoicePOC email addressA COPY OF THE INVOICE SHOULD BE SENT TO THE CONTRACTING OFFICER AT THE ADDRESS IDENTIFIED IN BLOCK 7, ISSUED BY. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download