Veterans Affairs



PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE:% FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS ARATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TOCODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH ANDDATED ________________________________. YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 122SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSVA786-13-R-005412-27-2012Iris Chen540-658-727201-17-2013@ 2:00PM43C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556 XX100561730$7 Million N/AXMill Spring National Cemetery9044 West Highway 80Nancy, KY 4254443C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971Total Cemetery Grounds Maintenance Services 0See Schedule of Prices – Pages 9-15DUNS # ___________________________TAX ID # ________________________Email: _________________________XXX 2Robelto JoshuaSECTION ASet-Aside 100% to Service Disabled Veteran Owned Small BusinessA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT32a. QUANTITY IN COLUMN 21 HAS BEENRECEIVEDINSPECTEDACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: _______________________________________________________32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE32c. DATE32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE33. SHIP NUMBER34. VOUCHER NUMBER35. AMOUNT VERIFIED CORRECT36. PAYMENT37. CHECK NUMBERFORPARTIALFINALCOMPLETEPARTIALFINAL38. S/R ACCOUNT NUMBER39. S/R VOUCHER NUMBER40. PAID BY41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT42a. RECEIVED BY (Print)41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER41c. DATE42b. RECEIVED AT (Location)42c. DATE REC'D (YY/MM/DD)42d. TOTAL CONTAINERSSTANDARD FORM 1449 (REV. 2/2012) BACKTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc342993119 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc342993120 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc342993121 \h 5B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc342993122 \h 5B.2 PRICE SCHEDULE9B.3 STATEMENT OF WORK15SECTION C - CONTRACT CLAUSES PAGEREF _Toc342993125 \h 53C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) PAGEREF _Toc342993126 \h 53C.2 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc342993127 \h 58C.3 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc342993128 \h 59C.4 52.216-21 REQUIREMENTS (OCT 1995) PAGEREF _Toc342993129 \h 59C.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc342993130 \h 60C.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc342993131 \h 60C.7 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (JUL 2012)60C.8 52.223-10 WASTE REDUCTION PROGRAM (MAY 2011) PAGEREF _Toc342993133 \h 61C.9 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc342993134 \h 61C.10 SUPPLEMENTAL INSURANCE REQUIREMENTS PAGEREF _Toc342993135 \h 62C.11 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc342993136 \h 62C.12 52.233-1 DISPUTES (JUL 2002) PAGEREF _Toc342993137 \h 62C.13 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) ALTERNATE I (APR 1984) PAGEREF _Toc342993138 \h 64C.14 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) PAGEREF _Toc342993139 \h 64C.15 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)65C.16 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc342993142 \h 65C.17 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)………………………………………………………………………………………………………………………………………………………….65C.18 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)66C.19 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) PAGEREF _Toc342993144 \h 67C.20 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) PAGEREF _Toc342993145 \h 67C.21 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc342993146 \h 67C.22 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012)68SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS74SECTION E - SOLICITATION PROVISIONS96E.1 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012)96E.2 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010)100E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012)101E.4 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012)103E.5 52.216-1 TYPE OF CONTRACT (APR 1984)104E.6 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995)104E.7 52.217-5 EVALUATION OF OPTIONS (JUL 1990)104 E.8 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012) (AUGUST 2012)104E.9 52.233-2 SERVICE OF PROTEST (SEP 2006)104E.10 52.237-1 SITE VISIT (APR 1984)105E.11 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)105E.12 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)106E.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)106E.14 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)106E.15 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)107E.16 ADDITIONAL INSTRUCTIONS TO OFFERORS108E.17 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (APR 2012)109SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Iris Chen, Contract Specialist 00786 Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X ] Monthly 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address:Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971 Fax: 512-460-55405. SOLICITATIONS: Proposals for furnishing the supplies or services in the Schedule will be received at the address specified in Block 9 of SF 1449, or if hand carried, to the address shown in block 9, until the date and time specified in Block 8. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation.?OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN FAR Provision 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS, PARAGRAPH b, PRIOR TO THE TIME SPECIFIED IN BLOCK 8 of SF 1449 IN ORDER TO BE CONSIDERED FOR AWARD AND THE INFORMATION SHALL BE FORWARDED TO THE ADDRESS IN BLOCK 9.ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE_________________________ ___________________________________________ ___________________________________________ __________________6. NOTICE TO PROSPECTIVE CONTRACTOR(S): Prospective awardees MUST be registered with the Central Contractor Registration (CCR) at , Prior to Award and through final payment, and the Online Representations and Certifications Application (ORCA) at prior to award and through final payment. Contract will not be awarded until CCR registration has been completed. Proposal Package Offeror should submit 2 paper copies of their proposal package. The proposal package should contain the following:SF-1449 with completed blocks 17a & 30(a,b & c) and fill in the DUNS, Tax I.D. and Email on this page (above).Acknowledgement of any Amendments…this page (above).Price Proposal for all items in the Schedule of Prices, Pages 9-15.Business Management Questionnaire Pages 93-95. Fill out and return with Proposal Package.Technical proposal (see FAR Clause 52.212-2 “Evaluation – Commercial Items” on Page 107 and additional instruction to offerors on page 108.One copy of the technical proposal should NOT identify any of the company’s name, address or pleted FAR Provision 52.212-3 “Certifications and Representations” Pages 109-122 and indicate whether contractor has completed the annual representations and certifications electronically at Licenses, Bonding, Insurance, Resumes, etc.Electronic Copy – Offerors shall submit one electronic copy on a CD. MS Word is preferred. If PDF is used, submit/save each requirement on a separate file.Proposal submission via Email is not accepted at this time.Submit packages to the issuing Contracting Office indicated in block 9 (ATTN: Iris Chen) of the SF1449. Please note – If any of the Proposal Package information is not provided by the proposal due date, your proposal package will be deemed “NON-RESPONSIVE”.7. MISSING PAGES: It is the responsibility of the offeror to examine this solicitation to verify that he or she has received all pages. In addition, in compiling this package, some pages may have been duplicated. If the offeror feels that pages are missing or duplicated, the offeror is encouraged to contact the Contracting Officer at the telephone number shown in Block 7B, Standard Form 1449, Solicitation / Contract / Order for Commercial Items.8. ACQUISITION: Total (100%) Service Disabled Veteran Owned Small Business Set-Aside: (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. This is a solicitation for commercial items prepared in accordance with the format in FAR 12.3. The contract will be awarded by Government to furnish grounds services. All quantities shown in the schedule are estimated. Therefore, there is no guarantee, stated or implied, as to the actual quantities that will be purchased under this contract. See Part III, Clauses FAR 52.216-21, Requirements (OCT 1995).In accordance with FAR 12.101, to furnish grounds services requested in this solicitation are commercial item services that are used by commercial sector/private industry cemeteries throughout the United States. The government anticipates awarding this solicitation as a firm fixed-price, requirements contract. The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.9. TYPE OF CONTRACT: This is a firm fixed price contract in accordance with FAR 52.216-1 Type of Contract. Furnish grounds services involve non-personal services. The personnel rendering the services are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. 10. CONTRACT AWARD: The contract will become effective as soon as practical with no additional cost to the Government for any elapsed time from the original effective date. It is also, understood and agreed that the effective date of this contract will be contingent upon the availability of appropriated funds and in the event appropriations are not available. A. Basis of Award The following Evaluation Factors will be used for the award of this contract and are listed in descending order of importance, past performance and technical when combined are significantly more important than price:Past Performance: i. Provide at least three (3) references to include same or similar work. ii. Business Management Questionnaire (Pages 93-95). Technical Qualifications:Experience of company in performing this type of work? Have you done/performed services for a cemetery in the past? Have you done mowing, head stone cleaning, weed eating, back filling sunken gravesites, etc in the past? Please explain. See statement of work for more information of what is needed.Qualification of Technical/key Personnel (training, experience, certifications)Sufficient Personnel/Equipment (list)Contingency PlanTransportation ArrangementsPerformance Plan: Submit a detailed performance plan to indicate how the contractor plans to meet the goals of the cemetery. (i.e. performance schedule, frequency of mowing, turf maintenance, weed eating) The contractor’s proposal will be evaluated on how well it meets the performance goals of this contract. See statement of work for more information.Price:Include sufficient information to show price submitted is comparable to or less than published catalog prices.See clause 52.212-2 EVALUATIONS – COMMERCIAL ITEMS (JAN 1999), pages 107-108 for additional information.11. CONTRACT TERMS: The term of this contract shall be for a period from Date of Award through September 30, 2013 with four (4) 1-year options if exercised through September 30, 2017. Contractor will submit an invoice at the end of each month. Delivery of all items under this contract is FOB Destination and is subject to inspection and acceptance by the VA COTR. 12. AUTHORITIES OF GOVERNMENT PERSONNEL: Notwithstanding the Contractors responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as the Contracting Officer's Technical Representatives.13. CONTRACTOR’S FOREMAN/SUPERVISOR: Contractor must provide an English Speaking Foreman/Supervisor at all times while performing the duties of the contract. This is to ensure proper communication between the Contractor and COTR. 14. SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Mill Spring National Cemetery, YOU MUST CONTACT Patrick Lovett or Mike Niklarz, at (859) 885-5727 to make arrangements.15. POST AWARD CONFERENCE: Prior to commencement of work, contract awardee is required to make an appointment for a conference with the COTR to assure that all parties understand all contractual obligations and the role that each party serves.16. AGENTS/BRANCHES: If the offeror maintains agents/branches, the Department of Veterans Affairs is to be provided with a list containing any information necessary indicating how and with whom orders are to be placed.17. FEDERAL HOLIDAYS:January New Year’s Day, Martin Luther King’s BirthdayFebruaryPresident’s DayMayMemorial DayJulyIndependence DaySeptemberLabor DayOctoberColumbus DayNovember Veterans Day, Thanksgiving DayDecember Christmas DayIncluding any other day specifically declared by the President of the United States to be a national holiday.B.2 PRICE SCHEDULEBASE PERIOD: Award Date thru September 30, 2013CLINDescriptionEST QTYUnitUnit PriceTotal Price001MOWING36WKS002TRIMMING 36WKS003EDGING12JB004GRAVESITE EXCAVATION AND BACK FILL90EA005CREMATION SITE EXCAVATION AND BACK FILL15EA006HEADSTONE CLEANINGApril- July- October3JB007HEADSTONE SETTING 115EA008HEADSTONE HEIGHT AND ALIGNMENT 12MO009LAWN MAINTENANCE: AERATE, as per protocols.1JB010LAWN MAINTENANCE: FERTILIZER, in MAY, SEPTEMBER, and NOVEMBER as per protocols. 3JB011LAWN MAINTENANCE: CRAB GRASS CONTROL as per protocols. 1JB012LAWN MAINTENANCE: LIME, SEPTEMBER application as per protocols, if needed.1JB013LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL, SPRING AND FALL Applications as per protocols.2JB014LAWN MAINTENANCE: INSECT CONTROL as per protocols, if applicable. 1JB015LAWN MAINTENANCE: FALL/SPRING Over seeding, as per protocols, if applicable.2JB016LEAF COLLECTION12JB017PLANT MATERIAL MAINTENANCE (Water/Fertilizing/Spraying/Cultivating/Mulching)4JB018PRUNING MAINTENANCE1JB019GRAVESITE RENOVATION12MO020TRASH AND DEBRIS REMOVAL52JB021SNOW AND ICE REMOVAL3JB022STORM DAMAGE4JB023PUBLIC RESTROOMS CLEAN UP AND SUPPLIES52WK024PLACEMENT OF GRAVESITE FLAGS: MEMORIAL DAY1JB025PLACEMENT AND REMOVAL OF AVENUE OF FLAGS: MEMORIAL DAY AND VETERANS DAY2JBBASE YEAR: Award Date-September 30, 2013Total Estimated Price:OPTION YEAR 1: October 1, 2013 thru September 30, 2014CLINDescriptionEST QTYUnitUnit PriceTotal Price001MOWING36WKS002TRIMMING 36WKS003EDGING10JB004GRAVESITE EXCAVATION AND BACK FILL90EA005CREMATION SITE EXCAVATION AND BACK FILL15EA006HEADSTONE CLEANINGApril- July- October3JB007HEADSTONE SETTING 115EA008HEADSTONE HEIGHT AND ALIGNMENT 12MO009LAWN MAINTENANCE: AERATE, as per protocols.1JB010LAWN MAINTENANCE: FERTILIZER, in MAY, SEPTEMBER, and NOVEMBER as per protocols. 3JB011LAWN MAINTENANCE: CRAB GRASS CONTROL as per protocols. 1JB012LAWN MAINTENANCE: LIME, SEPTEMBER application as per protocols, if needed.1JB013LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL, SPRING AND FALL Applications as per protocols.2JB014LAWN MAINTENANCE: INSECT CONTROL as per protocols, if applicable. 1JB015LAWN MAINTENANCE: FALL/SPRING Over seeding, as per protocols, if applicable.2JB016LEAF COLLECTION12JB017PLANT MATERIAL MAINTENANCE (Water/Fertilizing/Spraying/Cultivating/Mulching)4JB018PRUNING MAINTENANCE1JB019GRAVESITE RENOVATION 12MO020TRASH AND DEBRIS REMOVAL52JB021SNOW AND ICE REMOVAL3JB022STORM DAMAGE4JB023PUBLIC RESTROOMS CLEAN UP AND SUPPLIES52WK024PLACEMENT OF GRAVESITE FLAGS: MEMORIAL DAY1JB025PLACEMENT AND REMOVAL OF AVENUE OF FLAGS: MEMORIAL DAY AND VETERANS DAY2JBOPTION YEAR 1: October 1, 2013 thru September 30, 2014Total Estimated Price:OPTION YEAR 2: October 1, 2014 thru September 30, 2015CLINDescriptionEST QTYUnitUnit PriceTotal Price001MOWING36WKS002TRIMMING 36WKS003EDGING10JB004GRAVESITE EXCAVATION AND BACK FILL90EA005CREMATION SITE EXCAVATION AND BACK FILL15EA006HEADSTONE CLEANINGApril- July- October3JB007HEADSTONE SETTING 115EA008HEADSTONE HEIGHT AND ALIGNMENT 12MO009LAWN MAINTENANCE: AERATE, as per protocols.1JB010LAWN MAINTENANCE: FERTILIZER, in MAY, SEPTEMBER, and NOVEMBER as per protocols. 3JB011LAWN MAINTENANCE: CRAB GRASS CONTROL as per protocols. 1JB012LAWN MAINTENANCE: LIME, SEPTEMBER application as per protocols, if needed.1JB013LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL, SPRING AND FALL Applications as per protocols.2JB014LAWN MAINTENANCE: INSECT CONTROL as per protocols, if applicable. 1JB015LAWN MAINTENANCE: FALL/SPRING Over seeding, as per protocols, if applicable.2JB016LEAF COLLECTION12JB017PLANT MATERIAL MAINTENANCE (Water/Fertilizing/Spraying/Cultivating/Mulching)4JB018PRUNING MAINTENANCE1JB019GRAVESITE RENOVATION 12MO020TRASH AND DEBRIS REMOVAL52JB021SNOW AND ICE REMOVAL3JB022STORM DAMAGE4JB023PUBLIC RESTROOMS CLEAN UP AND SUPPLIES52WK024PLACEMENT OF GRAVESITE FLAGS: MEMORIAL DAY1JB025PLACEMENT AND REMOVAL OF AVENUE OF FLAGS: MEMORIAL DAY AND VETERANS DAY2JBOPTION YEAR 2: October 1, 2014 thru September 30, 2015Total Estimated Price:OPTION YEAR 3: October 1, 2015 thru September 30, 2016CLINDescriptionEST QTYUnitUnit PriceTotal Price001MOWING36WKS002TRIMMING 36WKS003EDGING10JB004GRAVESITE EXCAVATION AND BACK FILL90EA005CREMATION SITE EXCAVATION AND BACK FILL15EA006HEADSTONE CLEANINGApril- July- October3JB007HEADSTONE SETTING 115EA008HEADSTONE HEIGHT AND ALIGNMENT 12MO009LAWN MAINTENANCE: AERATE, as per protocols.1JB010LAWN MAINTENANCE: FERTILIZER, in MAY, SEPTEMBER, and NOVEMBER as per protocols. 3JB011LAWN MAINTENANCE: CRAB GRASS CONTROL as per protocols. 1JB012LAWN MAINTENANCE: LIME, SEPTEMBER application as per protocols, if needed.1JB013LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL, SPRING AND FALL Applications as per protocols.2JB014LAWN MAINTENANCE: INSECT CONTROL as per protocols, if applicable. 1JB015LAWN MAINTENANCE: FALL/SPRING Over seeding, as per protocols, if applicable.2JB016LEAF COLLECTION12JB017PLANT MATERIAL MAINTENANCE (Water/Fertilizing/Spraying/Cultivating/Mulching)4JB018PRUNING MAINTENANCE1JB019GRAVESITE RENOVATION 12MO020TRASH AND DEBRIS REMOVAL52JB021SNOW AND ICE REMOVAL3JB022STORM DAMAGE4JB023PUBLIC RESTROOMS CLEAN UP AND SUPPLIES52WK024PLACEMENT OF GRAVESITE FLAGS: MEMORIAL DAY1JB025PLACEMENT AND REMOVAL OF AVENUE OF FLAGS: MEMORIAL DAY AND VETERANS DAY2JBOPTION YEAR 3: October 1, 2015 thru September 30, 2016Total Estimated Price:OPTION YEAR 4: October 1, 2016 thru September 30, 2017CLINDescriptionEST QTYUnitUnit PriceTotal Price001MOWING36WKS002TRIMMING 36WKS003EDGING10JB004GRAVESITE EXCAVATION AND BACK FILL90EA005CREMATION SITE EXCAVATION AND BACK FILL15EA006HEADSTONE CLEANINGApril- July- October3JB007HEADSTONE SETTING 115EA008HEADSTONE HEIGHT AND ALIGNMENT 12MO009LAWN MAINTENANCE: AERATE, as per protocols.1JB010LAWN MAINTENANCE: FERTILIZER, in MAY, SEPTEMBER, and NOVEMBER as per protocols. 3JB011LAWN MAINTENANCE: CRAB GRASS CONTROL as per protocols. 1JB012LAWN MAINTENANCE: LIME, SEPTEMBER application as per protocols, if needed.1JB013LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL, SPRING AND FALL Applications as per protocols.2JB014LAWN MAINTENANCE: INSECT CONTROL as per protocols, if applicable. 1JB015LAWN MAINTENANCE: FALL/SPRING Over seeding, as per protocols, if applicable.2JB016LEAF COLLECTION12JB017PLANT MATERIAL MAINTENANCE (Water/Fertilizing/Spraying/Cultivating/Mulching)4JB018PRUNING MAINTENANCE1JB019GRAVESITE RENOVATION 12MO020TRASH AND DEBRIS REMOVAL52JB021SNOW AND ICE REMOVAL3JB022STORM DAMAGE4JB023PUBLIC RESTROOMS CLEAN UP AND SUPPLIES52WK024PLACEMENT OF GRAVESITE FLAGS: MEMORIAL DAY1JB025PLACEMENT AND REMOVAL OF AVENUE OF FLAGS: MEMORIAL DAY AND VETERANS DAY2JBOPTION YEAR 4: October 1, 2016 thru September 30, 2017Total Estimated Price:Mill Springs National – Ground Maintenance CONTRACT SUMMARY SHEETContract Year?Estimated CostBase Option Year #1 Option Year #2 Option Year #3 Option Year #4 TOTAL CONTRACT COST B.3 STATEMENT OF WORKContractor shall provide services to maintain Mill Springs National Cemetery, Nancy, KY. Contractor shall provide all labor, equipment, and supplies to complete grave excavations and grounds and facility maintenance. Services will include, but are not limited to the following areas: Grave excavation and backfilling, headstone installation and maintenance, headstone height and alignment, turf maintenance, plant maintenance, tree maintenance, renovation of individual sunken gravesites, trash and debris removal, snow and ice removal, storm damage and debris removal, placement of flags, facility maintenance.A.This contract covers the period January 31, 2013 or the date of contract award, through September 30, 2013, base year, with four (4) one-year options to extend the term of the contract to September 30, 2017.B.The administration of this contract will be by the Contracting Officer (CO), National Cemetery Administration, Centralized Contracting Division, 75 Barrett Heights Rd. Stafford, VA 22554.C. The contractor shall furnish a copy of the specifications contained in this contract to each employee performing work under the contract to ensure their complete familiarity with the requirements stated herein.SCHEDULE OF PRICES:Contractor shall provide all labor, supervision, materials, equipment, tools and supplies necessary to provide complete Cemetery Interments and Grounds Maintenance Services to the Mill Springs National Cemetery, following National Cemetery Administration National Shrine Commitment Operational Standards & Measures. Contract period will consist of a base period from January 31, 2013 or the Date of Award through September 30, 2013. Units and services to be in accordance with Statement of Work, attached technical specifications, and the terms and conditions contained in this solicitation. All work shall be performed in accordance Description/Specifications contained herein. The itemized services listed below are an estimated maximum amount. Monthly billing and payment will be on an “as-needed/as-used” basis only, and will include only the work activities that have been authorized by the Contracting Officer Representative (COTR) and have actually occurred during the monthly billing cycle. There is no guarantee that all of these estimated quantities will be fully utilized during any period of the contract. Payment will only be made for services that the Contractor has been specifically authorized to proceed with by the COTR, in writing, or e-mail, prior to commencement of the work. TABLE OF CONTENTS FOR TECHNICAL SECTIONSMILL SPRINGS NATIONAL CEMETERY, NANCY, KENTUCKYTECHNICAL SECTIONS Lawn Maintenance: Mowing, Trimming, and Edging Grave Excavation, Back fill, and Interments (Casket/Cremains) Headstone Cleaning Lawn Maintenance: Fertilizing, Weeding Lawn Maintenance: Seed Lawn Maintenance: Sod Headstone Height & Alignment Maintenance Leaf Collection Plant Material Maintenance Gravesite Renovation Trash and Debris Removal Snow and Ice Removal Storm Clean Up Placement of Flags Facility Maintenance Contractor Conduct and Other Responsibilities Contractor Compliance Work Hours After Hour Contact / Emergency Notification Labor Force and Equipment Agronomic Protocols LAWN MAINTENANCE: MOWING, TRIMMING AND EDGING.1.SCOPEThe Contractor shall be responsible for mowing, edging and trimming all grass within the cemetery and outside perimeter enclosure walls as specified by the COTR. This encompasses approximately 6.0 acres. Agronomic Protocol #3 contains additional information about mowing.2.EQUIPMENTA.Riding mowers must have mulching decks, and may be used, provided that they are not operated within three (3) inches of headstones, markers, monuments, tree trunks or other vertical surfaces. Regular mowing and cross mowing is to be performed before trimming, and is required. Cross mow, except in Sections A, B, C, D, E, F. If ground is wet, to the point of causing rutting, mowers will not be used until ground conditions permit. COTR will be notified immediately.B.Walk-behind, push type machines, hand held weed whips or trimming shears will be used to trim grass from around headstones, monuments, markers, etc. (See TRIMMING below). Trimming around headstones shall leave grass at 3.5 inches tall, the same height as mowing. Scalping is not acceptable. Where scalping is evident contractor will not receive payment and will be responsible for damage and the repair thereof at no cost to the government.C.Cutting blades on mowing and trimming equipment must be kept sharpened or replaced weekly so that grass tips are properly cut--not torn or damaged. Documentation must be provided indicating that blades are being sharpened and/or replaced weekly before mowing takes place. Cutting heights of all mowing equipment shall be set according to heights specified below.3.PROCEDUREA. Turf shall be mowed to a height of 3.5 inches. Areas of grass not to be mowed will be delineated by the COTR. A plan shall be furnished by the COTR. Rule of Thumb: Do not mow new sod, new seed, and grass matted areas with riding mowers until they have become established turf. When grass in these areas gets tall enough to need mowing it shall be carefully mowed with a push mower at 3.5 inches until sod is established well enough to support riding mowers without damage to the grass or soil surface. These areas shall be properly marked for public knowledge as “NEW SOD, NEW SEED AREAS”, etc.B. Contractor shall mow all turf areas so that no more than 1/3 of the height of grass is removed at any one mowing. If grass clippings are evident the Contractor is obligated to remove the clippings at no extra cost to the Government. Grass clippings that stick to headstones are to be cleaned from headstones after each mowing.C. EDGINGAll streets, curbs, walkways, tree wells and shrub beds shall be edged a minimum of once monthly and within two (2) weeks before Memorial Day, Veterans Day or any other holiday as identified by the COTR. Width of the edging gap shall not exceed one quarter inch to minimize tripping hazard and weeds.D. TRIMMINGGrass areas not mowed around headstones, monuments, markers, and other vertical surfaces shall be trimmed with each mowing and within 3 days prior to Memorial Day, Veterans Day or any other holiday as identified by the COTR.Trimming must be performed after mowing not before. Trimming around headstones shall leave grass at 3.5 inches tall, the same height as mowing. Scalping is not acceptable. Where scalping is evident contractor will not receive payment and will be responsible for the damage and the repair thereof at no cost to the government.GRAVE EXCAVATION, BACKFILL AND INTERMENTS.1.SCOPEWork consists of excavation, backfilling and preparing for interments specified by the Contracting Officer’s Representative (COTR). There will be approximately sixty to ninety (60-90) interments per year. The COTR will notify the Contractor 24 hours in advance of gravesite to be opened, except when burial has been scheduled over a weekend or a federal holiday. When the scheduling does happen over a weekend or federal holiday, Contractor will be notified of burial and gravesite to be opened, and time of the committal service, by 8:30am of the first business day following the weekend and/or federal holiday. Normally interments will be accomplished Monday through Friday during the hours of 9:00 a.m. to 4:30 p.m. However, there may be instances where the Contractor will be required to perform interments beyond 4:30 p.m. week -days, on weekends, and/or holidays.2.PROCEDUREA.All gravesites will be ready within a minimum of two (2) hours prior to the interment service. Gravesites will be ready for review by 4:30 PM of the day of interment.B.It shall be the COTR responsibility to notify the Contractor of any underground utilities in the vicinity of gravesite excavation.C.Gravesites, except in Section L and M, will measure 5’x10’, 4X12, 4X10, 4X8 unless otherwise advised by the COTR and shall be excavated to five (5) feet or seven (7) feet, depending on the number of interments in the old sections. The COTR shall advise the Contractor of the required depth, width and length prior to any excavation operation or whether the interment will be side-by-side. In current interment sections L and M, 3’X8’ preset lawn crypts are installed. These burial areas will be excavated to approximately 24”. NOTE: EQUIPMENT ACCESS ROUTES INTO ALL BURIAL SECTION AREAS WILL BE COVERED WITH CEMETERY PROVIDED MOBIMAT, COVERING ALL THE TURF, WHETHER 1st OR 2nd INTERMENTS, IN ORDER TO PROTECT THE TURF. When a grave is opened to receive a second interment and is found to be of insufficient depth to permit the second interment, the casket /liner of the first interment shall be removed and the grave deepened to accommodate both interments, at no cost to the government. The gravesite will be screened from the public view during the removal and re-interment of any remains. Type of screening material must be approved by COTR.At the government’s option, the contractor may be required to open the grave by hand to avoid turf damage and/or to accommodate any other potential concern. Contractor shall notify Director/Designee immediately, if this is necessary, and await instructions. In the event that COTR determines gravesite needs to be hand dug, COTR will notify contractor.B.Sod shall be removed from the gravesite prior to excavation and shall be replaced with new sod. Any excess backfill shall be removed from cemetery at contractor expense daily.C.When gravesite is opened by the Contractor using power equipment, and it is necessary to remove the headstone, headstone will be carefully removed by the Contractor and subsequently replaced. Headstone is not to leave the gravesite.D.Backfill shall be brought to established grade in one (1) foot (12”) lifts, a lift being described as replacing earth in gravesite 12” at a time, compacting with a mechanical tamper, then placing 12” more of earth, and compacting with mechanical tamper, etc. Each lift shall be thoroughly compacted by means of a gasoline mechanical tamper. Care shall be taken to fill and compact all voids surrounding the burial liner with sand (crushed limestone sand is acceptable) in order to reduce subsequent ground settlement. Backfill shall not be mounded nor recessed and shall conform to surrounding grades of adjacent gravesites.E.If the excavation is five feet deep or deeper, a worker is prohibited from entering into the hole until the sides of the grave are shored in a safe and acceptable method as required by Federal OSHA regulations.F.If 2nd interment gravesite has an existing headstone, it shall be removed and carefully placed at the head of the gravesite (never lean headstone against another headstone), and reset after the grave is backfilled. Temporary marker for the second interment is to be placed in the center of the grave at the headstone. Headstones that are affected by the interment will be left in a clean condition at the conclusion of the interment.G.After backfilling is complete and sod is replaced, sod shall be watered thoroughly and daily thereafter, frequently enough to maintain it in a green and healthy condition, as applicable to the season, until it is fully reestablished. See section on “LAWN MAINTENANCE: SOD” later in this contract. H.The Contractor will transport the remains from the interment shelter to the gravesite in a dignified manner using equipment that must be approved by the COTR before contractor begins contract. This will ensure that the interment is completed in an honorable and dignified manner.I.The Contractor will be required to lower remains into gravesite using an approved, by the COTR, lowering device. The rate of lowering shall be slow and steady in order to be honorable and dignified. The casket position will be level at all times while lowering. Contractor will use a casket-lowering device provided by the contractor and must be approved by COTR before contract begins.J. Temporary marker shall be neatly placed and properly aligned with surrounding gravesites and/or headstones by Contractor.K.All flowers (No more than 6 floral arrangements allowed at a gravesite.) will be moved from the interment shelter to the gravesite by the Contractor and arranged neatly (stacking or piling is prohibited) upon the gravesite. L. All floral bouquets, arrangements, etc., left at the gravesite by the funeral party will be neatly arranged upon the grave.M.See following gravesite diagram and handling of multiple interments, if applicable.N.The Contractor will lower flag to half-mast 1/2 hour before scheduled interment of veteran. Flag will not be lowered to ? staff for dependents, veterans only.O. Contractor will raise flag to full mast 1/2 hour after the last veteran’s interment is complete. Preset Crypt Burial Area1. Sod will be removed by hand and replaced with new rolled sod on casket sites after interment (see section on “LAWN MAINTENANCE: SOD” later in this contract). Contractor will remove concrete lid and replace lid at conclusion of interment. Contractor will have permission to use government lid removal apparatus to remove lids from crypts. Expenses incurred by damages done to government property by contractor, will be borne by contractor.2. All equipment used must be approved by the COTR before contract begins.Contractor will be required to sign an (OAI) interment burial work sheet, daily, that is provided by the cemetery for gravesite assessment purposes.One interment in single depth grave. Full size caseEXHIBIT A (TRADITIONAL OR OLDER BURIAL AREAS ONLY, THIS EXCLUDES SECTION L and M)MULTIPLE INTERMENTS IN A SINGLE GRAVESITEEXHIBIT AMULTIPLE INTERMENTS IN A SINGLE GRAVESITE1.DIAGRAM “A”- shows a single burial when no future interment is expected. The burial is made in the center of the site at a depth of 5 feet.2.DIAGRAM “B”- shows normal burial of two remains as in the case of a service connected person and spouse. The first interment is made in the center of the site at a depth of 7 feet. When the second interment is made the grave will be reopened to a depth approximately 2 inches from the top of the first casket, leaving a thin layer of earth between the two as shown.3.DIAGRAM “C” - If, at the time of the second interment, it is expected that a third interment will be made, the second remains will be placed at the extreme edge of the site, leaving room for the third at the opposite side as shown in Diagram “C”. In the infrequent case when a third interment is found necessary after two burials have been made as shown in “E”, the grave will be opened sufficiently to permit moving of the second interment to the side to provide room for the third. Conditions will again apply as in “C”.4.DIAGRAM “D” - The conditions shown in “D” will occur only rarely, and usually when 2 minor dependents predecease their parents or in extremely rare cases when an accident takes the lives of a family group.5.DIAGRAM “E” - When the remains are in a small casket, they will be placed in the lower corner of the gravesite, at a depth of 5 feet, permitting room for an additional like burial at the head of the first. The two adults would be buried in the other side, the first at a depth of 7 feet and the second at five feet.6.When it is necessary to make side-by-side burials in a single gravesite, extreme care will be exercised to accurately locate the sideline of the site. Where a burial vault is used in such cases, it may be necessary to encroach several inches on adjacent site (s). This is permissible provided the site encroached upon has been or will be utilized as shown in “A” or “B”.7.Unusual conditions may require occasional deviations from the methods indicated. For cases not covered herein which cannot be satisfactorily resolved locally, the Contractor will consult with the Director, Camp Nelson National Cemetery, or the duly authorized representative for advice on determination of action to be taken. If burial taking place is deemed as NOT being within ‘NORMAL OPERATIONS’, Director of Camp Nelson National Cemetery and/ or Designee is to be contacted immediately for guidance.8.CREMATED REMAINS (Section N, 5’X5’), unless directed otherwise by COTR. Excavation will be approximately 3 feet deep, 15 inches square, center- line of gravesite, approximately 1 foot from head of gravesite. Complex Foreman (COTR) will instruct contractor on the prescribed method of interring cremation remains.PRESET LAWN CRYPTPreset Lawn Crypt section (L and M) will be used for normal casket burial whether a double occupancy or a single occupancy. In the event of extreme oversize casket or more than double occupancy, the interments will be placed in Section H. Single occupant will be placed in the lower portion of preset lawn crypt gravesites.HEADSTONE CLEANING.1. SCOPEWork consists of cleaning all headstones as specified by the COTR to remove objectionable material and discoloration, such as accumulations of bird droppings or mud, tire and hose marking, grass stains, residue from trees, fungus, etc. There are approximately 3,000 marked gravesites (headstones) with an increase of approximately 100 stones per year at the Mill Springs National Cemetery. In the event a headstone has been hit by a piece of equipment by the tires, leaving black marks, black marks are to be removed. See COTR for method of removal.2. GENERAL REQUIREMENTSAll headstones shall be cleaned twice annually in April and October (3 times, if needed. This will be determined by the COTR). Thereafter COTR may determine that certain headstones will need cleaning throughout the year in order to maintain a clean appearance overall. The natural surfaces shall be retained. They shall not be painted, white washed, or calcimined.3.PROCEDUREA.Clean water shall be used to clean headstones, followed by a spray application of cleaning solution brand named “D-2”. B.When water under pressure is used, the pressure will not exceed 300 psi. Excessive soil may be removed with plain water and a stiff natural bristle brush (no wire brushes), followed by rinsing with clear water.C.If water, used in cleaning, should soften the soil around the base of the headstone so that the stone is loose, care shall be taken not to tip the Stone out of plumb or alignment. If stone is caused to be out of plumb or alignment by using this process, contractor will plumb and realign at no cost to the government.D.Care shall be taken to protect the turf area from any damage. Any turf damaged by the Contractor shall be restored at Contractor’s cost.E.Abrasive blasting is prohibited.HEADSTONE SETTING (CNNC staff will train Contractor and employees in these procedures below)1.SCOPEWork consists of setting new or replacement headstones on gravesites. It includes reporting physical defects to the Contracting Officer or his authorized representative (COTR), and assuring accurate placement on gravesites. Headstones will uniformly be consistent in height and alignment while following the contour of the ground. Approximately 105-115 new headstones (this includes replacement stones) will be set annually. Work will be inspected, as completed, by COTR for compliance. Contractor shall notify COTR by telephone when work is being accomplished in compliance with contract, and a list of stones set, submitted to COTR, before being invoiced, in order that stones can be inspected for compliance. 2.GENERAL REQUIREMENTSThe type of marker to be used will be white, upright marble at 230 lbs each and shall be used in accordance with general plan of the cemetery. Headstones must be set within 5 days of receipt, without fail.3. PROCEDURE, NEW & REPLACEMENT HEADSTONESThe responsibility for ordering headstones, checking for proper wording and initial inspection for damages shall be that of the COTR or his authorized representative. Any headstones damaged or broken by the contractor shall require identical replacement within 30 days by the contractor at no additional cost to the Government.Headstones and markers shall be installed on appropriate sites within 5 days of receipt. In transporting or storage of headstones, they shall be protected from the weather to avoid damage or staining from crating materials. The preferred method for storage is for each stone to be placed so as to rest on its long edge in a vertical freestanding position for easy accessibility. Several stones may be stacked against the first stone to conserve space, with proper separation in all cases. Replacement cost for any breakage or damage in any form, due to the Contractor’s handling or negligence, will be borne by the Contractor. The COTR shall designate a suitable area for storage of the stones after initial inspection has been accomplished.Headstones for individual graves shall be installed on the center - line at the head of grave with the inscription facing the grave. They shall be set plumb and aligned laterally, transversely, and diagonally with surrounding headstones. Measurements for headstone placement shall be taken from the selection layout survey markers points and not from headstones previously set. Heights for new and replacement headstones in old sections, where stones have not been and cannot be set at the standard height, shall be set at the same height as the adjacent headstones, provided they can be set with the inscription above the ground level. To align headstones, the 3 string method (top, front and back) shall be used, whether for raise and realignment or installing new headstones. CNNC personnel will instruct contractor in the use of this method. Headstones will be installed to a precision alignment of within 1/8” tolerance of all string lines.In new sections of the cemetery all upright headstones shall be set at a height of 26 inches from the finished grave to the top of the arc. The nominal height of 26 inches given for the current standard of headstone setting is the standard height. Headstones shall be lifted and transported or set by at least two (2) contractor personnel unless special one-man devices, approved by COTR, are used. Older headstones will be realigned laterally, transversely and diagonally in the same manner as new markers.Headstones that are being replaced by new ones will be picked up by COTR and returned to Camp Nelson National Cemetery for disposal after the replacement headstones have been delivered.Headstone(s) will be set within 5 days after receipt at the cemetery without exception.The Contractor is responsible for the unloading of headstones from cemetery delivery vehicle.Minor deviations in the less than nominal height are permissible to provide a uniform appearance in the top line to compensate for slight ground swells or depression within a burial section. Trees or shrubs obstructing headstones shall be noted and the COTR shall determine remedial action, and any modifications needed for installation of a headstone. Contractor will be responsible for completing the following 2 OAI forms: “Headstone/Marker Review of Daily Activities”“Headstone/Marker Maintenance Installation”Forms will be attached with the monthly invoice and faxed to Camp Nelson National Cemetery office. HEADSTONE HEIGHT AND ALIGNMENT MAINTENANCE Keystones: The first stone in each row is to be at the proper height (24-26”), and every 10th stone is a keystone thereafter.Procedure:Raise keystone(s) to proper height (24-26”) and plumbed and aligned.Run a tight top line and front line to each keystone.Raise all stones to the top line.Align all stones to the front line.COTR will explain and train the procedure of using the side line.There are three steps to properly R&R a headstone. COTR will fully explain and train contractor personnel.(Fine Tune Adjustment).Alignment of the approximately 3100 headstones at the cemetery will be maintained at all times using the “BUMP and RUN” method of precision fine tuning adjustment. This method requires the use of a wood 1”X4” tamper (with a tapered handle on one end) to visually adjust individual headstones back into vertical position both “front to back” and “side to side” with the alignment of the other adjacent headstones in the same rows and in adjacent columns of the burial section. Headstones will be realigned laterally, transversely and diagonally. Headstones that have loose sockets will require that playground sand be poured into the void filling the loose socket, with a pitcher type container, up to the ground level. COTR will demonstrate during training.When fine tune adjusting headstones, play ground sand is poured into the void around the headstone up to ground level, using a sanding pitcher, and tamped. All of the, approximately 3100, headstones will be continuously maintained in alignment using the “Bump and Run” method of precision fine tune adjustment.LAWN MAINTENANCE: FERTILIZING, WEEDING.1.SCOPEContractor shall be responsible for maintaining the turf area of the cemetery in a healthy condition by proper application of fertilizers, chemicals (to control weeds, diseases and insect pests) and lime (if soil tests indicate it is needed). The turf is to be aerated in September or early October. Approximately 6.0 acres of turf will be treated. Soil tests should be taken by the contractor at the beginning of this contract.There are eight “Agronomic Protocols” included below with this contract that should be followed for lawn care operations. In case of any discrepancies between procedures specified by the protocols and those specified in this part of the contract, this part takes precedence(See COTR). Agronomic Protocol #3 contains additional information regarding aeration and thatch removal. 2.EQUIPMENT AND SUPPLIESA.The Contractor is to supply all necessary applicators, hoses and other equipment.B.Water shall be furnished by the Government at no cost to the Contractor.C.The Contractor shall furnish all required chemicals, fertilizers and any other supplies. Documentation of what, how much, when, where, why, and how of products applied shall be sent to COTR prior to each occurrence.3.PROCEDUREA.The Contractor shall take all precautions to prevent damage to the cemetery, in any manner, including headstones, markers, monuments, flower vases, trees and other structures during maintenance operations and applications of fertilizers, herbicides, pesticides, etc. The Contractor shall be charged current replacement costs for headstones/ markers, other cemetery structures or property damaged as a result of actions by contractor personnel.B.Fertilizer will be applied to all cemetery turf and landscape areas three times each year: mid-May, early September, and mid-November, unless otherwise directed by COTR. The nitrogen (N) component of the fertilizer is to be 30-50% slow release, and the ratio of N:P:K is to be approximately 4:1:2 (for example, a fertilizer with an N,P,K analysis of 24-6-12 has a 4:1:2 ratio). The rate of fertilizer applied shall be based on its nitrogen content, with 1.0 lb of actual nitrogen applied per 1000 square feet in May and September, and 1.5 lbs actual nitrogen applied in November. Documentation shall be sent to COTR of what, how much, when, where, and how the fertilizer was applied, prior to application. (See Agronomic Protocol #3: “General Turf grass Maintenance Operations” for additional details, but note that only three fertilizer applications are specified by this contract.)C.Lime:When soil tests indicate a need for lime, it shall be applied as pellet lime at the rate indicated in those tests and shall be applied immediately following aeration in September, unless otherwise approved by the COTR. Documentation shall be sent to COTR of what, how much, when, where, and how the lime was applied, prior to the application.D.Weed and Disease Control:All weed growth and disease shall be controlled by means of spray approved by the COTR. All personnel using such sprays shall be shall be duly licensed by the State of Kentucky to use herbicides/pesticides. Documentation shall be sent to COTR of who, what, where, why, and when of all herbicides (and any other pesticides) prior to application.Herbicide treatments for broadleaf weed control will be applied in the spring (March or April) and the fall (Oct. or Nov.) of each year. Spot treatment of individual escaped or late emerging broadleaf weeds will be done as needed through the growing season (usually needed at least once per month) to maintain the cemetery in a generally weed-free condition. (See Agronomic Protocol #5 “Selective Broadleaf Weed Control in Established Stands of Turf grass” for additional details.) Contractor will be provided with cemetery grounds management plan, and will be responsible for completing all scheduled monthly tasks per the management plan provided by the COTR.Contractor will be responsible for completing the Grounds Maintenance Daily, Weekly, Monthly, and Annual OAI check lists provided by the COTR.Checklists, provided by the COTR, will be attached to monthly invoice and faxed to cemetery office.E.Gophers and Moles and any Other Pest:Moles and any other pest shall be controlled by the use of Talaprid. This is to be accomplished by duly licensed individuals. The Contractor shall insure that soil shall be tamped into holes and turf replaced or reseeded to insure acceptable appearance at all times.Control of Crabgrass: A pre-emergence herbicide treatment for control of annual grasses (crabgrass) shall be applied annually before crabgrass begins to germinate (usually mid-March, earlier if conditions are unusually warm).The herbicide rate used will be the maximum allowed by the product label for cool-season grass in that region. (See Agronomic Protocol #6 “Pre emergent Control of Crabgrass and Other Annual Grass Weeds in Turf grass” for additional details.) Care must be taken, especially with the early application, to not treat newly seeded areas or graves (or areas or graves to be seeded within 3 months, unless the topsoil will be replaced) because the herbicide will prevent growth of young turf grass as well as weedy grasses. LAWN MAINTENANCE: OVERSEEDING1.SCOPEWork consists of over-seeding established turf bed. 2.MATERIALSA.General (1)All materials are to conform to those specified below, unless otherwise specifically approved in writing by the Contracting Officer or his authorized representative.(2)Specified materials are to be applied in amounts and methods herein stipulated.(3)Delivery tickets, indicating date, weight, analysis, and vendor’s name, etc., are to be submitted to the Contracting Officer’s Representative (COTR) prior to application.B.Grass seed shall be a fresh new-crop seed complying with purity and germination requirements stipulated by the State of Kentucky. Grass seed mix will be specified by the COTR and is TRIGOLD FESCUE MIX. Only strains of grass sod that have been adapted in the State of Kentucky and certified by the State Agronomy Testing Laboratory will be accepted. Weed seeds and inert matter must not exceed 0.24% of total weight (all percentages are by weight). Seed is to be free of any noxious weeds.3.SEEDINGA.All areas to be seeded at a seed rate of 5 lbs per 1000 square feet. B.Seed shall be uniformly distributed by cyclone spreader, slit seeder or other COTR approved methods. C.Seeding shall take place in early October and Mid- March.D.Areas of the cemetery where turf is weak, spotty, or thin (such as 5% or more soil visible) shall be slit seeded in October. The COTR may designate areas to be slit seeded.4.GUARANTEE:A.The Contractor shall be responsible for mowing and watering all newly sodded/seeded areas and maintaining them in a healthy, weed free, and vigorous condition.B.Mowing shall be often enough so that no more than 1/3 of grass blade height is removed at any one mowing.LAWN MAINTENANCE: SOD.1.All gravesites shall have rolled sod installed by COB on Friday, same week, and maintained in a healthy and vigorous state. A.An area where sod is to be placed shall have a minimum of two (2) inches of topsoil placed on it and be prepared for sod by bringing ground surface to adjacent grades, (with allowances for sod thickness, where applicable) free of sticks, stones, or other foreign material. Surface to conform to finish grade, free of water retaining depressions, soil friable, free of clumps and should be of a uniform firm texture. Gravesites are not to be mounded nor recessed, they should blend with adjacent gravesites.B. Soil is to be dampened before sod is installed. C. Starter fertilizer (12-25-10) shall be applied to the soil surface at a rate of 1.0 lb N per 1000 square feet, before laying sod.D. Sod shall be laid with seams tightly matched, then rolled, then watered thoroughly. Sod must be kept moist until it is well rooted and able to survive with standard watering.LEAF COLLECTION.1.SCOPEWork consists of collecting and removing from the cemetery grounds and the immediate area outside the cemetery wall all fallen leaves, branches, and twigs.2.GENERAL REQUIREMENTSLeaf collection and removal will be accomplished from January 1 to December 31, or until all leaves are removed, annually. All fallen leaves must be removed from the site daily, during this period. The Contractor shall schedule removal work accordingly.3.PROCEDUREA.Leaves, branches, and twigs will be hand raked, vacuumed or blown by walk-behind push type machines from interment areas into the roadways, and then collected and properly disposed of from cemetery grounds daily.B.The Contractor will inspect all areas of the cemetery during this period and ensure that there is no accumulation of leaves in any area, this is to include rain gutters, downspouts, etc., on building, shelter, and drains etc.C.Large tractor-drawn or self-propelled leaf collection units will be restricted to paved areas.PLANT MATERIAL MAINTENANCE. 1. SCOPEWork consists of but not limited to, maintaining shrubs and trees in a healthy and attractive condition by proper watering, fertilizing, near-ground pruning, spraying for pests, cultivation and mulching.2.GENERAL REQUIREMENTSPersonnel shall be properly trained in the operations they are to perform. If pesticide sprays are used, the applicator must be licensed by the State. Documentation of any applications shall be given to the COTR stating: who, what, where, why, and when of application, prior to the application.3.EQUIPMENT .A.All necessary equipment for this maintenance performance shall be furnished by Contractor unless specifically stated otherwise.B.All cutting tools will be kept sharp and properly functioning.C.Materials for spraying and fertilizing will be supplied by Contractor.4.PROCEDURETrees will be kept free of suckers. Low-hanging dead and broken branches (ones that can be SAFELY removed with a pole pruner or from a step ladder) will be removed. All cuts will be made cleanly. Cuts for limb or branch removal will be made just outside the branch-bark collar to minimize wound closure time by the plant. All limbs one inch in diameter or over must be precut to prevent splitting. Branches 3.5 inches or larger in diameter should be lowered by ropes to the ground. Any structural weakness, decayed trunk of branches, split crotches, or branches will be reported to the COTR.All trees must be mulched. Mulch around trees and in other beds will be maintained continuously (year around) in an attractive 3-4” thick layer. Mulch will be black mulch and beds constructed so as to be esthetically pleasing to the eye of the public and maintained free of weeds, sticks, stones, clippings and other foreign material. Mulch shall be pulled back 4” from the trunks of trees (to reduce pest damage potential and allow the bark to dry) then sloped up to the 4” depth. Fresh, black mulch will be added one week before Memorial Day and/or as required by the COTR. Contractor will provide all materials. No bark chips or nuggets or rubber mulch will be allowed. COTR will specify trees to be mulched. Map, giving location and amount of trees, will accompany this SOW.All new trees shall be staked. Young trees that have tipped or leaned shall also be staked back to a vertical position. Stakes should be needed for no longer than one year. Trees which have been damaged in any way will be reported to the COTR. All plant material destroyed by the Contractor will be replaced at Contractor’s cost.Hedges will be trimmed to promote a healthy and attractive appearance and uniform growth over all parts of the plant, with the bottom wider than the top. Hedges and shrubs shall be kept free of dead branches and leaves.Beds containing shrubs, ground cover and annual or perennial flowers shall be kept attractive and free of weeds. Any cultivation shall be generally shallow to avoid any damage to roots. Pre-emergence herbicides may be used if compatible with the plants in the beds and if authorized by the COTR. Dead or dying plant material shall be reported to the COTR. Replacement plants, if needed, shall be furnished by the COTR and planted by the Contractor as funds are available.All shrubs, ground cover and bedding plants shall be watered during the growing season to the degree needed to maintain an attractive appearance should natural rainfall fail to provide the moisture needed. A watering schedule shall be provided to the COTR prior to watering and approved.Fertilization of trees and shrubs (whether in turf areas or in their own beds) will be done at the same time and with the same fertilizer (and at the same rate) used for turf fertilization. However, if the turf fertilizer contains broadleaf herbicide then a fertilizer without broadleaf herbicide shall be used in the shrub and landscape beds. Surface application of the fertilizer to the soil is adequate for application. Any fertilizer granules remaining on foliage of ornamentals shall be thoroughly brushed or washed off immediately after application. GRAVESITE RENOVATION 1.SCOPEWork consists of refilling gravesites with screened high grade top soil to match existing adjacent gravesites Approximately 200 to 300 gravesites shall be renovated per year + or -. This does not include new burials. COTR will indicate which gravesites need renovation. Gravesites backfilled are to be documented and submitted, when completed to COTR. Documentation should include Section/Gravesite Number and Date Completed. Gravesite renovation should begin in a certain section and continue until section is completed. New gravesites are to be maintained at ground level at the cost of first interment. 2. GENERAL REQUIREMENTSA gravesite needing renovation is defined as: any gravesite that has receded from original grade (adjacent with surrounding gravesites), leaving a washboard effect. Section L and M are 3’x8’ gravesites. Other sections have 4’x10’; 4’x12’; 5’x10’. Section N has 5’x5’ gravesites. The COTR will identify gravesites requiring renovation and submit to contractor each month. 3.PROCEDUREGravesites with weed-free established sod will be leveled by removing existing sod, backfilling the grave, and replacing the sod that was removed, if sod is healthy and vigorous. Sod is to be removed with a sod cutting machine leaving the sod in a roll, not cut up in squares. Gravesites that do not have suitable, established sod, that can be reused, will have new sod properly installed on the graded and prepared gravesite. Starter fertilizer will be included as part of the surface preparation prior to installing the sod. Installed sod and seeded areas must be kept moist until they are well established. Contractor is responsible for ensuring each renovated gravesite is maintained in a weed free established condition. If gravesite is lost due to contractor negligence, contractor will renovate the gravesite again at no cost to the government. SEE LAWN MAINTENANCE: SOD (Page 20-21).TRASH AND DEBRIS REMOVAL.1.SCOPEWork consists of collecting and removing all trash, debris, dead or unsightly flowers, fallen tree limbs, as well as any other debris within area defined by the Contracting Officer’ s Technical Representative (COTR), in accordance with the floral regulations of the cemetery.2.REQUIREMENTSA.All trash, debris, contents of trash cans, dead or unsightly flowers and fallen tree limbs will be removed from the cemetery areas daily at the weekly cost.B.All gravesite decorations will be removed twice a month or when they become unsightly (written floral regulations are to be adhered to).C.The Contractor will provide the necessary labor and suitable conveyance each workday for pickup of this debris from cemetery grounds.D.Removal of debris and disposal away from the cemetery grounds shall be the responsibility of the Contractor.SNOW AND ICE REMOVAL.1.SCOPEWork consists of removing of snow and ice from the Committal Shelter, cemetery driveway, all walkways on the cemetery grounds, all steps to buildings and structures, and areas outside the cemetery walls, if applicable.In the event of an interment during the snow season, the Contractor will be responsible for clearing passages from the roadway to the gravesite.2.GENERAL REQUIREMENTSA.Snow should be removed 1 hour before cemetery is open for visitation. Cemetery is open from Sun up to Sun down 7 days a week.B.Ice removal will be accomplished 1 hour before cemetery is open for visitation. Cemetery is open from Sun Up to Sun Down, 7 days a week. 3.PROCEDUREA.Snow will be removed with a plow attached to a tractor or a self-propelled unit, snow blower or shovel. The tractor or self-propelled unit will be restricted to paved areas. Snow will be removed from the cemetery grounds.Ice will be removed with an ice melt product. This chemical must be of the type that will not stain or damage, turf, shrubbery, trees, walkways and driveways. Using fertilizer is not acceptable.STORM DAMAGE AND DEBRIS CLEAN UP.Contractor will notify COTR immediately when a storm has taken place to apprise COTR of the cemetery’s condition. COTR will initiate action deemed necessary to pick up scattered debris, remove fallen trees, branches, limbs, twigs, leaves, etc, resulting from the effects of storm, winds, and natural falling as soon as weather permits. COTR will be notified promptly of damage to Government property from any cause such as lightening, storm, fallen trees, vandalism or pilferage. This is not normal grounds maintenance clean up. This is Storm damage and debris clean up only, and is under a separate cost in the contract.PLACEMENT OF FLAGS.1. A small flag will be placed on each gravesite not more than three (3) days prior to Memorial Day (Boy Scouts and other volunteer organizations may assist the Contractor) and will be removed on the first workday following Memorial Day, weather permitting. 2. Contractor will cull damaged, deteriorated, and/or unsightly gravesite flags and notify Camp Nelson NC of how many flags will be needed for the following Memorial Day. This is mandatory.3. Flags will be counted, bundled into bundles of 10 and placed back in storage, if dry. Contractor must take care when bundling flags for storage. If flags are damaged due to improper bundling and storage, contractor will be responsible for the replacement of flags. 4. The Government will furnish flags and storage space for the flags. .1.On Memorial Day, the Contractor shall furnish the following services:A.The United States Flag will be flown at half-staff from 8:00 a.m. until 12 noon, when it will be raised to full staff.B.The Avenue of Flags (if flown) will be in place by 8:00 a.m. on Memorial Day and removed by 7:00 p.m. the same day unless authorized to remain over week- end, if in conjunction with Memorial Day, by Director of Camp Nelson National Cemetery.2.On Veteran’s Day, the Contractor shall perform the following service:The Avenue of Flags (if flown) will be in place by 8:00 a.m. on Veteran’s Day and removed by 7:00 p.m. the same day.FACILITY MAINTENANCE.Contractor is required to keep maintenance building and yard in clean condition at all times. Equipment only will be stored in maintenance yard or building. NO DISCUSSION!All materials, needed for operations will NOT be stored in maintenance yard or building. Public Restrooms are to be cleaned, twice daily, and once on Saturday and Sunday. Restrooms are to be checked every 2 hours for cleanliness, and maintained at the single weekly cost. CONTRACTOR CONDUCT AND OTHER RESPONSIBILITIES.Contractor personnel shall be required to adhere to the following standards of dress and conduct while performing work in the’ national cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Section 218. In addition to the technical specifications and items listed elsewhere in this contract, the Contractor is responsible for the following:Ensuring that no contract work causes any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. The Contractor’s site manager is solely responsible for staying abreast of all such upcoming events - as well as being aware of routine visitors, next-of-kin, and tourists. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided the day prior to the service, if possible. The site manager shall communicate not less than daily with the COTR, to ask questions and ensure he or she understands the off-limit areas - which will vary, depending upon the event. The site manager can thus assign tasks accordingly throughout the rest of the cemetery - so that productive use of labor and equipment is assured, and down-time is avoided.If the Contractor fails to re-direct employees away from an event in a timely fashion, COTR may then do so. As a general rule-of-thumb, work involving power equipment should not take place within 250 feet of an on-going funeral or ceremony.B.On Friday, before 4pm, each week, a list will be provided to the COTR, on what the contractor plans to accomplish, and when for the coming week. 1. A list of tasks accomplished in the past week is due every Monday morning, before 9 AM, at Camp Nelson National Cemetery’s office.C. Damage to Government property: At the Government’s discretion, the Contractor shall either repair or replace the property, or reimburse the Government for the property damage. The Contractor shall be aware that Government property, beyond standard structures and equipment, includes headstones, monuments, trees, beds, and turf (e.g. - wounded trees or scalped turf, as well as headstones, shall be repaired or replaced.).D.Responsible for mandating ban on alcohol and drugs- their sale and usage (or the effects of their usage) by any Contractor employee.E.Contractor personnel shall be fully clothed at all times, to include an upper garment to cover body from waist to neck and long pants or slacks. T-shirts and/or tank tops as outer garments are prohibited, as are any garments which have a message or slogan affixed thereto. Contractor personnel must maintain a neat and professional appearance throughout the workforce, vehicles, equipment, and staging areas. Matching uniforms (pants and shirt, plus jacket in the cool season) for all employees are required- in addition to any and all state and federally mandated protective gear.F.Ensuring all employees behave with appropriate decorum, courtesy, and respect while within the cemetery, its perimeter and/or entrance. Shouting, loud talking, cursing, angry outbursts, sleeping, intoxication, unsafe driving of private or company vehicles, and violence or criminal acts of any kind will not be tolerated and is cause for immediate ‘removal’ from the cemetery by the local law enforcement agency. Violence of any nature is to be reported to the COTR immediately. G.Ensuring all motor vehicles meet State of Kentucky inspection, safety, licensing, registration, and insurance requirements, and that state and federal requirements (Department of Transportation) for transport of hazardous materials are met.H.Disposal of all materials collected or utilized in this contract shall be the responsibility of the contractor. Disposal means removal from Cemetery property daily. Materials to be removed includes - but is not limited to - leaves, grass clippings, excavated subsoil, excavated stones, branches, trash and debris, floral and other gravesite decorations, empty pesticide and fertilizer containers, any other containers, and any trash and debris personally generated by the contractor. a. Disposal shall be daily. b. Nothing shall be stored in the maintenance yard or building except equipment. For example: Boarding material, dirt, sand, gravel, will not be stored at cemetery. Trash, wilted flowers, etc. will be disposed of daily. Materials will be brought to cemetery when being used and removed at the end of the day.c. Headstones that are to be installed or destroyed (waiting for pick up by CNNC personnel) would be the only exception.CONTRACTOR COMPLIANCE.It shall be the contractor’s responsibility to fully comply with all applicable Federal, State, and Local Laws/Regulations/Licensing requirements, etc., in the performance of this contract.WORK HOURS.Contractor will be required to have appropriate personnel for the required task(s) during the hours of 8:00a.m. - 4:30 p.m., and beyond if required, federal holidays included, if required, in order to fulfill contract obligations, and maintain cemetery grounds and perform interments, in the tradition of the high standards of the National Cemetery Administration.The Contractor shall work whenever necessary for obtaining access to all work areas (including weekends).Limitations: Work may not begin before the Cemetery opens to the public (sun up to sun down), and may not extend beyond the time it closes. AFTER HOURS CONTACTS/EMERGENCY NOTIFICATIONS.Within seven (7) calendar days of receipt of contract award documents, the contractor shall provide the contracting officer with a point-of-contact and telephone number that the contracting officer, cemetery director and COTR may use to contact the contractor during the contractor’s non-duty hours in the event circumstances warrant and necessitate making such contact. The contractor shall provide the contracting officer, cemetery director and contracting officer’s technical representative, with updated information in the event the point-of-contact, telephone number, method of contact, etc., changes during the course of this contract. Communication with the COTR is strongly advised.LABOR FORCE AND EQUIPMENT.Contract Staffing Requirements: Contractor will supply a minimum of two (2) full time employees, dedicated to the cemetery, Monday- Friday, 5 days per week, minimum 8 Hrs per day(minimum hours should be between 8-4:30 PM), supplemented w/ additional employees in order to accomplish ALL CLIN items successfully. The Contractor shall be aware of the intensive labor and equipment requirements. Inclement weather is not an excuse for not meeting specifications, other than for tilling and slit-seeding operations. The Contractor is expected to use any additional resources necessary to meet or return to specified work requirements and time frames- after an event such as Memorial Day (when cemetery provided flags are set in front of each grave- See Placement of Flags- or after grounds dry-out following an exceptional precipitation). In addition, the Contractor shall use small utility vehicle and/or walk-behind, manual application methods when making turf applications in any Specialty Area- so that damage to Government property does not occur. Similar judgment in equipment selection shall also be used in General Areas. Equipment selection shall be approved by the COTR. Equipment must be in excellent shape esthetically and mechanically in order to provide a dignified and honorable appearance while representing the Department of VA, and meet the need of a cemetery, not a construction site.AGRONOMIC PROTOCOLSNATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol #1___________________________________________Turf grass Re-Establishment on Sunken Gravesites or Initial Establishment on Newly Filled Graves.Operational ProceduresSituation Specifics: Individual or a limited number of gravesites have settled over time and created an unsatisfactory appearance and maintenance situation. The extent of the problem does not warrant the total renovation of an entire burial section.Procedures: Determine the approximate volume of topsoil required to raise the sunken gravesites or fill the newly dug graves to the desired levels. Procure high quality topsoil of similar characteristics and texture to that already present on the site. Allow sufficient excess material to account for forced settling and compacting of the raised or filled gravesites.Determine if the existing turf grass stand on each gravesite to be raised is of adequate quality and species composition to warrant its retention. If not, spray those gravesites with Round Up Pro herbicide at the maximum label recommended rate for the complete elimination of perennial grasses and weeds. Allow 7 days to elapse for the herbicide to circulate throughout all plant parts. Fill gravesite to final settled and compacted level in conformance with the surrounding area.Apply a standard turf grass starter fertilizer such as a 12-25-10 at 6 to 8 lbs. per 1000 sq.ft. on each filled gravesite. Spread selected seed mixture at the recommended seeding rate for the turf grass species being used. On small individual areas such as gravesites, hand spreading of the seed is the most efficient method to use. ( See Turf grass Re-Establishment Protocol for recommended turf grass seed mixtures. )Lightly rake seed into the top 0.5 inch of topsoil. Roll area with standard turf grass roller half full of water to firm the soil around the seed.Mulch: Apply clean weed free straw-matting, S-150, and carefully remove it following satisfactory turf grass cover. Although expensive compared to straw, it can be reused, is weed free, and quite effective for small projects.Irrigate area routinely and as required to ensure satisfactory and complete seed germination and turf grass cover of each gravesite.Begin mowing emerged turf grass seedlings when they reach 4.0 inches in height. Mow as required at desired maintenance height of 3.5 inches never removing more than 1/3 of the total leaf surface.Continue irrigation and mowing until the seedling turf grass is well established and ready to persist on the routine maintenance regime of the remainder of the NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 2 __________________________________________Turf grass Re-Establishment in Areas Designated for Total RenovationOperational ProceduresSituation Specifics: Burial section(s) requires a complete replacement of the existing turf grass cover. This may be due to the need for extensive headstone raising and realignment, a general deterioration of the turf grass stand over time, extensive sunken gravesites and/or wash boarding appearance over time or any other circumstance which has rendered the turf grass stand unsatisfactory.Procedures: Collect and submit soil samples from the site several weeks prior to the intended operation to determine fertility and pH adjustment requirements.Mow target area several times removing grass clippings each time. Initial mowing in this sequence should be at normal maintenance height (i.e. 2.5 to 3 inches) and subsequent mowing 2 or 3 days apart should be at lowered height (i.e. 1.5 to 2 inches).After a minimum of two or more preparatory mowings, the entire vegetated area should be sprayed with Round Up Pro herbicide. Application rate should be the maximum label recommended rate for the complete elimination of perennial grass species and contaminant weeds. Allow 7 days to elapse for herbicide to circulate throughout all plant parts.Power rake or verticut entire treated area to loosen and facilitate removal of residual plant debris including thatch. Apply soil test recommended quantities of starter fertilizer and ground agricultural limestone. Spread evenly over entire area using any suitable broadcast application device. Roto till area to a minimum depth of 3 inches to uniformly mix fertilizer, lime, and topsoil. Grade site to achieve desired finished appearance. If this process does not achieve desired finished grade due to numerous depressions, import high quality topsoil of similar characteristics and texture to the soil already present on site. Apply sufficient topsoil to eliminate these depressions and achieve the desired finish grade.Firm finished seedbed by rolling in several directions with a standard turf grass roller filled with water.Seeding: Only Blue Tag certified seed designated as “Sod Quality” and with a satisfactory(85% minimum germination) current season germination test should be used. Ky. Bluegrass/Perennial Ryegrass75% Ky. Bluegrass (a blend of 3 regionally adapted cultivars)25% Perennial Ryegrass (a blend of 2 regionally adapted cultivars)Seeding Rate3 lbs./1000 sq.ft.C. Spread seed uniformly over entire area. Divide total seed required into two equal quantities and spread in two directions at right angles to each other. Use a broadcast seeding device that will uniformly spread the seed.D. Lightly rake (incorporate the seed) seed into the top 0.5 inch of soil. Roll area with a standard turf grass roller that is half full of water to firm the seedbed.Mulch: Apply clean weed free straw mulch at a rate of 1 to 1.5 bales per 1000 sq. ft. Spread in such a manner that approximately 25% bare ground is visible through the straw and any excess can be easily removed following satisfactory turf grass cover.Irrigate area routinely and as required to ensure complete and satisfactory seed germination and turf grass cover of the site.Begin mowing emerged turf grass seedlings when they reach 3.5 to 4.0 inches in height. Mow as required at desired maintenance height of 2.5 to 3.0 inches never removing more than 1/3 of the total leaf surface.Continue mowing and irrigation until complete cover of turf grass satisfactory to the MSN IV Agronomist has been achieved and final inspection approval granted. NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 3 __________________________________________General Turf grass Maintenance OperationsSituation Specifics: The daily maintenance of the established turf grass portion of the grounds occupied by a national cemetery should be consistent with commonly recognized best practices designed to provide the highest quality turf grass possible with a modest expenditure of operating capital.Procedures: Mowing, fertilization, irrigation, general pest control, aerification and thatch removal are the maintenance operations routinely required to achieve a high quality stand of turf grass.Mowing: It is important to remember that mowing turf grasses always represents a stress to the turf grass plants. They are able to tolerate this constant defoliation because of their subapical meristems and unique ability to increase their density below the mowing height. The commonly used turf grass species can produce a healthy dense stand of turf when routinely mowed at a height and frequency best suited to the specific growth characteristics of each type. Turf grass species best adapted to the climatic conditions that exist in MSN IV fall in the cool season turf grass category. Those best suited to the cultural practices most appropriate in a cemetery include Kentucky Bluegrass, Tall Fescue and Perennial Ryegrass. The fine fescues as a general rule are not recommended for use in MSN IV. The following aspects of maintenance mowing of cemetery turf grass should be practiced:Keep mower blades sharp at all times. Rotary mowers are the standard equipment to be used.Never remove more than 1/3 of the total leaf surface in a single mowing.Alternate the direction of mowing where possible.Do not remove clippings as a routine practice. This should only be done if mowing interval has been lengthened due to uncontrollable environmental factors and excess clippings result.Maintain a height of cut of 3.5 inches.Fertilization: Soil testing prior to the establishment of a new stand of turf grass is the best method for determining the general nutrient and pH status of the soil at the site. Applications made in conjunction with the establishment process are intended to be responsive to the soil test recommendations. Subsequent maintenance applications are based on generally recognized turf nutritional requirements and additional soil testing is only recommended once every 3 to 5 years. Application of an appropriate quantity of essential plant nutrients is one of the most frequently abused turf grass maintenance practices. The timing of these applications is also often inappropriate. A common misconception involves the initial spring application. This application should be delayed until weeks after spring green-up and the normal strong flush of growth that accompanies it. The exact timing of this first seasonal application will vary by location, the age of the turf grass stand, the general health and vigor of the turf, and the environmental conditions to which it has been exposed during the past winter and current spring. Even in the Southern most areas of MSN IV, the first application in the spring should not occur before May 1. Fertilization during the warm/hot temperatures of summer should also be generally avoided. In recent years, it has been determined that cool season turf grass species benefit substantially from a late fall application of fertilizer, particularly nitrogen. This application is generally made following the last mowing of the season.Conventional wisdom states that established stands of turf grass utilize the essential basic plant nutrients; nitrogen, phosphorus, and potassium in a ratio of approximately 4:1:2. With this in mind, fertilizers with an analysis that approximates this ratio, such as a 24-6-12 or 30-7-15, should be selected for general maintenance fertilization. The following fertilizer regime represents a seasonal program suitable for the turf grass growing in the cemeteries of MSN IV. Slight variations in application timing will occur across the north to south latitude range of the region. A mid point across the region such as Indianapolis, Dayton, and Quincy was chosen for the application times listed. Application # 1 --- May 1 --- 24-6-12 at 2 to 3 lb per 1000 sq.ft. Application # 2 --- June 1 --- 24-6-12 at 2 to 3 lb per 1000 sq.ft. Application # 3 --- August 15 --- 24-6-12 at 4 lb per 1000 sq.ft. Application # 4 --- Late Fall --- 24-6-12 at 4 to 5 lb per 1000 sq.ft. The fertilizer products selected as the standard maintenance materials for a program such as the one outlined above, should contain a minimum of 30 up to 50% of their nitrogen from controlled release sources. These sources include sulfur-coated urea, polymer coated urea, IBDU, urea formaldehyde, methylene urea, aminoureaformaldehyde, and stabilized nitrogen. (See Protocol # 4, “ Turf grass Fertilizer Selection ” for a thorough discussion of the various nitrogen sources available.) Utilization of slow release sources of nitrogen provides the turf with a more uniform feeding experience that is extended over a longer period of time.Applications of lime to established stands of turf grass are of limited value. If the soil on the site required an adjustment in its pH, it should have been made during establishment by the thorough inCOTRporation into the soil of the required quantity of ground agricultural limestone. Since Calcium and Magnesium are almost immobile in soil, surface applications of lime to established stands of turf grass are not very effective for COTRrecting a growth limiting pH problem.In addition to the three basic nutrients found in all complete fertilizer products, turf grass requires minute amounts of a number of micronutrients. These include iron, manganese, boron, copper, zinc and several others. Most soils contain adequate levels of these nutrients to meet turf grass needs. An occasional application of a fertilizer product that contains, in addition to the basic nutrients, a micronutrient package is an acceptable practice.Irrigation: Supplemental applications of water to relieve the environmental stresses caused by periods of drought are desirable if the cemetery grounds are equipped with an irrigation system. Irrigation should only be used when moisture stress is significant enough to cause the turf grass permanent injury. At cemetery sites that do not have an irrigation capability, the turf grass will experience a period of dormancy. Cool season turf grass species have the ability to enter a state of drought-induced dormancy when prolonged periods of drought occur. During such times, all activity possible on the turf grass surface should be suspended until sufficient moisture has been received and normal growth resumes. If irrigation is available and employed, water should always be applied in sufficient quantity to wet the entire root zone of the turf grass plants, usually to a minimum depth of 6 inches. Where agronomic considerations are used to determine the best time of the day to water turf, the early morning hours are the best.Aerification: This is a process of cultivating the soil supporting a stand of turf grass that is unique in the plant world. Unlike annual crops such as COTRn and soybeans, where the soil in which they are grown can be completely plowed each season to relieve compaction and aerate the soil, turf grass is a perennial crop where that is not possible. Alternatively, the process of COTRe aeration is employed on turf grass stands for this purpose. Specialized equipment is available that removes numerous soil COTRes from 3 up to 6-inch depths as it passes across the turf grass surface. These COTRes are then removed from the site or mechanically broken apart into small pieces. The resulting holes allow improved air, water, and nutrient penetration into the turf grass canopy and root zone. Although COTRe aerification is mostly a beneficial cultural practice, it is generally not necessary more than one time per growing season on turf grass areas that are not subjected to continual heavy traffic. Athletic fields, golf course putting greens and other high traffic areas are subjected to continuous compaction pressures that require more aggressive aerification schedules. The turf grass stands at national cemeteries are not subjected to such pressures and will be more than adequately benefited by a single annual aerification. This operation should be conducted in the late summer shortly after Labor Day.Thatch Removal: Thatch is an organic layer that develops in turf grass stands above the soil and below the green tissue of the living canopy. It is composed of a combination of dead organic debris and the living roots, crowns, and stems of the grass. If allowed to accumulate for a number of growing seasons without remedial steps, thatch can have a significant negative impact on the health and vigor of the turf grass population. Judicious use of nitrogen fertilizer, fungicides and irrigation, beneficial mowing practices, and periodic aerification will greatly reduce the rate at which thatch accumulates in a stand of turf grass. A minimal thatch layer( ? inch or less ) in turf is a positive attribute. It is a good media for macro- and microorganisms, serves as a natural filter to reduce pesticide movement into groundwater, and moderates the effects of summer heat stress.Thatch prevention or minimization is the primary and preferred approach for controlling thatch in cemetery turf. The operational procedures already discussed in this protocol are designed with this as one of its goals. Adhering closely to them will greatly reduce the likelihood of thatch becoming a serious detriment to the health and vigor of the turf grass stand. If a thatch layer accumulates that requires removal, one of several mechanical approaches can be employed. Vertical mowers or power rakes are two such approaches. Both can be effective, but a vertical mower with steel blades mounted solidly to an axle tends to do a more thorough job of thatch removal with less ripping of the turf canopy. The blades of the device should be adjusted so that they barely scratch the soil surface. A thatch removal operation generally produces a significant volume of plant debris. This of course must be removed from the area. A dethatched turf grass stand will normally exhibit a major growth surge that may require more frequent mowing and possible clipping removal for a short period of time.General Pest Control: Stands of turf grass are exposed to various types of pests. Weeds and insects are the most commonly encountered on cemetery turf. Although several fungal diseases are not completely unheard of in a cemetery environment, the cultural practices being utilized are generally not conducive to significant disease occurrence. Specific protocols dealing with weed control, both pre and post emergence to germinated weeds, and general approaches to common insect problems have been developed and should be followed in these circumstances.NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 4 is not included ___________________________NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 5 ___________________________________________Selective Broadleaf Weed Control in Established Stands of Turf grassIntroduction: Conventional wisdom implies that the best way to avoid broadleaf weed encroachment in a stand of turf grass is by producing a healthy, vigorous, dense stand of the desired turf grass species. This of course is the case and the cultural practices recommended for use on NCA properties are designed with minimization of broadleaf weeds as one of their objectives. When however, this approach alone is not completely successful, other methods may become necessary.Cultural Controls: Utilization of appropriate cultural practices will greatly reduce the necessity of frequent chemical control measures. The most common cultural control technique in turf is the routine mowing (defoliation) that is practiced. Only a limited number of broadleaf weed species are able to tolerate the frequent mowing. That is the good news. The bad news is that a number of the species that can tolerate the mowing are quite competitive once established and often difficult to control with any method.Other cultural practices that have a significant impact on weed encroachment are fertilization, irrigation and aerification. Proper timing, quantity, and nutrient content of the fertilizer products used on a stand of turf grass can favor the growth of the desired turf grass species while not encouraging weed species to develop or thrive. Cool season turf grass species will benefit most with spring and fall applications of fertilizer. Summer annual weeds on the other hand would be encouraged if mid summer applications were made. Fertilizer analyses low or absent phosphorus also favor the turf grass species and not germinating weed seedlings. Established stands of perennial turf grass should be irrigated infrequently, in sufficient quantity to penetrate to a minimum soil depth of 6 inches and then allowed in dry before another irrigation in required. Irrigation that is applied in frequent light quantities will only encourage the germination of weeds seeds located near the soil surface and help them to become established. COTRe aerification should never be conducted during the spring, which is the primary germination period of most summer annual broadleaf weeds and would provide an ideal opportunity for seedling weeds to emerge in the aerification holes.Mechanical Control: Hand removal of a few isolated weeds is the obvious method of choice when the number involved is small or the species is not a particularly common turf pest and unlikely to invade in great numbers. A sharp pocketknife or suitable substitute for cutting out the offending plant(s) will discourage many casual weed invaders.Chemical Control: Occasionally it will be necessary to employ an effective broadleaf herbicide to control an infestation of unwanted weed species. The most difficult species of broadleaf weeds to deal with in turf are those that have a low spreading habit of growth and can tolerate the mowing heights commonly employed for turf grasses. Species such as clover, black medic, wild violet, ground ivy, knotweed, prostrate spurge, veronica, and chickweed are some of the most troublesome. Scattered small patches of these or other broadleaf weed species can be selectively controlled and removed by spot treating only the affected areas. Small hand held or backpack style sprayers are available that can hold 2 to 4 gallons of spray solution and have a hand held spray wand attached. It is a relatively simple task to uniformly spray the target patches of weeds without any damage to the desired turf grass species. The most common error made by an untrained user of one of these devices is to apply a significantly greater quantity of spray solution than is recommended or required for effective control. To avoid this occurrence, the spray solution should be delivered in a single pass over the target weeds so that the foliage of the weeds is uniformly wet. Do not pass the wand back and forth several times just for good measure. The proper technique should simulate the delivery from a large spray boom attached to a tractor that is driven over a large area at a constant rate of speed for treatment.Of course, if a large expanse of turf becomes infested with broadleaf weeds, larger tractor or utility cart mounted spray equipment should be employed to apply the selective herbicide. The process and herbicide employed would be the same as in spot treating but the scale is significantly larger.Herbicide Selection: Ever since the end of the Second World War, the standard for broadleaf weed control in turf has been 2,4-D or one of its close relatives in the phenoxy family of herbicides. Various two or three way combinations of this class of herbicides are still widely used. MCPP, MCPA, or 2,4-DP are the relatives most commonly included along with another newer material known as dicamba. The development of dicamba during 1960’s and its inclusion in mixtures with 2,4-D and MCPP created a minor revolution in herbicide performance. These three way combination products provided very broad-spectrum control of many of the difficult to control weed species. One of the limiting characteristics of such combinations involved the propensity of dicamba to leach downward into the soil and occasionally cause injury to woody shrubs and trees through root uptake of this molecule. This limitation does not create an insurmountable problem as reduced rate treatments and avoidance of the most potentially sensitive areas greatly reduced the likelihood of any damage. Another limitation involves its use in an ester formulation that poses volatility concerns for damage to nearby sensitive plants such as tomatoes and various flowers. Low volatile esters or amine formulations should be used under these circumstances.2,4-D and several of its woody species active relatives, 2,4.5-T and 2,4,5-TP came under increased environmental and health hazard scrutiny during and following their use in the Vietnam War. Pressures to reduce or eliminate their use resulted in the development and release during the late 1980’s and early 90’s within the industry of a new class of chemistry, the pyridines. These molecules are very effective on a range of difficult to control broadleaf weed species. Numerous new combination products based on this new chemistry are now available and widely used as replacements for 2,4-D and its relatives. Triclopyr and clopyralid sold as Turflon, Confront, Millennium and other trade names are the pyridine molecules available for use on turf grasses. As with all of the herbicide molecules discussed here, these possess excellent levels of tolerance for use on the commonly grown cool season turf grasses.Application Timing: Although these selective broadleaf herbicides can be used anytime that the target weeds are present and growing and the turf grass is mature and actively growing, there are preferential time periods that will deliver the best results. Summer annual broadleaf weeds: This category of weed species completes its life cycle in less than one year. They germinate during the spring, grow rapidly into early summer, flower and produce seed during the summer and usually die as a result of the first killing frost in the fall. If herbicide treatment is deemed necessary for summer annual species, it should be completed well before the plants have a chance to produce seed and contaminate the soil with a future population of offspring. Common examples of this category include, pigweed, prostrate spurge, black medic and yellow woodsorrel.Winter annual broadleaf weeds: This category of weed species also completes its life cycle in less than one year. They, however, germinate during late summer and early fall, grow rapidly through the fall, over-winter in a semi-dormant state and resume active growth the following spring, flower and produce seed and die during the warmer temperatures of summer. Treatment to control these species can be made during the initial late summer/fall growing period or the following spring prior to flowering and seed production. Common examples of this category include chickweed, henbit, Virginia pepperweed and COTRn speedwell.Perennial broadleaf weeds: This category of weed species is often the most difficult to control as they live two or more seasons and don’t need to come back from seed each year. Treatment to control perennials is best made in the early fall when plants are translocating carbohydrates downward into their root systems as storage reserves for winter survival. During this process, the applied herbicides are also translocated into the root system to facilitate a complete kill of the target weed plant. Common examples of perennials broadleaves include Canada thistle, wild carrot, ground ivy(creeping Charlie), white clover, wild violet and dandelion. NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 6 ___________________________________________Preemergence Control of Crabgrass and Other Annual Grass Weeds in Turf grassIntroduction: Crabgrass is without doubt the single most commonly recognized weed pest in established stands of cool season turf grass. Even the average homeowner with a lawn of any size is aware of this pest and has probably joined the annual battle to control it. The professional lawn care industry in the United States was built on the promise of dark green lawns free of crabgrass. The crabgrass species in question here is most likely Digitaria sanguinalis, common name, large crabgrass. There are, however, several other members of the same family that could be involved. Whether they are or not is unimportant. The control tactics discussed here are the same regardless of the actual family members involved. In addition to crabgrass, several other annual weed grass pests are often encountered across the geography of MSN IV. These include foxtail, both yellow and green, barnyardgrass, goosegrass, and annual bluegrass (Poa annua). With the exception of annual bluegrass, which is a winter annual and germinates around Labor Day, the others are summer annuals and germinate during the spring.Herbicide Selection and Factors Effecting Performance: There are a number of commercially available herbicide products that will effectively control the germinating seeds of crabgrass and other annual grass weeds listed above. The best choice for each turf grass maintenance situation can be made following consideration of a number of factors. These might include cost, formulations available, soil residual properties, turf grass species tolerance, weed efficacy spectrum and user handling and safety. It is therefore beneficial to have an understanding of the characteristics of the available choices in order to make an informed decision. The list of products from which a user can choose includes, benefin (trade name Balan), trifluralin+benefin (trade name Team and Team Pro), pendimethalin (trade name Pendulum and Pre-M), prodiamine (trade name Barricade) and dithiopyr (trade name Dimension).Four of the five products listed above belong to the same chemical family, dinitroanalines, and they clearly dominate this category of herbicide usage. Dithiopyr is the only product not a member of this family. All preemergence herbicides must however share the same basic properties in order to perform effectively. They must be soil active materials in order to kill weed seeds as they germinate, they must not be prone to soil leaching so they will remain near the soil surface where the weed seeds germinate and also so they don’t come into contact with the principle root mass of the desirable perennial turf grass species, they must possess sufficient soil residual longevity in order to remain above herbicidal activity thresholds during the primary germination period of the target annual weeds but not so long they impede reseeding or over-seeding operations should those be necessary and of course, they must demonstrate a wide range of tolerance for use on all commonly grown turf grass species. It is also comforting to know that any pesticide product that has been registered for general use under the very stringent Federal and State guidelines existing today has successfully cleared all environmental, ecological, and human safety test hurdles. The user marketplace itself will determine whether a pesticide product performs well enough to be a commercial success. All of the products listed above have been in use for some time and have definitely established themselves as highly effective herbicides when properly used.Application Timing and Formulation Options: The most common error users make when applying a preemergence herbicide involves application timing. Usually, applications are made much earlier than necessary to achieve optimum performance. Crabgrass begins to germinate in the spring after soil temperatures in the top 1 to 2 inches of soil have reached 50 – 55 degrees Fahrenheit. The germination process will not begin just because there have been a few unseasonably warm days in March or April. Soil temperatures are slow to warm in the spring. If the soils have been more moist than normal the warming process will be even slower. Water is a very poor conductor of heat. If the herbicide is applied 4 to 6 weeks before germination begins, you will be wasting a significant percentage of the active ingredient, as it begins to degrade in the soil as soon as it is applied. Ideally, application should be timed one to two weeks prior to the onset of germination. It is also critical however, that the application not be delayed until after germination. Although all of these herbicides will control a recently emerged one to two-leaf stage crabgrass plant, they should not be counted on to reach back any further than that. Bottom line -- Don’t rely on artificial signals or old wives tales such as when the forsythia blooms. Buy several inexpensive soil thermometers, place them at strategic locations around the property at a soil depth of 2 inches and let science be your guide. When they reCOTRd in excess of 50 degrees during mid afternoon for 3 to 4 consecutive days, make your application.All of these products are commercially available from numerous sources and in several different formulations. They can be purchased in several sprayable formulations, true liquids, wettable powders, flowables or dry flowables. Uniform application to the target area is of course essential. Generally speaking, most users will find that a granular or fertilizer combination formulation is easier to apply. Standard fertilizer spreading equipment will do the job efficiently and with less likelihood of error than with a spraying procedure. Fertilizer combination products that have the selected herbicide impregnated on them have become very popular. This approach kills two birds with one stone as they say. It is also easier to uniformly spread the higher volume of product recommended with a fertilizer combination than with a straight granular formulation of the herbicide alone.In general, a single properly timed application of one the herbicides discussed will control in excess of 90% of any annual weed grass seeds that germinate during a normal spring season across MSN IV. Although it is a common practice among many professional lawn care companies and high dollar golf courses to make two sequential crabgrass control applications to ensure total full season control, this practice is not deemed appropriate or necessary on MSN IV cemetery properties.NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 7 ___________________________________________Introduction: Landscape planting beds containing various plant materials including woody shrubs, ground covers, perennial and annual flowering plants, trees and bedding plants are an integral part of the landscape environment at many NCA properties. Keeping these areas free of unwanted vegetation can become a very labor and time intensive process. Simple replacement or replenishment of the various mulching materials used in these planting areas will not prevent or eliminate the encroachment of unwanted vegetation. Such vegetation is most often the result of weed seeds germinating and emerging from the soil below or from within the mulch itself. It is also possible that the turf grass species surrounding these plant beds has spread by vegetative growth structures (rhizomes most likely) into the bed. Regardless of the source, this unwanted vegetation must be prevented or eliminated to maintain the desired appearance of the cemetery landscape. Some manual labor will always be required to properly maintain these beds, but the availability of several exceptionally effective chemical tools should greatly reduce the cost and labor required.Preventative Control of Annual Weed Invasion: Newly established landscape planting beds or existing beds that have been cleaned of all unwanted vegetation and re-mulched should be routinely treated with a preemergence herbicide. Several exceptional materials are now available and fully registered for this use. These products control annual or perennial, for that matter, seeds as they germinate. The new herbicides not only control annual grassy weeds such as crabgrass and foxtail but also a very broad spectrum of annual broadleaf weeds. They can be applied to the soil prior to the addition of mulch in a newly established planting, prior to adding fresh mulch on an already existing bed or overtop of existing mulch in a bed where no addition of mulch is planned. As with all preemergence herbicides, application must occur no less than one to two weeks prior to the anticipated germination of the weed seeds. Precise timing across the north to south latitudes encompassed in MSN IV will vary. Personal experience or recommendations from local cooperative extension authorities can provide the best application timing information for any location. Remember, soil temperature not air temperature is the primary factor influencing the timing of weed seed germination.Herbicide Selection: The products most effective for the uses described above contain one of several dinitroanaline herbicides, oryzalin (trade name Surflan), trifluralin (trade name Treflan) or pendimethalin (trade name Pendulum) combined with a newer class of material known as isoxaben (trade name Gallery). Several pre-formulated products are also available that combine these materials. They are sold under the family trade name Snapshot. Both a sprayable and a granular formulation are available. The sprayable version combines oryzalin and isoxaben as Snapshot DF and the granular version combines trifluralin and isoxaben as Snapshot TG. Of course, the individual components of the sprayable combination can be purchased separately and tank mixed for application by the end user. Elimination of Existing Unwanted Vegetation: The removal of emerged and growing weed species can be accomplished mechanically if that approach is deemed satisfactory. The more common approach however has been through the use of the nonselective total vegetation control herbicide, glyphosate (trade name Round Up). Glyphosate has become the standard for the removal of unwanted vegetation in all categories of vegetation control environments. Although it is nonselective (it kills any green plant tissue that it contacts), it has the unique characteristic of immediate degradation upon contact with soil surfaces and therefore has no residual carryover effect that could damage subsequent planting into a treated site. It is almost certain that every cemetery within the NCA system is familiar with glyphosate and is using it for some vegetation control purposes. What should be added to this practice, when glyphosate is used in landscape planting beds is the tank mix addition of one of the preemergence herbicides discussed above. When glyphosate is used alone, it will only control emerged weed species. Seeds lying in the soil that may germinate later will not be controlled. It is therefore prudent to always mix one of these herbicides with glyphosate when treating a landscape planting bed. Of the products identified above, oryzalin and pendimethalin are the most frequently used materials. Both are broadly labeled for use on ornamentals and possess broad-spectrum weed efficacy.It is important to note that the dinitroanaline herbicides discussed here all possess chemical properties that make them very strong dyes. The active ingredient within all formulations of these herbicides will impart a yellow to bright orange coloration. When they are mixed with water and sprayed, the spray solution will stain any surface that it contacts. Care must therefore be taken to avoid contacting any surface other than the actual target area. On the positive side however, this same characteristic enables the operators to more readily see exactly where they have already sprayed. NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 8 ___________________________________________Elimination of White Grubs in Established Stands of Turf grassIntroduction: The insect pests commonly referred too as “grubs” are technically the immature larval stage of several different species of beetles. They damage turf grass stands as they feed on the roots of grass during their periods of active growth. This can occur during the spring and the fall and depends on which of the several species of beetle larvae are present in the soil. As a group, white grubs include the immature larval stages of Japanese beetle, European chafer, northern masked chafer, southern masked chafer, Oriental beetle and Asiatic garden beetle. In general, these species complete their life cycle in one year. Adults emerge from the soil, eggs are laid on or beneath the soil surface, hatch, and the larvae feed on the roots of turf grass during its growing season, potentially causing extensive damage. Another group of white grub species complete their life cycle in 2 or 3 years and are the immature stage of the beetles referred to as May beetles or “June bugs”. In the geography encompassed by MSN IV, Japanese beetles, May beetles, or one of the chafers are the most likely culprits to be encountered. With the insecticides available today for the elimination of these pests however, it makes little or no difference which specific species is present. The recommended products will control them all.Control Strategies: The first step in developing an effective control strategy for these common insect pests, is determining whether the soil population of larvae is sufficiently large to warrant application of an insecticide. The presence of a few larvae per square foot does not constitute a population level high enough to cause significant turf grass damage. At what level does this occur? The answer to this question varies with the nature of the turf grass area. Golf courses would tolerate higher populations in their roughs than in their close cut fairways or putting greens. The turf in the cemeteries of MSN IV can also tolerate higher white grub populations than a golf course fairway. Generally however, a white grub population in excess of 12 to 15 per sq. ft. would warrant an insecticide treatment. Periodic population counts should be made in areas with a history of previous grub damage, turf grass bordering wooded areas where high levels of adult beetle activity have been observed, areas where turf grass injury symptoms appear, in areas where significant mole activity is observed or where skunks or raccoons are seen digging up the turf in search of food. Counts are best conducted by laying back a section of sod that has been sliced on three sides to expose the soil surface at the root soil interface of the turf grass. This is best timed in late May or September when beetle larvae are most likely to be actively feeding near the soil surface. In order to get a more thorough accounting of all grubs in the area, prepare a solution of sudsy water and pour it over the entire exposed soil surface. This will drive any grubs not fully visible out of hiding and onto the soil surface. Recommended Insecticide Treatments: Two approaches for the control of white grubs are in general use by turf grass managers. The more common employs a moderately residual insecticide applied in a preemptive manner during the spring feeding period. This treatment will control grubs actively feeding then as well as exhibit sufficient soil residual activity to control any larvae that surface for feeding in late August through September. Two newer molecules are being widely used in this approach. Imidacloprid (Trade name Merit) and halofenozide (Trade name Mach 2) are both highly effective for controlling white grubs when used in this manner. Of course, application of these two products can also be made in late summer prior to the heavy fall feeding period of newly hatched beetle larvae. In situations where white grub populations have progressed beyond reasonable expectations of control from Merit or Mach 2 and a rescue treatment is warranted, the choice is trichlorfon (Trade names Dylox and Proxol). Trichlorfon is an organophosphate insecticide and as such should be handled with care to avoid any exposure to applicators or others. Of course as with all pesticides, proper storage, safe handling and application procedures must be adhered to at all times.It is suggested that annual monitoring for white grub population levels become a routine part of the turf grass maintenance operation at every MSN IV cemetery property. Detecting and treating when populations warrant will prevent a serious build up to potentially damaging levels. NATIONAL CEMETERY ADMINISTRATIONMSN IVAgronomic Protocol # 9 ___________________________________________Dormant Overseeding to Fill Voids in Turf grass CoverIntroduction: Turf grass stands can have gaps or voids in their complete coverage of an area resulting from disease or insect damage, drought stress, winter injury or from a failure of the original establishment seeding to achieve complete cover. There are a number of approaches that can be initiated to COTRrect the problem and fill these void areas. Most involve a significant disturbance of the turf grass stand to prepare the soil in the void area to properly receive newly spread seed. It is essential during any turf grass reseeding procedure that intimate contact between the new seed and the existing soil be established. The following procedure takes advantage of mother natures’ activity to create that contact while eliminating any mechanical disturbance of the soil and the existing stand of turf.Environmental Conditions and Timing: This procedure has very specific environmental requirements to be successful and therefore will not always be feasible. The turf grass area to be reseeded must be fully exposed (not covered with snow) to the elements, it must then be subjected to a heavy frost during one of the early morning days of late winter and the soil within the void areas becomes honeycombed. Under this set of circumstances, turf grass seed that is broadcast over a dormant stand of turf with numerous voids will fall largely into the honeycombed pockets created by the frost. As the soil then warms over time, the soil surrounding these seeds spreads out to engulf and capture the seed. This creates the intimate seed to soil contact essential for successful turf grass seed germination and survival. This seed will obviously not begin to germinate until soil temperatures have warmed sufficiently. This will most likely not occur for a number of weeks following the actual date of seeding. There is no problem with this delay. In fact, the reality is that even with this delay the seed will generally germinate earlier than would have occurred had a more traditional approach of mechanically preparing the soil during early spring and then reseeding been undertaken. Although a precise date for this dormant seeding technique cannot be established, it will most likely occur during the last half of March or very early April in more northern areas. Of course, it is essential that if this approach is planned, the supplies and equipment required must be on hand and ready for immediate implementation when the environmental conditions occur. If they never materialize, a reversion to the more traditional reseeding technique can be initiated. SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies(or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through or by calling 1-888-227-2423 or 269-961-5757.(End of Clause)ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:C.2 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through September 30, 2017. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)C.3 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of $50,000 (2) Any order for a combination of items in excess of $100,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause)C.4 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2017.(End of Clause)C.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.(End of Clause)C.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2017.(End of Clause)C.7 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (JUL 2012)(a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless—(1) The product cannot be acquired—(i) Competitively within a time frame providing for compliance with the contract performance schedule;(ii) Meeting contract performance requirements; or(iii) At a reasonable price.(2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following:(i) Spacecraft system and launch support equipment.(ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions.(b) Information about this requirement and these products is available at .(c) In the performance of this contract, the Contractor shall—(1) Report to the environmental point of contract identified in paragraph (d) of this clause, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30;(2) Submit this report not later than—(i) October 31 of each year during contract performance; and(ii) At the end of contract performance; and(3) Contact the environmental point of contact to obtain the preferred submittal format, if that format is not specified in this contract.(d) The environmental point of contact for this contract is: Contracting Officer Representative (COR) at the time. Call 859-885-5727. In addition, the Contracting Officer may include the agency Web site for reporting.(End of clause)`C.8 52.223-10 WASTE REDUCTION PROGRAM (MAY 2011) (a) Definitions. As used in this clause-- "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of section 3(e) of Executive Order 13423, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247).(End of Clause)C.9 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective-- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)C.10 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause)C.11 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)C.12 52.233-1 DISPUTES (JUL 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). (b) Except as provided in the Act, all disputes arising under or related to this contract shall be resolved under this clause. (c) "Claim," as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $100,000 or less, the contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer's decision shall be final unless the contractor appeals or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in (FAR) 48 CFR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the ACT, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer.(End of Clause)C.13 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) ALTERNATE I (APR 1984) (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed.(End of Clause)C.14 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (a) Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default.(End of Clause)C.15 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.16 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.17 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)C.18 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Kentucky. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)C.19 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) The contractor agrees to provide all services specified in this contract for any person determined eligible by the Department of Veterans Affairs, regardless of the race, color, religion, sex, or national origin of the person for whom such services are ordered. The contractor further warrants that he/she will not resort to subcontracting as a means of circumventing this provision.(End of Provision)C.20 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at .(End of Clause)C.21 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): (End of Clause)FAR NumberTitleDate52.203-3GRATUITIES APR 1984 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPERMAY 201152.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNELJAN 201152.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION, WITH ALTERNATE IMAY 201152.223-17AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMSMAY 200852.232-17INTERESTOCT 201052.232-18AVAILABILITY OF FUNDSAPR 198452.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFERMAY 199952.237-2PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATIONAPR 198452.242-13BANKRUPTCYJUL 199552.242-15STOP-WORK ORDERAUG 198952.246-16RESPONSIBILTY FOR SUPPLIESAPR 198452.249-8DEFUALT (FIXED PRICE SUPPLY AND SERVICE)APR 1984852.273-75SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCESINTERIM-OCT 2008(End of Addendum to 52.212-4)C.22 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). [X] (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) (41 U.S.C. 2313). [] (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). [] (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (11) [Reserved] [] (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). [] (15)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (JUL 2010) of 52.219-9. [] (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [X] (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (18) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (20) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (21) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C 632(a)(2)). [] (24) 52.219–29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2012) (15 U.S.C. 637(m)). [] (25) 52.219–30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012) (15 U.S.C. 637(m)). [X] (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (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.) [X] (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). [] (ii) Alternate I (MAR 2012) of 52.225-3. [] (iii) Alternate II (MAR 2012) of 52.225-3. [] (iv) Alternate III (MAR 2012) of 52.225-3. [] (41) 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [] (49) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [] (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits Grounds Maintenance Worker WG-3 $13.58 Ground Maintenance Worker WG-5 $15.84 Ground Maintenance Supervisor / Forman WS-7 $24.86 [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [] (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [X] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JUL 2012) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS4.1 - ATTACHMENT A Wage Determination 2005-2221- Revision 13, dated 06/13/2012 (10 pages) ATTACHMENT BBusiness Management Questionnaire (2 pages)4.1 ATTACHMENT A - WAGE DETERMINATIONWD 05-2221 (Rev.-13) was first posted on on 06/19/2012************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2221Diane C. Koplewski Division of | Revision No.: 13Director Wage Determinations| Date Of Revision: 06/13/2012_______________________________________|____________________________________________State: KentuckyArea: Kentucky Counties of Anderson, Bath, Bell, Bourbon, Boyle, Breathitt,Casey, Clark, Clay, Estill, Fayette, Fleming, Franklin, Garrard, Green, Harlan, Harrison, Jackson, Jessamine, Knott, Knox, Laurel, Lee, Leslie, Letcher,Lincoln, Madison, Marion, McCreary, Menifee, Mercer, Montgomery, Morgan,Nicholas, Owen, Owsley, Perry, Powell, Pulaski, Robertson, Rockcastle, Rowan,Scott, Taylor, Washington, Wayne, Whitley, Wolfe, Woodford____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.45 01012 - Accounting Clerk II 13.97 01013 - Accounting Clerk III 15.63 01020 - Administrative Assistant 19.21 01040 - Court Reporter 14.47 01051 - Data Entry Operator I 10.55 01052 - Data Entry Operator II 11.51 01060 - Dispatcher, Motor Vehicle 14.01 01070 - Document Preparation Clerk 11.63 01090 - Duplicating Machine Operator 11.63 01111 - General Clerk I 10.52 01112 - General Clerk II 11.49 01113 - General Clerk III 12.89 01120 - Housing Referral Assistant 16.14 01141 - Messenger Courier 10.23 01191 - Order Clerk I 11.88 01192 - Order Clerk II 12.97 01261 - Personnel Assistant (Employment) I 14.52 01262 - Personnel Assistant (Employment) II 16.24 01263 - Personnel Assistant (Employment) III 18.11 01270 - Production Control Clerk 20.17 01280 - Receptionist 11.49 01290 - Rental Clerk 11.39 01300 - Scheduler, Maintenance 12.94 01311 - Secretary I 12.94 01312 - Secretary II 14.47 01313 - Secretary III 16.14 01320 - Service Order Dispatcher 13.40 01410 - Supply Technician 19.21 01420 - Survey Worker 13.72 01531 - Travel Clerk I 12.75 01532 - Travel Clerk II 13.39 01533 - Travel Clerk III 14.00 01611 - Word Processor I 12.59 01612 - Word Processor II 14.13 01613 - Word Processor III 15.8105000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.86 05010 - Automotive Electrician 15.46 05040 - Automotive Glass Installer 14.77 05070 - Automotive Worker 14.77 05110 - Mobile Equipment Servicer 13.43 05130 - Motor Equipment Metal Mechanic 18.22 05160 - Motor Equipment Metal Worker 14.77 05190 - Motor Vehicle Mechanic 18.22 05220 - Motor Vehicle Mechanic Helper 12.74 05250 - Motor Vehicle Upholstery Worker 14.07 05280 - Motor Vehicle Wrecker 14.77 05310 - Painter, Automotive 15.46 05340 - Radiator Repair Specialist 14.77 05370 - Tire Repairer 11.87 05400 - Transmission Repair Specialist 18.2207000 - Food Preparation And Service Occupations 07010 - Baker 11.65 07041 - Cook I 10.57 07042 - Cook II 11.65 07070 - Dishwasher 9.00 07130 - Food Service Worker 9.85 07210 - Meat Cutter 13.26 07260 - Waiter/Waitress 8.3609000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 16.79 09040 - Furniture Handler 11.90 09080 - Furniture Refinisher 16.79 09090 - Furniture Refinisher Helper 13.79 09110 - Furniture Repairer, Minor 15.38 09130 - Upholsterer 16.7911000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.59 11060 - Elevator Operator 9.59 11090 - Gardener 14.09 11122 - Housekeeping Aide 10.17 11150 - Janitor 10.17 11210 - Laborer, Grounds Maintenance 11.21 11240 - Maid or Houseman 8.71 11260 - Pruner 10.67 11270 - Tractor Operator 13.09 11330 - Trail Maintenance Worker 11.21 11360 - Window Cleaner 10.9012000 - Health Occupations 12010 - Ambulance Driver 13.71 12011 - Breath Alcohol Technician 16.50 12012 - Certified Occupational Therapist Assistant 22.14 12015 - Certified Physical Therapist Assistant 19.71 12020 - Dental Assistant 13.91 12025 - Dental Hygienist 29.85 12030 - EKG Technician 20.94 12035 - Electroneurodiagnostic Technologist 20.94 12040 - Emergency Medical Technician 13.71 12071 - Licensed Practical Nurse I 14.75 12072 - Licensed Practical Nurse II 16.49 12073 - Licensed Practical Nurse III 18.40 12100 - Medical Assistant 14.11 12130 - Medical Laboratory Technician 17.23 12160 - Medical Record Clerk 14.74 12190 - Medical Record Technician 16.83 12195 - Medical Transcriptionist 14.00 12210 - Nuclear Medicine Technologist 29.85 12221 - Nursing Assistant I 9.52 12222 - Nursing Assistant II 10.70 12223 - Nursing Assistant III 11.68 12224 - Nursing Assistant IV 13.11 12235 - Optical Dispenser 15.51 12236 - Optical Technician 13.24 12250 - Pharmacy Technician 16.21 12280 - Phlebotomist 13.11 12305 - Radiologic Technologist 21.42 12311 - Registered Nurse I 22.53 12312 - Registered Nurse II 27.56 12313 - Registered Nurse II, Specialist 27.56 12314 - Registered Nurse III 33.34 12315 - Registered Nurse III, Anesthetist 33.34 12316 - Registered Nurse IV 39.95 12317 - Scheduler (Drug and Alcohol Testing) 19.1613000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.26 13012 - Exhibits Specialist II 22.63 13013 - Exhibits Specialist III 26.68 13041 - Illustrator I 18.26 13042 - Illustrator II 22.63 13043 - Illustrator III 26.68 13047 - Librarian 25.05 13050 - Library Aide/Clerk 11.31 13054 - Library Information Technology Systems 22.63 Administrator 13058 - Library Technician 15.11 13061 - Media Specialist I 16.16 13062 - Media Specialist II 18.06 13063 - Media Specialist III 20.15 13071 - Photographer I 16.09 13072 - Photographer II 17.37 13073 - Photographer III 21.53 13074 - Photographer IV 26.33 13075 - Photographer V 31.86 13110 - Video Teleconference Technician 17.9914000 - Information Technology Occupations 14041 - Computer Operator I 14.72 14042 - Computer Operator II 16.47 14043 - Computer Operator III 18.37 14044 - Computer Operator IV 20.41 14045 - Computer Operator V 22.60 14071 - Computer Programmer I (see 1) 22.36 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 15.39 14160 - Personal Computer Support Technician 21.4215000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.30 15020 - Aircrew Training Devices Instructor (Rated) 31.82 15030 - Air Crew Training Devices Instructor (Pilot) 35.77 15050 - Computer Based Training Specialist / Instructor 26.30 15060 - Educational Technologist 25.81 15070 - Flight Instructor (Pilot) 35.77 15080 - Graphic Artist 22.34 15090 - Technical Instructor 19.54 15095 - Technical Instructor/Course Developer 23.90 15110 - Test Proctor 15.79 15120 - Tutor 15.7916000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.32 16030 - Counter Attendant 9.32 16040 - Dry Cleaner 11.96 16070 - Finisher, Flatwork, Machine 9.32 16090 - Presser, Hand 9.32 16110 - Presser, Machine, Drycleaning 9.32 16130 - Presser, Machine, Shirts 9.32 16160 - Presser, Machine, Wearing Apparel, Laundry 9.32 16190 - Sewing Machine Operator 12.70 16220 - Tailor 13.40 16250 - Washer, Machine 10.2819000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.81 19040 - Tool And Die Maker 23.7921000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.72 21030 - Material Coordinator 19.78 21040 - Material Expediter 19.78 21050 - Material Handling Laborer 13.80 21071 - Order Filler 14.18 21080 - Production Line Worker (Food Processing) 15.72 21110 - Shipping Packer 14.78 21130 - Shipping/Receiving Clerk 14.78 21140 - Store Worker I 11.57 21150 - Stock Clerk 15.12 21210 - Tools And Parts Attendant 15.72 21410 - Warehouse Specialist 15.7223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 24.71 23021 - Aircraft Mechanic I 23.53 23022 - Aircraft Mechanic II 24.71 23023 - Aircraft Mechanic III 25.94 23040 - Aircraft Mechanic Helper 18.37 23050 - Aircraft, Painter 21.24 23060 - Aircraft Servicer 20.10 23080 - Aircraft Worker 21.24 23110 - Appliance Mechanic 18.99 23120 - Bicycle Repairer 13.70 23125 - Cable Splicer 21.03 23130 - Carpenter, Maintenance 18.99 23140 - Carpet Layer 17.88 23160 - Electrician, Maintenance 19.51 23181 - Electronics Technician Maintenance I 21.87 23182 - Electronics Technician Maintenance II 23.11 23183 - Electronics Technician Maintenance III 24.26 23260 - Fabric Worker 16.88 23290 - Fire Alarm System Mechanic 19.91 23310 - Fire Extinguisher Repairer 15.71 23311 - Fuel Distribution System Mechanic 19.43 23312 - Fuel Distribution System Operator 15.43 23370 - General Maintenance Worker 17.68 23380 - Ground Support Equipment Mechanic 23.53 23381 - Ground Support Equipment Servicer 20.10 23382 - Ground Support Equipment Worker 21.24 23391 - Gunsmith I 15.71 23392 - Gunsmith II 17.88 23393 - Gunsmith III 19.91 23410 - Heating, Ventilation And Air-Conditioning 19.91 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.78 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.67 23440 - Heavy Equipment Operator 18.73 23460 - Instrument Mechanic 19.03 23465 - Laboratory/Shelter Mechanic 18.99 23470 - Laborer 11.34 23510 - Locksmith 18.99 23530 - Machinery Maintenance Mechanic 21.47 23550 - Machinist, Maintenance 19.91 23580 - Maintenance Trades Helper 14.60 23591 - Metrology Technician I 19.03 23592 - Metrology Technician II 19.86 23593 - Metrology Technician III 20.67 23640 - Millwright 25.30 23710 - Office Appliance Repairer 19.24 23760 - Painter, Maintenance 18.99 23790 - Pipefitter, Maintenance 21.87 23810 - Plumber, Maintenance 20.79 23820 - Pneudraulic Systems Mechanic 19.88 23850 - Rigger 19.91 23870 - Scale Mechanic 17.88 23890 - Sheet-Metal Worker, Maintenance 18.79 23910 - Small Engine Mechanic 17.88 23931 - Telecommunications Mechanic I 26.83 23932 - Telecommunications Mechanic II 27.90 23950 - Telephone Lineman 20.98 23960 - Welder, Combination, Maintenance 19.91 23965 - Well Driller 19.91 23970 - Woodcraft Worker 19.91 23980 - Woodworker 15.7124000 - Personal Needs Occupations 24570 - Child Care Attendant 12.09 24580 - Child Care Center Clerk 15.29 24610 - Chore Aide 9.83 24620 - Family Readiness And Support Services 13.53 Coordinator 24630 - Homemaker 18.1025000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.02 25040 - Sewage Plant Operator 18.07 25070 - Stationary Engineer 22.02 25190 - Ventilation Equipment Tender 15.14 25210 - Water Treatment Plant Operator 18.0727000 - Protective Service Occupations 27004 - Alarm Monitor 16.41 27007 - Baggage Inspector 10.17 27008 - Corrections Officer 16.58 27010 - Court Security Officer 16.65 27030 - Detection Dog Handler 15.17 27040 - Detention Officer 16.58 27070 - Firefighter 16.64 27101 - Guard I 10.17 27102 - Guard II 15.17 27131 - Police Officer I 18.00 27132 - Police Officer II 20.0028000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.60 28042 - Carnival Equipment Repairer 11.00 28043 - Carnival Equpment Worker 8.57 28210 - Gate Attendant/Gate Tender 12.50 28310 - Lifeguard 11.14 28350 - Park Attendant (Aide) 13.83 28510 - Recreation Aide/Health Facility Attendant 10.21 28515 - Recreation Specialist 14.86 28630 - Sports Official 11.14 28690 - Swimming Pool Operator 16.4629000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.69 29020 - Hatch Tender 21.69 29030 - Line Handler 21.69 29041 - Stevedore I 18.67 29042 - Stevedore II 22.5730000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 16.09 30022 - Archeological Technician II 18.00 30023 - Archeological Technician III 22.31 30030 - Cartographic Technician 22.31 30040 - Civil Engineering Technician 22.31 30061 - Drafter/CAD Operator I 16.09 30062 - Drafter/CAD Operator II 18.00 30063 - Drafter/CAD Operator III 20.08 30064 - Drafter/CAD Operator IV 24.70 30081 - Engineering Technician I 15.91 30082 - Engineering Technician II 17.49 30083 - Engineering Technician III 20.67 30084 - Engineering Technician IV 24.23 30085 - Engineering Technician V 31.34 30086 - Engineering Technician VI 35.87 30090 - Environmental Technician 20.66 30210 - Laboratory Technician 17.36 30240 - Mathematical Technician 22.31 30361 - Paralegal/Legal Assistant I 19.13 30362 - Paralegal/Legal Assistant II 26.11 30363 - Paralegal/Legal Assistant III 31.92 30364 - Paralegal/Legal Assistant IV 38.63 30390 - Photo-Optics Technician 22.31 30461 - Technical Writer I 22.15 30462 - Technical Writer II 27.11 30463 - Technical Writer III 32.79 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 20.08 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.3131000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.02 31030 - Bus Driver 17.47 31043 - Driver Courier 13.71 31260 - Parking and Lot Attendant 9.13 31290 - Shuttle Bus Driver 14.76 31310 - Taxi Driver 10.10 31361 - Truckdriver, Light 14.76 31362 - Truckdriver, Medium 18.91 31363 - Truckdriver, Heavy 19.75 31364 - Truckdriver, Tractor-Trailer 19.7599000 - Miscellaneous Occupations 99030 - Cashier 8.50 99050 - Desk Clerk 9.96 99095 - Embalmer 22.34 99251 - Laboratory Animal Caretaker I 10.32 99252 - Laboratory Animal Caretaker II 11.11 99310 - Mortician 23.25 99410 - Pest Controller 14.43 99510 - Photofinishing Worker 10.37 99710 - Recycling Laborer 12.95 99711 - Recycling Specialist 15.04 99730 - Refuse Collector 12.28 99810 - Sales Clerk 11.59 99820 - School Crossing Guard 12.18 99830 - Survey Party Chief 18.10 99831 - Surveying Aide 10.67 99832 - Surveying Technician 16.07 99840 - Vending Machine Attendant 11.52 99841 - Vending Machine Repairer 13.38 99842 - Vending Machine Repairer Helper 11.52____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, explosives, and incendiary material differential pay.** UNIFORM ALLOWANCE **If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)}Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour decision to the contractor.6) The contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.4.2 ATTACHMENT B - BUSINESS MANAGEMENT QUESTIONAIREINSTRUCTIONS: Offerors must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. (List at least three (3) no more than five (5) contracts for evaluation)(One contract reference per form, Form may be duplicated)NOTE: If you have performed any National Cemetery Administration contracts list them first.Contract Number: ___________________________________________________________Contractor (Name, Address, Zip Code & Telephone# & email address):________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Type of Contract: ______________________________________________________Contract Dollar Value: __________________________________________________Date of Award: ________________________________________________________(If not completed, provide status):Type/Extent of Subcontracting:Complexity of Product/Service:Percentage of Work completed by your company:Description of supply/Service(s) provided, location & relevancy of work:Address, Telephone Number& E-mail of the Contract Person & their position:______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Name of Bank:__________________________________________________________________Address:_______________________________________________________________________Point of Contact:________________________________________________________________Telephone:_____________________________________________________________________ (End of Section)SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) (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 an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered 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 offeror 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 offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers 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 offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. 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 preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, 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 offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (). (ii) Quick Search (). (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror'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 offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database through or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:E.2 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that - (i) The Offeror and/or any of its Principals - (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have," the offeror shall also see 52.209-7, if included in this solicitation); (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision; and (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.(End of Provision)E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision-- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via (see 52.204-7).(End of Provision)E.4 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database via . (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments-- (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by-- (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIS is automatically transferred after a waiting period of 14 calendar days, except for-- (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the nonpublic segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (End of Clause)E.5 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation.(End of Provision)E.6 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation.(End of Provision)E.7 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).(End of Provision)E.8 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012) (AUGUST 2012)This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.ENDE.9 52.233-2 SERVICE OF PROTEST (SEP 2006) 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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Iris Chen Contract Specialist Hand-Carried Address: Department of Veterans Affairs NCA Contracting Service 75 Barrett Heights Rd. Suite 309 Stafford VA 22556 Mailing Address: Department of Veterans Affairs NCA Contracting Service 75 Barrett Heights Rd. Suite 309 Stafford VA 22556 (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)E.10 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.(End of Provision)E.11 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision)E.12 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420E.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)E.14 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): (End of Provision)FAR NumberTitleDate52.223-1BIOBASED PRODUCT CERTIFICATION MAY 201252.223-4RECOVERED MATERIAL CERTIFICATION MAY 200852.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONNOV 201152.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFERMAY 1999(End of Addendum to 52.212-1)E.15 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)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 other factors considered. The Government will research information and data bases to aid in establishing contractor’s responsibility and ability to perform. The databases include, but are not limited to D&B, PPIRS, EPLS, VetBiz and SBA.The Government will be using pricing to establish a Competitive Range. Proposals outside the Competitive Range will receive no further consideration. The Government reserves the right to use any standard or acceptable method to determine the Competitive Range.Afterward, proposals will be evaluated with the relative order of importance as shown below: Past Performance:Provide at least three (3) references to include same or similar work. Business Management Questionnaire (Pages 93-95).Technical Qualifications:Experience of company in performing this type of work? Have you done/performed services for a cemetery in the past? Have you done mowing, head stone cleaning, weed eating, back filling sunken gravesites, etc in the past? Please explain. See statement of work for more information of what is needed.Qualification of Technical/key Personnel (training, experience, certifications)Sufficient Personnel/Equipment (list)Contingency PlanTransportation ArrangementsPerformance Plan:Submit a detailed performance plan to indicate how the contractor plans to meet the goals of the cemetery. (i.e. performance schedule, frequency of mowing, turf maintenance, weed eating) The contractor’s proposal will be evaluated on how well it meets the performance goals of this contract. See statement of work for more information of what is needed. Price:Include sufficient information to show price submitted is comparable to or less than published catalog prices.See statement of work for more information of what is needed. Evaluation factors will include: Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)E.16 ADDITIONAL INSTRUCTIONS TO OFFERORSFailure to submit all required documentation as required may result in your submission being determined non-responsive and removed from further consideration.Proposal Package: Offeror should submit 2 copies of their proposal package (one paper copy and one electronic copy). The proposal package should contain the following:SF-1449 with completed blocks 17a & 30(a,b & c) and fill in the DUNS, Tax I.D. and Email.Acknowledgement of any Amendments.Price Proposal for all items in the Schedule of Prices, Pages 9-15.Business Management Questionnaire Pages 93-95 Fill out and return with Proposal Package.Technical proposal (see FAR Clause 52.212-2 “Evaluation – Commercial Items” on Page 107).One copy of the technical proposal should NOT identify any of the company’s name, address or pleted FAR Provision 52.212-3 “Certifications and Representations” Pages 109-122 and indicate whether contractor has completed the annual representations and certifications electronically at Licenses, Bonding, Insurance, Resumes, etcElectronic Copy – Offerors shall submit one electronic copy on a CD. MS Word is preferred. If PDF is used, submit/save each requirement on a separate file.Proposal submission via Email is not accepted at this time.See table below to summarize how to submit a proposal.Volume FactorFile Name on CDPage LimitationsVolume I.ATechnical/Management ApproachTech.doc/pdf20Volume I.BTechnical/Management Approach- no logos, namesTech.doc/pdf20Volume IIPast PerformancePast Perf.doc/pdf6 page narrative for Prime and 6 pages each Sub.Volume IIIPricePrice.xls/pdf/docNo LimitsVolume IVRequired Licenses, Bonding, Insurance, Resumes, etcReqDocs.doc/pdfNo LimitsE.16 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (APR 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation", as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website access through . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either-- (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ___________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246-- (1) Previous contracts and compliance. The offeror represents that-- (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act--Free Trade Agreements--Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made, designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country, end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products.(End of Provision) ................
................

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

Google Online Preview   Download