Common use of FFP Clause in Contracts

FFP. The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016

Appears in 1 contract

Samples: Contract Manpower Reporting

AutoNDA by SimpleDocs

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each yearreport creation and submission. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST 5002 Months OPTION Management and General Services CPFF The Contractor services during a shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor transition period in response to a phasein/phase-out Task Ordersupport requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 AMOUNT 5003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 5004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 5005 Months OPTION Customer Service CPFF The Contractor services (shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including specialized subcontractor labor) for CoMSupCen operations in accordance with all work request processing prior to execution and overall management of the Operations Flight IAW PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002)Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) 5009 Months OPTION Entomology Services FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for pest control services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-011 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST 5010 Months OPTION Grounds Maintenance FFP The Contractor services during shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a contractor transition fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period in response to Semi-improved grounds maintenance. Offerors shall propose a phasein/phasefully burdened unit price per acre per year for semi-out Task Orderimproved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT 5011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services in addition to CLIN 4001 core services support Priority 1/2/3A/3B/3C work. Government authorization may be required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task OrdersIAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,525,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS 5012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST Other Direct The Contractor will be reimbursed for parts, matériel, and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN)indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $546,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost 5013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier $750K to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $808,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, 5014 Months OPTION Propane Including Service/Delivery CPFF This CLIN 4006) is for the provisioning of specialized equipment repairs not already included in any previous contract line item. propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $324,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE 5015 Months OPTION Travel COST Actual unburdened cost The Contractor will be reimbursed for shipping of inventory, equipment, off-installation symposia travel and repairsattendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,900 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL 5016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task OrdersServices. All travel This CLIN will be in accordance with FAR Supart 31.2established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall 5017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Contracting Officer. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) provide general services and authorization is required IAW requirement G-017 for performance of services provided all work performed under this contract via a secure CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data collectionsitepopulation, and validation. The Contractor • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to completely fill in all required data fields using allow time for a contract action to add/remove the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions requirements to the help desk at: xxxxx://xxx.xxxxx.xxx/ FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 20165020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each yearreport creation and submission. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST 6002 Months OPTION Management and General Services CPFF The Contractor services during a shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor transition period in response to a phasein/phase-out Task Ordersupport requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 AMOUNT 6003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 6004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 6005 Months OPTION Customer Service CPFF The Contractor services (shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including specialized subcontractor labor) for CoMSupCen operations in accordance with all work request processing prior to execution and overall management of the Operations Flight IAW PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002)Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) 6009 Months OPTION Entomology Services FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for pest control services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-011 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 6010 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016OPTION Grounds Maintenance

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each yearreport creation and submission. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST 8002 Months OPTION Management and General Services CPFF The Contractor services during a shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor transition period in response to a phasein/phase-out Task Ordersupport requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 AMOUNT 8003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 8004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 8005 Months OPTION Customer Service CPFF The Contractor services (shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including specialized subcontractor labor) for CoMSupCen operations in accordance with all work request processing prior to execution and overall management of the Operations Flight IAW PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002)Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 8006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 8007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 8008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) 8009 Months OPTION Entomology Services FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for pest control services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-011 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST 8010 Months OPTION Grounds Maintenance FFP The Contractor services during shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a contractor transition fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period in response to Semi-improved grounds maintenance. Offerors shall propose a phasein/phasefully burdened unit price per acre per year for semi-out Task Orderimproved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT 8011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services in addition to CLIN 4001 core services support Priority 1/2/3A/3B/3C work. Government authorization may be required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task OrdersIAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,732,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS 8012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST Other Direct The Contractor will be reimbursed for parts, matériel, and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN)indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $570,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost 8013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier $750K to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $844,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, 8014 Months OPTION Propane Including Service/Delivery CPFF This CLIN 4006) is for the provisioning of specialized equipment repairs not already included in any previous contract line item. propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016FIXED FEE

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 1,000,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 15,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or PWS Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I Work Statement (PWS) CONSEQUENCE MANAGEMENT SUPPORT CENTER CoMSupCen - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery 2017 2/6/2017 Version 17.0 Table of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016Contents

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each yearreport creation and submission. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST 7002 Months OPTION Management and General Services CPFF The Contractor services during a shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor transition period in response to a phasein/phase-out Task Ordersupport requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 AMOUNT 7003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 7004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 7005 Months OPTION Customer Service CPFF The Contractor services (shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including specialized subcontractor labor) for CoMSupCen operations in accordance with all work request processing prior to execution and overall management of the Operations Flight IAW PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002)Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) 7009 Months OPTION Entomology Services FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for pest control services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-011 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST 7010 Months OPTION Grounds Maintenance FFP The Contractor services during shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a contractor transition fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period in response to Semi-improved grounds maintenance. Offerors shall propose a phasein/phasefully burdened unit price per acre per year for semi-out Task Orderimproved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT 7011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services in addition to CLIN 4001 core services support Priority 1/2/3A/3B/3C work. Government authorization may be required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task OrdersIAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,662,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS 7012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST Other Direct The Contractor will be reimbursed for parts, matériel, and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN)indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $562,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost 7013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier $750K to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $832,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, 7014 Months OPTION Propane Including Service/Delivery CPFF This CLIN 4006) is for the provisioning of specialized equipment repairs not already included in any previous contract line item. propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $334,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE 7015 Months OPTION Travel COST Actual unburdened cost The Contractor will be reimbursed for shipping of inventory, equipment, off-installation symposia travel and repairsattendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $11,300 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL 7016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task OrdersServices. All travel This CLIN will be in accordance with FAR Supart 31.2established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall 7017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Contracting Officer. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) provide general services and authorization is required IAW requirement G-017 for performance of services provided all work performed under this contract via a secure CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data collectionsitepopulation, and validation. The Contractor • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to completely fill in all required data fields using allow time for a contract action to add/remove the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions requirements to the help desk at: xxxxx://xxx.xxxxx.xxx/ FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 20167020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each year. You may divide the labor hours report creation and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Ordersubmission. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Months OPTION Management and General Services CPFF The Contractor services in addition shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to CLIN 3001 core services fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required for CoMSUPCEN operations in accordance with contractor support requirements such as payroll, benefits management, etc. IAW the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task OrdersPerformance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the GovernmentMonths OPTION Engineering Services CPFF The Contractor shall provide all personnel, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for services, supervision, equipment, inventorytools, or repairs. vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expenseMonths OPTION Customer Service CPFF The Contractor shall provide all personnel, CLIN 3006) services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of specialized equipment repairs not already included in any previous contract line itemthe Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventoryMonths OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and repairs. any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) Months OPTION Snow & Ice Control FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for Snow & Ice Control and Pavements Sweeping Services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Months OPTION Entomology Services FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for pest control services during a contractor transition period in response to a phasein/phase-out Task Order. IAW PWS Annex O-011 FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST 3010 Months OPTION Grounds Maintenance FFP The Contractor services in addition shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN 4001 core services required includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for CoMSUPCEN operations in accordance with the PWS improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for work during contingency operations in response to individual Task Orderssemi-improved grounds maintenance. Payment of any overtime rates must 1,626.16 acres will be specifically authorized on Task Ordersfunded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOBSIGNAL CODE: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD 3011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services during a contractor transition period in response to a phasein/phase-out Task Ordersupport Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST CONTRACT MINIMUM$4,392,000 ITEM NO SUPPLIES/MAXIMUM SERVICES QUANTITY AND CONTRACT VALUE UNIT UNIT PRICE AMOUNT 3012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The minimum quantity Contractor will be reimbursed for parts, matériel, and contract value indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $530,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3013 Months OPTION Facility Projects CPFF This CLIN is for all orders issued against Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $784,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $314,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,500 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this contract shall not CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be less than for work that exceeds the level of effort defined by the minimum quantity team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract value stated in action to add/remove the following tablerequirements to the FFP portion of the contract. The maximum quantity and contract value FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following tableEssential Contractor Services - Labor. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 This CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspectedestablished for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/accepted atSERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3019 Months OPTION Vegetation Free Safety Zones FFP FOB: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016UNIT UNIT PRICE AMOUNT 3020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

AutoNDA by SimpleDocs

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each year. You may divide the labor hours report creation and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Ordersubmission. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002). FOBSIGNAL CODE: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Months OPTION Management and General Services CPFF The Contractor services in addition shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to CLIN 4001 core services fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required for CoMSUPCEN operations in accordance with contractor support requirements such as payroll, benefits management, etc. IAW the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task OrdersPerformance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the GovernmentMonths OPTION Engineering Services CPFF The Contractor shall provide all personnel, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for services, supervision, equipment, inventorytools, or repairs. vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expenseMonths OPTION Customer Service CPFF The Contractor shall provide all personnel, CLIN 4006) services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of specialized equipment repairs not already included in any previous contract line itemthe Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventoryMonths OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and repairs. any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) Months OPTION Snow & Ice Control FFP The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) requirements for Snow & Ice Control and Pavements Sweeping Services IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Months OPTION Entomology Services FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for pest control services during IAW PWS Annex O-011 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4010 Months OPTION Grounds Maintenance FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a contractor transition fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period in response to Semi-improved grounds maintenance. Offerors shall propose a phasein/phasefully burdened unit price per acre per year for semi-out Task Orderimproved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST CONTRACT MINIMUM$4,458,000 ITEM NO SUPPLIES/MAXIMUM SERVICES QUANTITY AND CONTRACT VALUE UNIT UNIT PRICE AMOUNT 4012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The minimum quantity Contractor will be reimbursed for parts, matériel, and contract value indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $538,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4013 Months OPTION Facility Projects CPFF This CLIN is for all orders issued against Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $796,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $319,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,700 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this contract shall not CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be less than for work that exceeds the level of effort defined by the minimum quantity team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract value stated in action to add/remove the following tablerequirements to the FFP portion of the contract. The maximum quantity and contract value FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following tableEssential Contractor Services - Labor. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 This CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspectedestablished for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/accepted atSERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4019 Months OPTION Vegetation Free Safety Zones FFP FOB: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016UNIT UNIT PRICE AMOUNT 4020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterprise-Wide Contractor Manpower Reporting Application requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (eCMRAper acre per year) IAW AFARS 5137.910levels of grounds maintenance services. The Contractor This includes: Improved grounds maintenance. Offerors shall report ALL contractor labor hours (including subcontractor labor hours) required propose a fully burdened unit price per acre per year for performance of services provided under this contract via a secure data collectionsiteimproved grounds maintenance. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for the labor executed during the period of semi-improved grounds maintenance. 1,626.16 acres will be funded per 1 year performance during each Government fiscal period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year (FY), which runs October for unimproved grounds maintenance. 115.50 acres will be funded per 1 through September 30year performance period. While inputs may BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be reported any time during the FY, all data funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be reported no later than October 31 of each calendar yearfunded per 1 year performance period. If your contract overlaps two or more fiscal years, please enter the data separately Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for each yearxeriscape grounds maintenance. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year94.36 acres will be funded per 1 year performance period. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD 6011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services during a contractor transition period in response to a phasein/phase-out Task Ordersupport Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,593,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 AMOUNT 6012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $554,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 6013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $820,000 ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 6014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $329,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6015 Months OPTION Travel COST The Contractor services (including specialized subcontractor labor) will be reimbursed for CoMSupCen operations in accordance with the PWS off-installation symposia travel and attendance expenses. Does Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002)authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $11,100 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 3001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 6020 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 2016OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. The Contractor shall use provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the Enterpriserequirements for Contractor Full-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910Time Equivalent Reporting. The Contractor contractor shall report ALL all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsiteIAW PWS Annex G-012. The Contractor reporting period is required the Government Fiscal Year (1 October to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all 30 September) and data shall be reported no later than by 31 October 31 of each calendar yearannually. If your contract overlaps two or more fiscal yearsTHE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, please enter THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the data separately for each yearreport creation and submission. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 Months OPTION Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2009 LABOR - TRANSITION PERIOD COST Months OPTION Entomology Services FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for pest control services during a contractor transition period in response to a phasein/phase-out Task Order. IAW PWS Annex O-011 FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 12 Months AMOUNT LABOR - CORE LOGISTICS SUPPORT SERVICES FFP Contractor services (including specialized subcontractor labor) for CoMSupCen operations in accordance with the PWS . Does not duplicate labor for transition periods (CLIN 3009) or additional surge labor in response to contingencies (CLIN 3002). FOBSIGNAL CODE: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 LABOR - SURGE LOGISTICS SUPPORT COST 2010 Months OPTION Grounds Maintenance FFP The Contractor services in addition shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for grounds maintenance IAW IAW PWS Annex O. This CLIN 3001 core services required includes unit priced (per acre per year) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for CoMSUPCEN operations in accordance with the PWS improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for work during contingency operations in response to individual Task Orderssemi-improved grounds maintenance. Payment of any overtime rates must 1,626.16 acres will be specifically authorized on Task Ordersfunded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOBSIGNAL CODE: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 3006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 3006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3009 LABOR - TRANSITION PERIOD 2011 Months OPTION Parts, Matériel, and Svcs (Work Tasks) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services during a contractor transition period in response to a phasein/phase-out Task Ordersupport Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,327,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 12 AMOUNT 2012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $522,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT LABOR - CORE LOGISTICS SUPPORT 2013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $772,000 ITEM NO SUPPLIES/SERVICES FFP QUANTITY UNIT UNIT PRICE AMOUNT 2014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $309,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2015 Months OPTION Travel COST The Contractor services (including specialized subcontractor labor) will be reimbursed for CoMSupCen operations in accordance with the PWS off-installation symposia travel and attendance expenses. Does Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not duplicate labor for transition periods (CLIN 4009) or additional surge labor in response to contingencies (CLIN 4002)authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,300 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 LABOR - SURGE LOGISTICS SUPPORT COST Contractor services in addition to CLIN 4001 core services required for CoMSUPCEN operations in accordance with the PWS for work during contingency operations in response to individual Task Orders. Payment of any overtime rates must be specifically authorized on Task Orders. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 OPERATIONS - OTHER COSTS COST Other Direct and Indirect Operational Costs not already captured in any other Contract Line Item (CLIN). FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 ACQUIRED EQUIPMENT & INVENTORY COST Actual cost of items acquired by the contractor on behalf of the Government, whether for warehouse inventory replenishment or for dropshipment directly from the supplier to remote units. Does not include the shipping expense (see CLIN 4006) for equipment, inventory, or repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 ACQUIRED SPECIALIZED & INVENTORY REPAIRS COST Actual unburdened cost (excluding shipping expense, CLIN 4006) of specialized equipment repairs not already included in any previous contract line item. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 SHIPPING EXPENSE COST Actual unburdened cost for shipping of inventory, equipment, and repairs. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 TRAVEL & TRAINING COST Actual unburdened cost for training (including any subcontractor training) and travel, as ordered on individual Task Orders. All travel will be in accordance with FAR Supart 31.2. FOB: Destination ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4008 1 Each AMOUNT CONTRACT MANPOWER REPORTING (CMRA) FFP The Contractor shall use the Enterprise-Wide Contractor Manpower Reporting Application (eCMRA) IAW AFARS 5137.910. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collectionsite. The Contractor is required to completely fill in all required data fields using the following web address: xxxxx://xxx.xxxxx.xxx/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. If your contract overlaps two or more fiscal years, please enter the data separately for each year. You may divide the labor hours and labor dollars proportionally based on the length of time spent in each fiscal year. Contractors may direct questions to the help desk at: xxxxx://xxx.xxxxx.xxx/ FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4009 LABOR - TRANSITION PERIOD COST Contractor services during a contractor transition period in response to a phasein/phase-out Task Order. FOB: Destination ESTIMATED COST CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $240,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT $1,000.00 $40,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 0001 $ $ 0002 $ $ 0003 $ $ 0004 $ $ 0005 $ $ 0006 $ $ 0007 $ $ 0008 $ $ 0009 $ $ 1001 $ $ 1002 $ $ 1003 $ $ 1004 $ $ 1005 $ $ 1006 $ $ 1007 $ $ 1008 $ $ 1009 $ $ 2001 $ $ 2002 $ $ 2003 $ $ 2004 $ $ 2005 $ $ 2006 $ $ 2007 $ $ 2008 $ $ 2009 $ $ 3001 $ $ 3002 $ $ 3003 $ $ 3004 $ $ 3005 $ $ 3006 $ $ 3007 $ $ 3008 $ $ 3009 $ $ 4001 $ $ 4002 $ $ 4003 $ $ 4004 $ $ 4005 $ $ 4006 $ $ 4007 $ $ 4008 $ $ 4009 $ $ Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: XXXX INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 1001 N/A N/A N/A N/A 1002 N/A N/A N/A N/A 1003 N/A N/A N/A N/A 1004 N/A N/A N/A N/A 1005 N/A N/A N/A N/A 1006 N/A N/A N/A N/A 1007 N/A N/A N/A N/A 1008 N/A N/A N/A N/A 1009 N/A N/A N/A N/A 2001 N/A N/A N/A N/A 2002 N/A N/A N/A N/A 2003 N/A N/A N/A N/A 2004 N/A N/A N/A N/A 2005 N/A N/A N/A N/A 2006 N/A N/A N/A N/A 2007 N/A N/A N/A N/A 2008 N/A N/A N/A N/A 2009 N/A N/A N/A N/A 3001 N/A N/A N/A N/A 3002 N/A N/A N/A N/A 3003 N/A N/A N/A N/A 3004 N/A N/A N/A N/A 3005 N/A N/A N/A N/A 3006 N/A N/A N/A N/A 3007 N/A N/A N/A N/A 3008 N/A N/A N/A N/A 3009 N/A N/A N/A N/A 4001 N/A N/A N/A N/A 4002 N/A N/A N/A N/A 4003 N/A N/A N/A N/A 4004 N/A N/A N/A N/A 4005 N/A N/A N/A N/A 4006 N/A N/A N/A N/A 4007 N/A N/A N/A N/A 4008 N/A N/A N/A N/A 4009 N/A N/A N/A N/A Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orMAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-8 Annual Representations and Certifications JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts 52.204-21 Basic Safeguarding of Covered Contractor Information Systems OCT 2016 JUN 20162020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

Time is Money Join Law Insider Premium to draft better contracts faster.