FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions

Size: px
Start display at page:

Download "FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions"

Transcription

1 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions Vol. XV, No. 8 August 2014 FAC ADDRESSES SMALL BUSINESS SIZE/STATUS PROTESTS; EQUAL OPPORTUNITY FOR VETS, DISABLED Federal Acquisition Circular (FAC) consists of three rules that amend the Federal Acquisition Regulation (FAR) to: (1) implement final rules issued by the Office of Federal Contract Compliance Programs (OFCCP) in the Department of Labor (DOL) relating to equal opportunity and affirmative action for veterans and individuals with disabilities: (2) provide revised coverage for small business size and small business status protest and appeal procedures and to ensure that the FAR contains consistent and coherent protest and appeal procedures that are congruent with Small Business Administration (SBA) regulations; and (3) address the allowability of legal costs incurred by a contractor or subcontractor in response to a whistleblower protection proceeding. CONTENTS FAC Addresses Small Business Size Protests... 1 DOD Conducts DFARS Clean-Up... 5 Sexual Orientation and Gender Identity Order Issued... 9 Proposed FAR Rule on Pass-Through Contracts... 9 EDAR Update Proposed EPA Addresses IDIQ Ordering, Work Assignments NASA Implements Whistleblower Protections Prompt Payment Interest Rate Set at 2% Small Business Protests and Appeals: This finalizes the proposed rule that would update the small business size and small business status protest and appeal procedures to be consistent with the Small Business Administration s (SBA s) revisions to its regulations (see the March 2011 Federal Contracts Perspective article SBA Revises Small Business Status Protest Regulations ). The most significant of the proposed changes were the following: FAR , Size Standards, would be amended to clarify the requirements for a small business concern to be considered a nonmanufacturer. FAR , Protesting a Small Business Representation or Rerepresentation, would be amended to update and clarify the protest and appeals guidance. FAR , Determining North American Industry Classification System (NAICS) Codes and Size Standards, would be revised to clarify the selection of the appropriate NAICS code and appeal procedures. FAR , Protesting a Firm s Status as a HUBZone Small Business Concern; FAR , Protesting a Firm s Status as a Service-Disabled Veteran-Owned Small Business Concern; and FAR , Protesting a Firm s Status as an Economically

2 Disadvantaged Women-Owned Small Business Concern or Women-Owned Small Business Concern Eligible Under the WOSB Program, would be amended so they have consistent protest and appeal procedures. Two respondents submitted comments on the proposed rule, and it was determined that greater clarification regarding changes to the nonmanufacturer rule is warranted, so the revisions made to FAR pertaining to the nonmanufacturer rule have been removed. Also, additional language has been added to FAR to further clarify how a contracting officer is to select a NAICS code that best describes the principal purpose of the product or service being acquired ( Primary consideration is given to the industry descriptions in the U.S. NAICS Manual, the product or service description in the solicitation and any attachments to it, the relative value and importance of the components of the procurement making up the end item being procured, and the function of the goods or services being purchased. A procurement is usually classified according to the component which accounts for the greatest percentage of contract value. ). Finally, FAR , FAR , and FAR have been revised to provide additional guidance regarding protests of small business program status. This guidance further clarifies that the contracting officer is required to prepare a written determination documenting the decision to: (1) proceed with a contract award when the apparent successful offeror s program eligibility has been protested; and (2) not terminate a contract when award has been made to the protested contractor and SBA subsequently issues a negative program eligibility decision, or SBA s decision of negative program eligibility is upheld on appeal. For more on the proposed rule, see the April 2013 Federal Contracts Perspective article Small Business Protest Procedures Proposed. Equal Employment and Affirmative Action for Veterans and Individuals With Disabilities: This interim rule revises FAR subpart 22.13, Equal Opportunity for Veterans, and FAR subpart 22.14, Employment of Workers with Disabilities, to implement rules issued by the Office of Federal Contract Compliance Programs (OFCCP) at the Department of Labor (DOL) relating to equal opportunity and affirmative action for veterans and individuals with disabilities. The OFCCP rules updated requirements under the Vietnam Era Veterans Readjustment Assistance Act of 1974 (VEVRAA) and Section 503 of the Rehabilitation Act of 1973 (Section 503). The VEVRAA rule required contractors and subcontractors to adopt an annual benchmark either based on the national percentage of veterans in the workforce (currently 8%) or their own benchmark based on the best available data. The Section 503 rule introduced a hiring goal for contractors and subcontractors that 7% of each job group in their workforce be qualified individuals with disabilities. Also, the Section 503 rule detailed specific actions contractors must take in the areas of recruitment, training, record keeping and policy dissemination, which are similar to those that have been required to promote workplace equality for women and minorities. The following are the significant changes made by this interim rule: Vivina McVay, Editor-in Chief 2014 by Panoptic Enterprises. All rights reserved. Reproduction, photocopying, storage, or transmission by any means is prohibited by law without the express written permission of Panoptic Enterprises. Under no circumstances should the information contained in Federal Contracts Perspective be construed as legal or accounting advice. If a reader feels expert assistance is required, the services of a professional counselor should be retained. The Federal Contracts Perspective is published monthly by Panoptic Enterprises, P.O. Box 11220, Burke, VA August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 2

3 FAR subpart 22.13: FAR , Definitions, is revised to add definitions for active duty wartime or campaign badge veteran, and changes the definition of other protected veteran to protected veteran (only the definition title is changed). Paragraph (a) of FAR , Policy, is revised to address appropriate outreach and recruitment, and hiring benchmarks. FAR subpart 22.14: FAR , Policy, is revised to address appropriate outreach and recruitment, and utilization goals, as prescribed in the OFCCP s Section 503 regulations. FAR , Waivers, is revised to amends the waiver authority to be the OFCCP director, and revises the policy concerning national security waivers. The OFCCP regulations contain two revised Equal Opportunity clauses: 41 CFR , Equal Opportunity for VEVRAA Protected Veterans, which provides clarification of mandatory listing of employment openings and posting of notices, and 41 CFR , Equal Opportunity for Workers with Disabilities, which adds requirements with regard to posting in electronic format and making notices accessible to persons with disabilities. Both clauses add requirements with regard to contractor solicitations or advertisements for employees, requiring inclusion of statements that all qualified applicants will receive consideration for employment without regard to their protected veteran status or basis of disability. Paragraph (d) of both 41 CFR and 41 CFR state that it is not necessary to include the equal opportunity clause verbatim in the contract, but that the respective clause shall be made a part of the contract by reference followed by the appropriate sentence: This regulation prohibits discrimination against qualified protected veterans, and requires affirmative action by covered prime contractor and subcontractors to employ and advance in employment qualified protected veterans ; or This regulation prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by covered prime contractors and subcontractors to employ and advance in employment qualified individuals with disabilities. Therefore, FAR , Equal Opportunity for Veterans, and FAR , Equal Opportunity for Workers with Disabilities, do not repeat the entire equal opportunity clauses in the OFCCP regulations, but rather provides a citation to the applicable OFCCP clause and includes the applicable statement. The FAR clauses must be incorporated in the contract in full text, as required by the OFCCP regulations. Comments on the interim rule must be submitted no later than September 23, 2014, identified as FAC , FAR Case , by any of the following methods: (1) the Federal erulemaking Portal: (2) fax: ; or (3) mail: General Services Administration, Regulatory Secretariat (MVCB), ATTN: Ms. Flowers, 1800 F Street NW, 2nd Floor, Washington, DC For more on the OFCCP s rules, see the October 2013 Federal Contracts Perspective article Affirmative Action Goals Set for Disabled, Veteran Contractor Employees. 3 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

4 Allowability of Legal Costs for Whistleblower Proceedings: This finalizes, with changes, the interim rule that amended FAR , Costs Related to Legal and Other Proceedings, to address the allowability of legal costs incurred by a contractor or subcontractor related to a whistleblower proceeding commenced by a contractor or subcontractor employee s allegation of reprisal. The interim rule amended FAR (b) to provide that reasonable costs incurred by a contractor or subcontractor employee submitting a whistleblower complaint of reprisal in accordance with 41 USC 4712 [Contractor Employees: Protection from Reprisal for Disclosure of Certain Information] or 10 USC 2409 [Pilot Program for Enhancement of Contractor (employee) Protection from Reprisal for Disclosure of Certain Information] are unallowable if the result is in a civil or administrative proceeding...imposition of a monetary penalty, or an order issued by the agency head to the contractor or subcontractor to take corrective action under 41 USC 4712 or 10 USC One respondent submitted comments on the interim rule. The respondent noted that the interim rule, as written, effectively prohibited settlement of whistleblower claims by making related legal costs entirely unallowable if the proceeding could have led to an agency order for corrective action, with no apparent exceptions. The respondent requested that language be added to FAR (c), which addresses when the matter is resolved through consent or compromise, to provide the same treatment for whistleblower complaints as is provided in paragraph (c) for settlement of any proceeding brought by a third party under the False Claims Act in which the United States did not intervene. In response, the following is added as subparagraph (c)(2)(ii): In the event of disposition by consent or compromise of a proceeding brought by a whistleblower for alleged reprisal in accordance with 41 USC 4712 or 10 USC 2409, reasonable costs incurred by a contractor or subcontractor in connection with such a proceeding that are not otherwise unallowable by regulation or by agreement with the United States may be allowed if the contracting officer, in consultation with his or her legal advisor, determined that there was very little likelihood that the claimant would have been successful on the merits. For more on the interim rule, see the October 2013 Federal Contracts Perspective article FAC Addresses Contractor Whistleblower Issues. (EDITOR S NOTE: See the article below on National Aeronautics and Space Administration s (NASA) implementation of contractor whistleblower protection rules [ NASA Implements Whistleblower Protections ].) DOD CONDUCTS DFARS CLEAN-UP The Department of Defense (DOD) was busy during July, issuing four regulations revising the Defense FAR Supplement (DFARS), one class deviation, and two memoranda directing specific actions and providing information. In addition, DOD issued a proposed rule. Rules of the Armed Services Board of Contract Appeals (ASBCA): This finalizes, with changes, the proposed rule that would revise and reorder the ASBCA s Rules (which are DFARS Appendix A) for clarity and consistency, to reflect changes in technology, to remove contradictions and resolve ambiguities, to provide updated contact information that would allow for some electronic communication by litigants appearing before the board, and to add two August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 4

5 addenda that had not been contained in the board s rules: Equal Access to Justice Act Procedures, and Alternative Methods of Dispute Resolution. Two respondents submitted comments on the proposed rule, and in response non-substantive editorial changes consisting of minor wording and paragraph numbering changes have been made for clarity. For more on the proposed rule, see the March 2014 Federal Contracts Perspective article DOD Cranks Up DFARS Changes. Application of Certain Clauses to Acquisitions of Commercial Items: This finalizes, with an editorial change, the proposed rule that would clarify the applicability of DFARS , Use of Government-Assigned Serial Numbers, and DFARS , Wide Area WorkFlow Payment Instructions, to acquisitions of commercial items. The rule proposed adding these two clauses to the list at paragraph (f) of DFARS , Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items, and revising their clause prescriptions at DFARS , Contract Clauses, and DFARS , Contract Clauses, to require their inclusion in solicitations and contracts for acquisitions using the procedures in FAR part 12, Acquisition of Commercial Items. One respondent submitted a comment on the proposed rule but no changes were made in response to the comment. However, the numbering of the subparagraphs identifying the two clauses in DFARS (f) were revised to reflect the current DFARS. For more on the proposed rule, see the January 2014 Federal Contracts Perspective article Lots of Revisions (and Proposed Revisions) to the DFARS. Removal of Defense-Unique Domestically Nonavailable Articles List: This finalizes, without changes, the proposed rule that would remove DFARS , Nonavailable Articles, because domestic aluminum-clad steel wire is available in the United States, and DOD does not use sperm oil. Two respondents expressed support for the proposed rule, so the proposed rule is finalized without changes. For more on the proposed rule, see the January 2014 Federal Contracts Perspective article Lots of Revisions (and Proposed Revisions) to the DFARS. Use of Military Construction Funds in Countries Bordering the Arabian Sea: This interim rule amends DFARS part 236, Construction and Architect-Engineer Contracts, to implement Sections 111 and 112 of the Military Construction and Veterans Affairs, and Related Agencies Appropriations Act, 2014 (Public Law ), which revise the applicability of the preference for award to U.S. firms of military construction and architect-engineer contracts from countries bordering the Arabian Gulf to countries bordering the Arabian Sea. Since 1997, Sections 111 and 112 of the annual military construction appropriations acts have restricted use of military construction funds for acquisitions of architect-engineer services and military construction contracts to be performed in certain foreign countries that exceed certain dollar thresholds. With some exceptions, these restrictions require award to a U.S. firm or provide a preference for award to a U.S. firm. This interim rule revises DFARS , Construction in Foreign Countries, and DFARS , Restriction on Award of Overseas Architect-Engineer Contracts to Foreign Firms, to implement Sections 112 and 111, respectively, which change the restriction from countries 5 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

6 bordering the Arabian Gulf to countries bordering the Arabian Sea (i.e., India, Iran, Oman, Pakistan, Somalia, and Yemen). These restrictions apply to military construction contracts that have an estimated value greater than $1,000,000, and architect-engineer contracts that have an estimated value greater than $500,000. These thresholds are unchanged. Comments on the interim rule must be submitted no later than September 29, 2014, identified as DFARS 2014-D016, by any of the following methods: (1) the Federal erulemaking Portal: (2) (3) fax: ; or (4) mail: Defense Acquisition Regulations System, Attn: Amy Williams, OUSD(AT&L)DPAP/ DARS, Room 3B855, 3060 Defense Pentagon, Washington, DC Business Systems Compliance: This proposed rule would amend the DFARS to ensure appropriate contractor accountability for adequate contractor business systems. The introduction to the proposed rule states, Contractor business systems and internal controls are the first line of defense against waste, fraud, and abuse. Weak control systems increase the risk of unallowable and unreasonable costs on government contracts. To improve the efficiency and effectiveness of auditing contractor business systems, DOD is proposing to amend the DFARS to entrust contractors with the capability to demonstrate compliance with DFARS system criteria for contractors accounting systems, estimating systems, and material management and accounting systems (MMAS), based on contractors selfevaluations and audits by independent certified public accountants (CPAs) of their choosing. Government auditors would perform overviews of the results of contractor self-evaluations and CPA audits. These CPA audits would take place within six months following the expiration of the contractor s fiscal year and every three years thereafter. For reporting on estimating systems and MMAS, the rule would apply to solicitations and contracts with large businesses with contracts totaling more than $50,000,000. For reporting on accounting systems, the rule would apply to contractors subject to the Cost Accounting Standards (CAS) except for educational institutions, Federally Funded Research and Development Centers operated by educational institutions, and University Associated Research Centers. (EDITOR S NOTE: The CAS are in Title 48 of the Code of Federal Regulations, Chapter 99, Part 9904 [48 CFR part 9904]. They apply primarily to large contractors performing large non-commercial contracts.) The proposed rule would make the following significant changes to the DFARS: DFARS , Disclosure, Maintenance, and Review Requirements [of estimating systems], would be amended to state DOD policy is for all contractors to have acceptable estimating systems that consistently produce well-supported proposals that are acceptable as a basis for negotiation of fair and reasonable prices. It would go on to provide that the contractor is subject to the estimating system disclosure, maintenance, review, annual reporting, triennial CPA audit, and documentation requirements in the clause at [DFARS] , Cost Estimating System Requirements. In addition, the requirements and procedures for the triennial CPA audit would be added. In DFARS subpart , Contractor Business Systems, DFARS , Contractor Business System Deficiencies, would be split into two sections: paragraph (a) would become DFARS , Definitions, and the rest would become DFARS , August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 6

7 Contractor Business System Deficiencies. Both DFARS and DFARS reference DFARS , Contractor Business Systems. In DFARS subpart , Contractor Material Management and Accounting System, DFARS , Policy, would be revised to include the criteria for conducting MMAS audits. To DFARS , Procedures, would be added the requirements and procedures for conducting the triennial CPA audit. In DFARS subpart , Contractor Accounting Systems and Related Controls, a new DFARS , Procedures, would be added, which would address the requirements and procedures for the triennial CPA audit and the contracting officer s responsibilities. To DFARS , Cost Estimating System Requirements, would be added the following reporting requirements: (1) the contractor shall provide to the contracting officer and government auditor within the 6-month period following the expiration of the contractor s fiscal year, and annually thereafter, a report regarding compliance with the system criteria specified in the clause; and (2) in the first year in which the contractor is required to provide the annual report as required [above] and every three years thereafter, or more frequently if directed by the contracting officer the contractor s annual report shall include an audit report on the contractor s CPA s examination of the contractor s compliance with the system criteria specified in the clause. To DFARS , Material Management and Accounting System, would be added requirements for the CPA selection, the CPA audit plan, and the triennial CPA audit. To DFARS , Contractor Business Systems, would be added a paragraph (g), Compliance with applicable reporting and audit requirements. It would direct the contracting officer to discontinue the withholding of progress payments and performance-based payments [5% of the amounts due], and direct the contractor, in writing, to discontinue the payment withholding from billings on interim cost vouchers under this contract associated with the contracting officer s final determination, and authorize the contractor to bill for any monies previously withheld that are not also being withheld due to significant deficiencies or other noncompliance with applicable reporting and audit requirements. To DFARS , Accounting System Administration, would be added requirements for the CPA selection, the CPA audit plan, and the triennial CPA audit. Comments on the proposed rule must be submitted no later than September 15, 2014, identified as DFARS 2012-D042, by any of the following methods: (1) the Federal erulemaking Portal: (2) osd.dfars@mail.mil; (3) fax: ; or (4) mail: Defense Acquisition Regulations System, Attn: Mark Gomersall, OUSD(AT&L)DPAP/ DARS, Room 3B855, 3060 Defense Pentagon, Washington, DC Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

8 Class Deviation on Contractor Personnel Performing in U.S. Central Command Area of Responsibility: This class deviation requires the use of DFARS , Contractor Personnel Performing in the United States Central Command Area of Responsibility (DEVIATION 2014-O0018), instead of DFARS , Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States, in solicitations and contracts that will require contractor personnel to perform in the United States Central Command (USCENTCOM) Area of Responsibility (AOR). (EDITOR S NOTE: The USCENTCOM AOR consists of the following countries: Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, and Yemen.) DFARS applies to contractors when performing in a designated operational area outside the United States to support U.S. Armed Forces deployed outside the United States in: (i) contingency operations; (ii) humanitarian assistance operations; (iii) peace operations, consistent with Joint Publication ; or (iv) other military operations or military exercises, when designated by the Combatant Commander or as directed by the Secretary of Defense. DFARS (DEVIATION) applies to contractors when performing in the United States Central Command (USCENTCOM) Area of Responsibility (AOR). Otherwise, the two clauses are essentially the same. Contracting and Contractor Related Guidance for Afghanistan: This memorandum forwards a list of Key Links for DOD Contractors in Afghanistan at the behest of contractors supporting DOD in Afghanistan. Among the topics covered/links provided are: U.S. Embassy Kabul webpage DOD Foreign Clearance Guide International Security Assistance Force (ISAF) webpage Joint Contracting and Contingency Services webpage USCENTCOM Operational Contract Support webpage Defense Procurement and Acquisition Policy (DPAP) Contingency Contracting webpage Afghan Tax Information Temporary Import/Export of Government-Issued Personal Protective Equipment (PPE) The information will also be posted on the DPAP Contingency Contracting webpage at Providing Accelerated Payments to Small Business Subcontractors: DOD is re-instating the temporary practice of providing accelerated payments to all prime contractors so that they can, in turn, expedite payments to their small business subcontractors. In 2012, the Office of Management and Budget (OMB) issued a memorandum implementing the Obama administration s initiative to accelerate federal payments to prime contractors so prime contractors could expedite payments to their small business subcontractors. DOD implemented this initiative in 2012, but discontinued the practice in OMB has further extended this initiative through December 31, 2016, so DOD has decided to re-instate this practice. DOD has directed its contracting officers to continue using FAR , Providing Accelerated Payments to Small Business Subcontractors. August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 8

9 For more on the FAR implementation of OMB s 2012 memorandum, see the December 2013 Federal Contracts Perspective article FAC Adds Clause Accelerating Payments to Small Business Subcontractors. SEXUAL ORIENTATION AND GENDER IDENTITY ORDER ISSUED President Obama has issued Executive Order 13672, Equal Employment Opportunity Amendments Regarding Sexual Orientation and Gender Identity, which prohibits federal contractors from discriminating against lesbian, gay, bisexual, and transgender (LGBT) employees, and prohibits discrimination based on gender identity in federal employment. The president decided to take this action because Congress failed to pass the Employment Non-Discrimination Act and 32 states do not have laws explicitly protecting LGBT workers from being fired because of their sexual orientation or gender identity. The executive order amends two earlier executive orders: Executive Order 11246, Equal Employment Opportunity, September 24, 1965, which prohibits federal contractors from discriminating against any employee or applicant for employment because of race, creed, color, or national origin. Executive Order adds sexual orientation and gender identify to the list of protected categories. (EDITOR S NOTE: Executive Order is implemented in FAR subpart 22.8, Equal Employment Opportunity, and the corresponding clause FAR , Equal Opportunity.) Executive Order 11478, Equal Employment Opportunity in the Federal Government, August 8, 1969, which bars discrimination against federal employees on the basis of race, color, religion, sex, national origin, handicap, and age. Executive Order 13087, Further Amendment to Executive Order 11478, May 28, 1998, added sexual orientation to the list of protected categories. Executive Order further amends Executive Order to add gender identify to the list. There is no exemption provided for federal contractors with religious affiliations, as had been urged by religious leaders. The executive order directs the Secretary of Labor to prepare regulations implementing the requirements of the executive order within 90 days (that is, by October 20, 2014). This order shall become effective immediately, and shall apply to contracts entered into on or after the effective date of the rules promulgated by the Department of Labor PROPOSED FAR RULE ON PASS-THROUGH CONTRACTS To implement Section 802 of the National Defense Authorization Act of Fiscal Year 2013 (Public Law ), which provides additional requirements relative to the review and justification of pass-through contracts, the FAR Council is proposing to amend FAR , Proposal Analysis Techniques, to add these requirements. When an offeror for a contract, task order, or delivery order informs the agency, in accordance with FAR , Limitations on Pass-Through Charges Identification of 9 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

10 Subcontract Effort, of its intention to award subcontracts for more than 70% of the total cost of work to be performed under the contract, task order, or delivery order, Section 802 requires contracting officer to (1) consider the availability of alternative contract vehicles and the feasibility of contracting directly with a subcontractor or subcontractors that will perform the bulk of the work; (2) make a written determination that the contracting approach selected is in the best interest of the government; and (3) document the basis for such determination. Therefore, paragraph (h) would be added to FAR to implement these statutory requirements. However, Section 1615 of the National Defense Authorization Act of Fiscal Year 2014 (Public Law , states, In the case of a contract to which the provisions of Section 46 of the Small Business Act (15 U.S.C. 657s) apply, the requirements under Section 802 of the National Defense Authorization Act for Fiscal Year 2013 (Public Law ; 126 Stat. 1824; 10 U.S.C note) do not apply. Therefore, proposed subparagraph (h)(3) would exempt set-aside acquisitions conducted under the procedures in FAR part 19, Small Business Programs. While Section 802 only applies to contracts with the Department of Defense, the Department of State, and the United States Agency for International Development, the FAR Council has decided to apply the Section 802 requirements to all of agencies. Comments on the proposed rule must be submitted no later than September 9, 2014, identified as FAR Case , by any of the following methods: (1) the Federal erulemaking Portal: (2) fax: ; or (3) mail: General Services Administration, Regulatory Secretariat (MVCB), ATTN: Ms. Flowers, 1800 F Street NW, 2nd Floor, Washington, DC EDUCATION ACQUISITION REGULATIONS UPDATE PROPOSED The Department of Education is proposing to update the Education Department Acquisition Regulation (EDAR) to update it so to it accurately reflects the current FAR and departmental policies. The last revision of the EDAR was made in 2011 (see the April 2011 Federal Contracts Perspective article EDAR Reissued ). Comments on the proposed rule must be submitted no later than September 15, 2014, identified as FAR Case , by either of the following methods: (1) the Federal erulemaking Portal: or (2) mail, commercial delivery, or hand delivery: Roscoe Price, U.S. Department of Education, 400 Maryland Avenue SW, Room 7172, PCP, Washington, DC The Department of Education does not accept comments submitted by fax or by or those submitted after the comment period. EPA ADDRESSES IDIQ ORDERING, WORK ASSIGNMENTS The Environmental Protection Agency (EPA) has issued a final rule amending EPA Acquisition Regulation (EPAAR) , Ordering By Designated Ordering Officers, to update policy and procedures. In addition, the EPA has proposed to amend EPAAR , Work Assignments, to update its policy and procedures. August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 10

11 Ordering by Designated Ordering Officers: This final rule amends EPAAR to add an alternate version. The clause, which has been in the EPAAR since 1984, has never had any alternates. The basic clause contemplated order issuance prior to negotiations ( the contractor shall acknowledge receipt of each order and shall prepare and forward to the ordering officer within ten (10) calendar days the proposed staffing plan for accomplishing the assigned task within the period specified ). In 1989, EPA issued a class deviation that prescribed an alternate to the clause that provides for negotiating the terms and conditions of a task/delivery order prior to order issuance. There are several benefits to conducting negotiations prior to the issuance of an order issuance: (1) the government is not charged directly for the time involved in the negotiations, rather the costs are considered bid and proposal costs and are spread across all government contracts as indirect charges; (2) the negotiations allow for more accurate pricing of the order; and (3) the negotiations enable the government to hold the contractor to negotiated requirements as soon as the order is issued. Therefore, EPAAR is being updated to add the 1989 class deviation. Because the class deviation provides several benefits that the basic clause does not, it will be designated as the basic form of the clause, and the previous basic form is being re-designated as Alternate I. In addition, the EPAAR prescription in paragraph (a) of EPAAR , Contract Clauses, is revised accordingly to reflect this change. Work Assignments: This proposed rule would update EPAAR , Work Assignments, which is included in cost-reimbursement contracts when work assignments are used. The 1984 version of the clause required EPA to include the estimate of required labor hours when issuing a work assignment. In 2009, EPA issued a class deviation that eliminated the requirement to include the estimate of required labor hours. So EPAAR would be revised to include approved workplan labor hours or an estimated initial level of effort provided in accordance with [EPAAR] EPAAR , Work Assignments, is the prescription for the use of EPAAR In addition, two additional alternates would be added to the two alternates to EPAAR that already exist. Current Alternates I and II are used in Superfund contracts and require the contractor to provide a conflict of interest (COI) certification (Alternate I is used for Superfund contractors that have at least three years of records that may be searched for certification purposes, and Alternate II is used for Superfund contractors that do not have at least three years of records that may be searched). New Alternates III and IV, which are substantially the same as Alternates I and II but are written for non-superfund contracts, would be added to EPAAR (Alternate III would be used for non-superfund contractors that have at least three years of records that may be searched for certification purposes, and Alternate IV would be used for non-superfund contractors that do not have at least three years of records that may be searched). A class deviation for Alternates III and IV was issued by EPA in Comments on the proposed rule must be submitted no later than August 18, 2014, identified as EPA-HQ-OARM , by any of the following methods: (1) the Federal erulemaking Portal: (2) valentino.thomas@epa.gov; (3) mail: EPA-HQ-OARM , OEI Docket, Environmental Protection Agency, 2822T, 1200 Pennsylvania Ave. NW, Washington, DC (include three copies); or (4) hand delivery: EPA Docket Center-Attention OEI Docket, EPA West, Room B102, 1301 Constitution Ave. NW, Washington, DC Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

12 NASA IMPLEMENTS WHISTLEBLOWER PROTECTIONS The National Aeronautics and Space Administration (NASA) is amending the NASA FAR Supplement (NFS) to add NFS subpart , Contractor Employee Whistleblower Protections, which covers NASA-unique policy, procedures for filing and investigating complaints, and remedies pertaining to whistleblower protections for contractor and subcontractor employees. In addition, this interim rule adds NFS , Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding, to address the treatment of contractor costs incurred in connection with whistleblower proceedings. Among the NASA-unique policies and procedures included in NFS subpart are: NFS , Procedures for Filing Complaints; NFS , Procedures for Investigating Complaints; and NFS , Remedies. In addition, NFS , Requirement to Inform Employees of Whistleblower Rights, is added. It is to be included in all solicitations and contracts. In addition, this interim rule adds NFS , Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding, to implement paragraph (g) of Section 827 of the National Defense Authorization Act for Fiscal Year 2013 (Public Law ), which addresses costs incurred in connection with whistleblower proceedings. Because Section 827 encouraged agencies to modify contracts that were awarded before the effective date of implementing FAR regulations, NASA decided it is necessary to create a revised cost principle applicable to any task orders issued against contracts awarded prior to the effective date of FAC , which originally implemented Section 827. Otherwise, FAR , Allowable Cost and Payment, governs. Comments on the interim rule must be submitted no later than September 29, 2014, identified as RIN number 2700-AE08, by either of the following methods: (1) the Federal erulemaking Portal: or (2) leigh.pomponio@nasa.gov. EDITOR S NOTE: See the article above for the FAR rule finalizing the interim rule in FAC [ FAC Addresses Small Business Size/Status Protests; Equal Opportunity For Vets, Disabled ]. For more on the interim rules in FAC , see the October 2013 Federal Contracts Perspective article FAC Addresses Contractor Whistleblower Issues. PROMPT PAYMENT INTEREST RATE SET AT 2% The Treasury Department has established 2% (2.0%) as the interest rate for the computation of payments made between July 1, 2014, and December 31, 2014, under the Prompt Payment Act and the Contracts Disputes Act. This rate is also used in facilities capital cost of money calculations. The interest rate for the prior six-month period (January 1, 2014, through July 31, 2014) was 2 1/8% (2.125%). The interest rate for July 1, 2013, through December 31, 2013, was 1 3/4% (1.75%). All prompt payment interest rates since 1980 (in six-month increments) are available at FAR Subpart 32.9, Prompt Payment; FAR Subpart 33.2, Disputes and Appeals; FAR , Cost of Money; and Cost Accounting Standard (CAS) , Cost of Money as an Element of the Cost of Facilities Capital, are affected by this interest rate. August 2014 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE 12

13 426 pages, 2009, ISBN: , $49.95 from Panoptic Enterprises ( and from Amazon.com To see: Table of Contents, go to Index, go to Sample Chapters: Chapter 11, Set-Asides and Preference Programs, go to Chapter 13, Federal Supply Schedules, go to 13 Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE August 2014

FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions

FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions Panoptic Enterprises FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions Vol. XVIII, No. 7 July 2017 OFFICE OF MANAGEMENT AND BUDGET ELIMINATING, MODIFYING PROCUREMENT-RELATED

More information

Administration (GSA), and National Aeronautics and Space. Federal Acquisition Regulation (FAR) to implement a section

Administration (GSA), and National Aeronautics and Space. Federal Acquisition Regulation (FAR) to implement a section This document is scheduled to be published in the Federal Register on 04/02/2014 and available online at http://federalregister.gov/a/2014-07371, and on FDsys.gov DEPARTMENT OF DEFENSE GENERAL SERVICES

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 1.0 GENERAL This Contract is subject to the terms of a financial assistance contract between the Santa Cruz Metropolitan

More information

SUMMARY: This rule implements provisions of the Small Business Jobs Act of 2010

SUMMARY: This rule implements provisions of the Small Business Jobs Act of 2010 This document is scheduled to be published in the Federal Register on 06/28/2013 and available online at http://federalregister.gov/a/2013-15418, and on FDsys.gov Billing Code: 8025-01 SMALL BUSINESS ADMINISTRATION

More information

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS The Contractor acknowledges that this Contract is funded in part by the United States Department of Transportation ( USDOT ), Federal Transit Administration

More information

CUSTOMER CONTRACT REQUIREMENTS NSW IDIQ II - N D-0016

CUSTOMER CONTRACT REQUIREMENTS NSW IDIQ II - N D-0016 CUSTOMER CONTRACT REQUIREMENTS NSW IDIQ II - N00019-13-D-0016 Supplier Name: NW UAV Propulsion Systems Purchase Order Number: PO 055000 Release 1 The following contract clauses are incorporated by reference

More information

IDS Terms and Conditions Guide Effective: 11/18/2009 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS B-52 CONECT LRIP CUSTOMER CONTRACT FA D-1000

IDS Terms and Conditions Guide Effective: 11/18/2009 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS B-52 CONECT LRIP CUSTOMER CONTRACT FA D-1000 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS B-52 CONECT LRIP CUSTOMER CONTRACT FA8628-10-D-1000 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the

More information

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 6

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 6 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS F-15C Royal Saudi Air Force RSAF CUSTOMER CONTRACT F33657-00-C0041 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment

More information

(Billing Code P) Defense Federal Acquisition Regulation Supplement: Clauses with. Alternates Research and Development Contracting (DFARS Case

(Billing Code P) Defense Federal Acquisition Regulation Supplement: Clauses with. Alternates Research and Development Contracting (DFARS Case This document is scheduled to be published in the Federal Register on 12/06/2013 and available online at http://federalregister.gov/a/2013-29155, and on FDsys.gov (Billing Code 5001-06-P) DEPARTMENT OF

More information

DIVISION E--INFORMATION TECHNOLOGY MANAGEMENT REFORM

DIVISION E--INFORMATION TECHNOLOGY MANAGEMENT REFORM DIVISION E--INFORMATION TECHNOLOGY MANAGEMENT REFORM SEC. 5001. SHORT TITLE. This division may be cited as the `Information Technology Management Reform Act of 1995'. SEC. 5002. DEFINITIONS. In this division:

More information

CUSTOMER CONTRACT REQUIREMENTS BLOCK III FY05 NONRECURRING ENGINEERING CUSTOMER CONTRACT W58RGZ-05-C-0001

CUSTOMER CONTRACT REQUIREMENTS BLOCK III FY05 NONRECURRING ENGINEERING CUSTOMER CONTRACT W58RGZ-05-C-0001 CUSTOMER CONTRACT REQUIREMENTS BLOCK III FY05 NONRECURRING ENGINEERING CUSTOMER CONTRACT W58RGZ-05-C-0001 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes

More information

the third day of January, one thousand nine hundred and ninety-six prescribe personnel strengths for such fiscal year for the Armed

the third day of January, one thousand nine hundred and ninety-six prescribe personnel strengths for such fiscal year for the Armed INFORMATION TECHNOLOGY MANAGEMENT REFORM ACT (Now the Clinger/Cohen Act) s.1124 One Hundred Fourth Congress of the United States of America AT THE SECOND SESSION Begun and held at the City of Washington

More information

IDS Terms and Conditions Guide Effective: 8/17/2006 Page 1 of 8

IDS Terms and Conditions Guide Effective: 8/17/2006 Page 1 of 8 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS COMBAT SURVIVOR EVADER LOCATOR (CSEL) CUSTOMER CONTRACT FA8807-05-C-0004 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment

More information

IDS Terms and Conditions Guide Effective: 05/11/2004 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS ESGN CUSTOMER CONTRACT N C-0026

IDS Terms and Conditions Guide Effective: 05/11/2004 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS ESGN CUSTOMER CONTRACT N C-0026 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS ESGN CUSTOMER CONTRACT N00030-04-C-0026 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the Government

More information

IDS Terms and Conditions Guide Revised: 5/23/2006 Page 1 of 6

IDS Terms and Conditions Guide Revised: 5/23/2006 Page 1 of 6 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS (R&D FOR HUMMINGBIRD & MAVERICK UAV) CUSTOMER CONTRACT N00421-05-D-0046 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment

More information

CUSTOMER CONTRACT REQUIREMENTS (EA-18G System Development and Demonstration (SDD) Program) CUSTOMER CONTRACT N C-0005

CUSTOMER CONTRACT REQUIREMENTS (EA-18G System Development and Demonstration (SDD) Program) CUSTOMER CONTRACT N C-0005 January 23, 2004 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS (EA-18G System Development and Demonstration (SDD) Program) CUSTOMER CONTRACT N00019-04-C-0005 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is

More information

AGENCIES: Department of Defense (DoD), General Services. Administration (GSA), and the National Aeronautics and

AGENCIES: Department of Defense (DoD), General Services. Administration (GSA), and the National Aeronautics and This document is scheduled to be published in the Federal Register on 09/30/2016 and available online at https://federalregister.gov/d/2016-23197, and on FDsys.gov DEPARTMENT OF DEFENSE GENERAL SERVICES

More information

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 8 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 04/18/2016 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.

More information

CUSTOMER CONTRACT REQUIREMENTS P-8A (MMA) PROGRAM CUSTOMER CONTRACT N00019-C

CUSTOMER CONTRACT REQUIREMENTS P-8A (MMA) PROGRAM CUSTOMER CONTRACT N00019-C Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS P-8A (MMA) PROGRAM CUSTOMER CONTRACT N00019-C-04-3146 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes

More information

CUSTOMER CONTRACT REQUIREMENTS CH-47 Actuator CUSTOMER CONTRACT W58RGZ-13-D-0031

CUSTOMER CONTRACT REQUIREMENTS CH-47 Actuator CUSTOMER CONTRACT W58RGZ-13-D-0031 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS CH-47 Actuator CUSTOMER CONTRACT W58RGZ-13-D-0031 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the extent

More information

Katrina Relief: U.S. Labor Department Exemption of Contractors From Written Affirmative Action Requirements

Katrina Relief: U.S. Labor Department Exemption of Contractors From Written Affirmative Action Requirements Katrina Relief: U.S. Labor Department Exemption of Contractors From Written Affirmative Action Requirements name redacted Legislative Attorney January 22, 2007 Congressional Research Service CRS Report

More information

BROCKTON AREA TRANSIT AUTHORITY

BROCKTON AREA TRANSIT AUTHORITY BROCKTON AREA TRANSIT AUTHORITY The following Terms and Clauses are applicable to all contracts, procurements and purchase orders except as noted. By accepting this contract or purchase order the vendor

More information

CUSTOMER CONTRACT REQUIREMENTS LOCKHEED MARTIN SUBCONTRACT UNDER GOVERNMENT CONTRACT DAAH01-03-C-0017

CUSTOMER CONTRACT REQUIREMENTS LOCKHEED MARTIN SUBCONTRACT UNDER GOVERNMENT CONTRACT DAAH01-03-C-0017 CUSTOMER CONTRACT REQUIREMENTS LOCKHEED MARTIN SUBCONTRACT 4300117844 UNDER GOVERNMENT CONTRACT DAAH01-03-C-0017 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement,

More information

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 2 C.F.R. 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non-federal entity s contracts must contain the applicable contract clauses described

More information

PART 225 FOREIGN ACQUISITION * * * * *

PART 225 FOREIGN ACQUISITION * * * * * PART 225 FOREIGN ACQUISITION 225.401-71 Products or services in support of operations in Afghanistan. (DEVIATION 2019-O0004) When acquiring products or services, other than small arms, in support of operations

More information

SIGAR ENABLING LEGISLATION

SIGAR ENABLING LEGISLATION SIGAR ENABLING LEGISLATION (AS AMENDED) This is a conformed text of Section 1229 of the National Defense Authorization Act for Fiscal Year 2008, Pub. L. No. 110 181 (Jan. 28, 2008), 122 STATUTES AT LARGE

More information

PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES

PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES 52.000 Scope of part. This part (a) gives instructions for using provisions and clauses in solicitations and/or contracts, (b) sets forth the solicitation

More information

IDS Terms and Conditions Guide Effective: 07/13/2009 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS N C-0001 CUSTOMER CONTRACT N C-0001

IDS Terms and Conditions Guide Effective: 07/13/2009 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS N C-0001 CUSTOMER CONTRACT N C-0001 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS N00019-07-C-0001 CUSTOMER CONTRACT N00019-07-C-0001 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the

More information

IDS Terms and Conditions Guide Effective: 5/17/2007 Page 1of 10 CUSTOMER CONTRACT REQUIREMENTS Japan RSIP CUSTOMER CONTRACT F D-0016 DO 0050

IDS Terms and Conditions Guide Effective: 5/17/2007 Page 1of 10 CUSTOMER CONTRACT REQUIREMENTS Japan RSIP CUSTOMER CONTRACT F D-0016 DO 0050 Page 1of 10 CUSTOMER CONTRACT REQUIREMENTS Japan RSIP CUSTOMER CONTRACT F19628-01-D-0016 DO 0050 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the

More information

DIVISION E INFORMATION TECHNOLOGY MANAGEMENT REFORM

DIVISION E INFORMATION TECHNOLOGY MANAGEMENT REFORM DIVISION E INFORMATION TECHNOLOGY MANAGEMENT REFORM SEC. 5001. SHORT TITLE. This division may be cited as the Information Technology Management Reform Act of 1996. SEC. 5002. DEFINITIONS. In this division:

More information

IDS Terms and Conditions Guide Effective: 1/24/2007 Page 1of 7 CUSTOMER CONTRACT REQUIREMENTS PPS Services CUSTOMER CONTRACT W58RGZ-06-C-0234

IDS Terms and Conditions Guide Effective: 1/24/2007 Page 1of 7 CUSTOMER CONTRACT REQUIREMENTS PPS Services CUSTOMER CONTRACT W58RGZ-06-C-0234 Page 1of 7 CUSTOMER CONTRACT REQUIREMENTS PPS Services CUSTOMER CONTRACT W58RGZ-06-C-0234 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the extent

More information

CUSTOMER CONTRACT REQUIREMENTS PAC-3 LRIP-3 LOCKHEED MARTIN SUBCONTRACT UNDER GOVERNMENT CONTRACT DAAH01-02-C-0050

CUSTOMER CONTRACT REQUIREMENTS PAC-3 LRIP-3 LOCKHEED MARTIN SUBCONTRACT UNDER GOVERNMENT CONTRACT DAAH01-02-C-0050 CUSTOMER CONTRACT REQUIREMENTS PAC-3 LRIP-3 LOCKHEED MARTIN SUBCONTRACT 4300096841 UNDER GOVERNMENT CONTRACT DAAH01-02-C-0050 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this

More information

CUSTOMER CONTRACT REQUIREMENTS (EGYPT APACHE) CUSTOMER CONTRACT DAAH23-01-C-0195

CUSTOMER CONTRACT REQUIREMENTS (EGYPT APACHE) CUSTOMER CONTRACT DAAH23-01-C-0195 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS (EGYPT APACHE) CUSTOMER CONTRACT DAAH23-01-C-0195 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the

More information

AGENCY: Office of Acquisition Policy, General Services. SUMMARY: GSA is amending the General Services Administration

AGENCY: Office of Acquisition Policy, General Services. SUMMARY: GSA is amending the General Services Administration This document is scheduled to be published in the Federal Register on 02/22/2018 and available online at https://federalregister.gov/d/2018-03350, and on FDsys.gov GENERAL SERVICES ADMINISTRATION 48 CFR

More information

IDS Terms and Conditions Guide Effective: 10/13/2006 Page 1 of 6

IDS Terms and Conditions Guide Effective: 10/13/2006 Page 1 of 6 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS (KC-135 CONTROL COLUMN ACTUATED BRAKE (CCAB)) CUSTOMER CONTRACT FA8105-05-C-0005 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply

More information

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002 DBA: CAGE CODE: Sole Proprietor Corporation Partnership LLC page 1/5 REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002 THIS INFORMATION MUST BE COLLECTED IN ORDER TO COMPLY WITH DCMA, FAR,

More information

BATS Title VI Policies and Procedures

BATS Title VI Policies and Procedures BATS Title VI Policies and Procedures October 1, 2018 METROPOLITAN PLANNING ORGANIZATION (MPO) / BRUNSWICK AREA TRANSPORTATION STUDY (BATS) Glynn County Community Development Department 1725 Reynolds Street,

More information

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS: DOT-982 (01/2015) SECTION 5339 (CFDA NO. 20.526) OF THE MOVING AHEAD FOR PROGRESS IN THE 21 ST CENTURY (49 USC Section 5339/MAP-21 Section 20029) STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION AGREEMENT

More information

Common Terms and Conditions Guide Section 5 Government Contract Requirements Clause Number: 5061 Effective: 11/20/2002 Page: 1 of 6

Common Terms and Conditions Guide Section 5 Government Contract Requirements Clause Number: 5061 Effective: 11/20/2002 Page: 1 of 6 Page: 1 of 6 F19628-02-C-0403 (a) The following contract clauses are incorporated by reference from the Federal Acquisition Regulation and apply to the extent indicated. Unless provided for otherwise elsewhere

More information

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 9

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 9 Page 1 of 9 CUSTOMER CONTRACT REQUIREMENTS Training Systems Acquisition (TSA) II CUSTOMER CONTRACT F33657-01-D-2074 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment

More information

November 4, 2016 RFP #QTA0015THA3003. General Services Administration Enterprise Infrastructure Solutions (EIS)

November 4, 2016 RFP #QTA0015THA3003. General Services Administration Enterprise Infrastructure Solutions (EIS) November 4, 2016 RFP #QTA0015THA3003 Enterprise Infrastructure Solutions (EIS) Submitted to: Mr. Timothy Horan FAS EIS Contracting Officer 1800 F St NW Washington DC 20405-0001 Volume 4 Business Final

More information

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS F-15E CUSTOMER CONTRACT F C-0013

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS F-15E CUSTOMER CONTRACT F C-0013 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS F-15E CUSTOMER CONTRACT F33657-00-C-0013 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the Government

More information

APPENDIX B Attachment 1 SUBRECIPIENT / VENDOR AUDITS

APPENDIX B Attachment 1 SUBRECIPIENT / VENDOR AUDITS The Commonwealth of Pennsylvania, Department of Public Welfare (DPW), distributes federal and state funds to local governments, nonprofit, and for-profit organizations. Federal expenditures are subject

More information

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 7

IDS Terms and Conditions Guide Effective: 10/21/2005 Page 1 of 7 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS T-38 Contractor Operated and Maintained Base Supply (COMBS) CUSTOMER CONTRACT F41608-96-D-0700 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this

More information

BDS Terms and Conditions Guide Effective: 08/24/2011 Page 1 of 7

BDS Terms and Conditions Guide Effective: 08/24/2011 Page 1 of 7 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS DLA BASIC ORDERING AGREEMENT CUSTOMER CONTRACT SPM4A1-09-G-0004 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract

More information

CUSTOMER CONTRACT REQUIREMENTS (GPS-IIF) CUSTOMER CONTRACT F C-0025

CUSTOMER CONTRACT REQUIREMENTS (GPS-IIF) CUSTOMER CONTRACT F C-0025 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS (GPS-IIF) CUSTOMER CONTRACT F04701-96-C-0025 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the Government

More information

Case 1:13-cv Document 2 Filed 11/19/13 Page 1 of 19 IN THE UNITED STATES DISTRICT COURT FOR THE DISTRICT OF COLUMBIA

Case 1:13-cv Document 2 Filed 11/19/13 Page 1 of 19 IN THE UNITED STATES DISTRICT COURT FOR THE DISTRICT OF COLUMBIA Case 1:13-cv-01806 Document 2 Filed 11/19/13 Page 1 of 19 IN THE UNITED STATES DISTRICT COURT FOR THE DISTRICT OF COLUMBIA ) ASSOCIATED BUILDERS AND ) CONTRACTORS, INC. ) 4250 N. Fairfax Drive ) Arlington,

More information

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES Through the adoption of Ordinance 019-2006, the Township has established a procedure for competitive negotiation for

More information

Common Terms and Conditions Guide Section 5 Government Contract Requirements Clause Number: 5015 Effective: 10/15/2002 Page: 1 of 7

Common Terms and Conditions Guide Section 5 Government Contract Requirements Clause Number: 5015 Effective: 10/15/2002 Page: 1 of 7 Page: 1 of 7 NRO000-01-C-0170 (a) The following contract clauses are incorporated by reference from the Federal Acquisition Regulation and apply to the extent indicated. Unless provided for elsewhere in

More information

Restrictions on Subcontractor Sales to the Government (Sep 2006). This clause applies only if this contract exceeds $100,000..

Restrictions on Subcontractor Sales to the Government (Sep 2006). This clause applies only if this contract exceeds $100,000.. Page 1of 8 CUSTOMER CONTRACT REQUIREMENTS A-10 Thunderbolt Lifecycle Support Program (TLPS) CUSTOMER CONTRACT FA8202-08-R-1000 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements

More information

CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA

CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA THIS AGREEMENT made and entered into effective this

More information

IDS Terms and Conditions Guide Effective: 09/17/2009 Page 1 of 6

IDS Terms and Conditions Guide Effective: 09/17/2009 Page 1 of 6 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS ENGINEERING SERVICES AVENGER/LINEBACKER CUSTOMER CONTRACT W31P4Q-07-C-0087 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to

More information

IDS Terms and Conditions Guide Effective: 12/18/2005 Page 1 of 5

IDS Terms and Conditions Guide Effective: 12/18/2005 Page 1 of 5 Page 1 of 5 CUSTOMER CONTRACT REQUIREMENTS Advanced Targeting Forward Looking Infrared (ATFLIR) Intermediate Level Shop Replaceable Assembly (SRA) Operational Test Program Sets (OTPS s) for use with CASS

More information

SUBRECIPIENT / VENDOR AUDITS

SUBRECIPIENT / VENDOR AUDITS AUDIT CLAUSE A SUBRECIPIENT Local Governments and Nonprofit Organizations The Commonwealth of Pennsylvania, Department of Public Welfare (DPW), distributes federal and state funds to local governments,

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

SPECIAL CONDITIONS PROGRAM REGULATIONS

SPECIAL CONDITIONS PROGRAM REGULATIONS SPECIAL CONDITIONS PROGRAM REGULATIONS Contractor shall be in conformance with the applicable portions of the School Food Authority's (SFA) agreement under the program. Contractor will conduct program

More information

Rules of Practice for Protests and Appeals Regarding Eligibility for Inclusion in the U.S.

Rules of Practice for Protests and Appeals Regarding Eligibility for Inclusion in the U.S. This document is scheduled to be published in the Federal Register on 03/30/2018 and available online at https://federalregister.gov/d/2018-06034, and on FDsys.gov Billing Code: 8025-01 SMALL BUSINESS

More information

B December 20, The Honorable John Conyers, Jr. Chairman, Committee on the Judiciary United States House of Representatives

B December 20, The Honorable John Conyers, Jr. Chairman, Committee on the Judiciary United States House of Representatives United States Government Accountability Office Washington, DC 20548 Comptroller General of the United States December 20, 2007 The Honorable John Conyers, Jr. Chairman, Committee on the Judiciary United

More information

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS The agreement shall be subject to the following conditions contained in the OWNER S grant agreement with the Florida Division of Emergency Management.

More information

CUSTOMER CONTRACT REQUIREMENTS RAYTHEON LETTER SUBCONTRACT

CUSTOMER CONTRACT REQUIREMENTS RAYTHEON LETTER SUBCONTRACT Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS RAYTHEON LETTER SUBCONTRACT 4400026641 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the Government

More information

The Fair Pay and Safe Workplaces Executive Order: What Will Come to Pass, and When? Kris Meade Rebecca Springer Jason Crawford

The Fair Pay and Safe Workplaces Executive Order: What Will Come to Pass, and When? Kris Meade Rebecca Springer Jason Crawford The Fair Pay and Safe Workplaces Executive Order: What Will Come to Pass, and When? Kris Meade Rebecca Springer Jason Crawford 1 Who Needs Congress Anyway? 2 Fair Pay and Safe Workplaces EO Administration

More information

Minnesota Department of Health Tribal Governments Grant Agreement

Minnesota Department of Health Tribal Governments Grant Agreement Instructions for completing this form are in blue and bracketed. Fill in every blank and delete all instructions, including these instructions, before sending this document to Financial Management for

More information

Rogers Joseph O Donnell. Jeffery M. Chiow th Street, N.W., Ste. 725 Washington, D.C

Rogers Joseph O Donnell. Jeffery M. Chiow th Street, N.W., Ste. 725 Washington, D.C Combating Trafficking in Persons FAR Case 2013-001 DFARS Case 2013-D007 ABA Section of Public Contract Law Federal Procurement Institute/Midyear Council Meeting Annapolis, MD March 14, 2015 Rogers Joseph

More information

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES PURPOSE The purpose of these Procurement Procedures ("Procedures") is to establish procedures for the procurement of services for public private

More information

Defense Federal Acquisition Regulation Supplement: State. Sponsor of Terrorism North Korea (DFARS Case 2018-D004)

Defense Federal Acquisition Regulation Supplement: State. Sponsor of Terrorism North Korea (DFARS Case 2018-D004) This document is scheduled to be published in the Federal Register on 01/31/2018 and available online at https://federalregister.gov/d/2018-01780, and on FDsys.gov 5001-06-P DEPARTMENT OF DEFENSE Defense

More information

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT This Agreement is entered into on between the Port Arthur Independent School District whose main administrative office is located

More information

WITNESSETH: 2.1 NAME (Print Provider Name)

WITNESSETH: 2.1 NAME (Print Provider Name) AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY and SPEECH-LANGUAGE PATHOLOGIST WITNESSETH: Based upon the following recitals, the Oklahoma Health Care Authority (OHCA hereafter) and (PROVIDER hereafter)

More information

Register, 2014 Commerce, Community, and Ec. Dev.

Register, 2014 Commerce, Community, and Ec. Dev. 3 AAC is amended by adding a new chapter to read: Chapter 109. Procurement Alaska Energy Authority Managed Grants. Article 1. Roles and Responsibilities. (3 AAC 109109.010-3 AAC 109109.050) 2. Source Selection

More information

LABOR CODE SECTION

LABOR CODE SECTION LABOR CODE SECTION 1770-1781 1770. The Director of the Department of Industrial Relations shall determine the general prevailing rate of per diem wages in accordance with the standards set forth in Section

More information

Seattle City Attorney Peter S. Holmes

Seattle City Attorney Peter S. Holmes Seattle City Attorney Peter S. Holmes Gregory C. Narver Civil Division Chief (206) 684-8233 gregory.narver@seattle.gov Via email only to paul.lawrence@pacificalawgroup.com Paul J. Lawrence 1191 Second

More information

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS The following certifications and provisions are required and apply when Texarkana Independent School District ( TISD ) expends federal funds for

More information

Delaware State Supplemental Rebate Agreement And (Manufacturer) As used in this Agreement, the following terms have the following

Delaware State Supplemental Rebate Agreement And (Manufacturer) As used in this Agreement, the following terms have the following Delaware State Supplemental Rebate Agreement And (Manufacturer) The Delaware Department of Health and Social Services, Division of Medicaid and Medical Assistance (hereinafter Department or DMMA ) and

More information

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments DATE ISSUED: March 11, 2019 SUBMITTAL DEADLINE: SUBMIT TO: March 29, 2019 at 4:00 pm Rebecca Calija-RFQ Landscaping

More information

Contract Assurances Attachment 4. Contract Assurances

Contract Assurances Attachment 4. Contract Assurances Contract Assurances 1) The Contracting Agency assures that it and its subrecipients will establish in accordance with WIA Section 184, fiscal control and fund accounting procedures that may be necessary

More information

BDS Terms and Conditions Guide Effective: 04/20/2012 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS SIRIUS CUSTOMER CONTRACT FA C-7234

BDS Terms and Conditions Guide Effective: 04/20/2012 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS SIRIUS CUSTOMER CONTRACT FA C-7234 Page 1 of 7 CUSTOMER CONTRACT REQUIREMENTS SIRIUS CUSTOMER CONTRACT FA8650-12-C-7234 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this contract to the extent indicated

More information

MEDI-CAL GROUND EMERGENCY MEDICAL TRANSPORTATION SERVICES (GEMT) SUPPLEMENTAL REIMBURSEMENT PROGRAM PROVIDER PARTICIPATION AGREEMENT

MEDI-CAL GROUND EMERGENCY MEDICAL TRANSPORTATION SERVICES (GEMT) SUPPLEMENTAL REIMBURSEMENT PROGRAM PROVIDER PARTICIPATION AGREEMENT MEDI-CAL GROUND EMERGENCY MEDICAL TRANSPORTATION SERVICES (GEMT) SUPPLEMENTAL REIMBURSEMENT PROGRAM PROVIDER PARTICIPATION AGREEMENT Name of Provider: City of Huntington Beach Provider # MTE00756F ARTICLE

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

CUSTOMER CONTRACT REQUIREMENTS T-38 Production CUSTOMER CONTRACT FA D-0001

CUSTOMER CONTRACT REQUIREMENTS T-38 Production CUSTOMER CONTRACT FA D-0001 Page 1 of 8 CUSTOMER CONTRACT REQUIREMENTS T-38 Production CUSTOMER CONTRACT FA8617-04-D-0001 CUSTOMER CONTRACT REQUIREMENTS If Form GP1 is applicable to this procurement, this Attachment constitutes the

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

More information

Statistical Appendix

Statistical Appendix Statistical Appendix The IMF s Middle East and Central Asia Department (MCD) countries and territories comprise Afghanistan, Algeria, Armenia, Azerbaijan, Bahrain, Djibouti, Egypt, Georgia, Iran, Iraq,

More information

April 4, 2016 at 10:00am. 506 N. Chadbourne Ave, San Angelo, Texas

April 4, 2016 at 10:00am. 506 N. Chadbourne Ave, San Angelo, Texas 1. Site Visit (Construction). (a) The clauses at, Differing Site Conditions, and, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation.

More information

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS HOW TO RESPOND TO THIS ATTACHMENT By submitting a Proposal, the Proposer, on behalf of itself and its Partners/Subconsultants acknowledges and agrees that: 1. PROPOSER AUTHORIZATION: The signatories are

More information

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER Attachment J CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter

More information

REQUEST FOR PROPOSALS For the Provision of Auditing Services. Issued by: River Parishes Transit Authority. Issued: December 14, 2018

REQUEST FOR PROPOSALS For the Provision of Auditing Services. Issued by: River Parishes Transit Authority. Issued: December 14, 2018 REQUEST FOR PROPOSALS For the Provision of Auditing Services Issued by: River Parishes Transit Authority Issued: December 14, 2018 Contact Person: Lauren Andrews, Senior Transit Planner River Parishes

More information

"FAR" means the Federal Acquisition Regulation, issued as Chapter 1 of Title 48, Code of Federal Regulations.

FAR means the Federal Acquisition Regulation, issued as Chapter 1 of Title 48, Code of Federal Regulations. 3M COMPANY US GOV U ORDERS/SUBCONTRACTS FEDERAL ACQUISITION REGULATION (FAR) AND DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) FLOW DOWN CLAUSES FOR PURCHASE OF COMMERCIAL ITEMS IN SUPPORT

More information

INTERAGENCY COOPERATION CONTRACT between THE OFFICE OF THE ATTORNEY GENERAL and THE SUPREME COURT OF TEXAS

INTERAGENCY COOPERATION CONTRACT between THE OFFICE OF THE ATTORNEY GENERAL and THE SUPREME COURT OF TEXAS INTERAGENCY COOPERATION CONTRACT between THE OFFICE OF THE ATTORNEY GENERAL and THE SUPREME COURT OF TEXAS State of Texas County of Travis ' ' ' OAG Contract No. This contract is entered into by the Office

More information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter Authority )

More information

(Billing Code ) Defense Federal Acquisition Regulation Supplement: Acquisition. Acquisition Regulation Supplement (DFARS) to implement sections

(Billing Code ) Defense Federal Acquisition Regulation Supplement: Acquisition. Acquisition Regulation Supplement (DFARS) to implement sections This document is scheduled to be published in the Federal Register on 02/26/2015 and available online at http://federalregister.gov/a/2015-03857, and on FDsys.gov (Billing Code 5001-06) DEPARTMENT OF DEFENSE

More information

MAKING ONTARIO HOME2012

MAKING ONTARIO HOME2012 Making Ontario Home 2012 1 Ontario Council ofagencies Serving Immigrants MAKING ONTARIO HOME2012 A study of settlement and integration services for immigrants and refugees 6 Ontario Council of Agencies

More information

AGREEMENT FOR COMMISSION OF PUBLIC ART WORK

AGREEMENT FOR COMMISSION OF PUBLIC ART WORK AGREEMENT FOR COMMISSION OF PUBLIC ART WORK THIS AGREEMENT, dated January 31, 2019, is made between The Texas A&M University System, an agency of the State of Texas, hereinafter called "TAMUS," and Resa

More information

JEFFERSON SCIENCE ASSOCIATES, LLC REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL SERVICES > $100,000

JEFFERSON SCIENCE ASSOCIATES, LLC REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL SERVICES > $100,000 JEFFERSON SCIENCE ASSOCIATES, LLC REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL SERVICES > $100,000 (This solicitation is issued under Contract No. DE-AC05-06OR23177 with the Department of Energy) The

More information

BDS Terms and Conditions Guide Effective: 06/22/2011 Page 1 of 6

BDS Terms and Conditions Guide Effective: 06/22/2011 Page 1 of 6 Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS LOGIS TICS S UPPORT FOR AN/USM-702 CUSTOMER CONTRACT N68335-11-C-0338 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements apply to this

More information

Bid & Contract Provisions CDBG/HOME Guidebook

Bid & Contract Provisions CDBG/HOME Guidebook Bid & Contract Provisions CDBG/HOME Guidebook Appendix 1 2 Bid and Contract Requirements for grant recipients subject to 2 CFR Part 200. Invitation to Bid In addition to the language normally included

More information

Required Federal Forms

Required Federal Forms ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good

More information

ADDITIONAL BAA REPRESENTATIONS AND CERTIFICATIONS Information Regarding Responsibility Matters.

ADDITIONAL BAA REPRESENTATIONS AND CERTIFICATIONS Information Regarding Responsibility Matters. Contractor Name: Date: ADDITIONAL BAA REPRESENTATIONS AND CERTIFICATIONS 52.209-7 Information Regarding Responsibility Matters. As prescribed in 9.104-7(b), insert the following provision: Information

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

CUSTOMER CONTRACT REQUIREMENTS PAC-3: Recertification Planning/Replenishment Spares CUSTOMER CONTRACT

CUSTOMER CONTRACT REQUIREMENTS PAC-3: Recertification Planning/Replenishment Spares CUSTOMER CONTRACT Page 1 of 6 CUSTOMER CONTRACT REQUIREMENTS PAC-3: Recertification Planning/Replenishment Spares CUSTOMER CONTRACT 4300310020 CUSTOMER CONTRACT REQUIREMENTS The following customer contract requirements

More information