US Embassy Accra, Ghana
P. O. Box 194
September 08, 2017
Dear Prospective Quoter:
SUBJECT: Solicitation Number SGH10017R0006
Enclosed is a Request for Proposals (RFP) for Domestic Air Travel Management Services. If you would like
to submit a proposal, follow the instructions in Section 3 of the solicitation, complete the required portions of
the attached document, and submit it to the address shown on the Standard Form 1449 that follows this letter.
The U.S. Government intends to award a contract/purchase order to the responsible company submitting an
acceptable proposal at the lowest price. We intend to award a contract/purchase order based on initial
proposal, without holding discussions, although we may hold discussions with companies in the competitive
range if there is a need to do so.
Quotations are due by October 10, 2017 at 16:30 GMT.
All contractors must have DUNS number and be registered in the SAM (System for Award Management)
Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-7. Therefore
prospective offerors are encouraged to register prior to the submittal of quotations/proposals.
The guidelines for registration in SAM are also available at:
https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx
Direct any questions regarding this request for quotations to Contracting Officer: Benjamin Bandoh, by
telephone at 0302 741481 during business hours or by email to [email protected].
Sincerely,
Benjamin G. Bandoh
Contracting Officer
TABLE OF CONTENTS
Section 1 - The Schedule
SF 1449 cover sheet
Continuation to SF-1449, RFQ Number SGH10017R0006, Prices, Block 23
Continuation to SF-1449, RFQ Number SGH10017R0006, Schedule of Supplies/Services.
List of Attachments to Description/Specifications/Statement of Work, Government Furnished Property
Section 2 - Contract Clauses
* Contract Clauses
* Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12
Section 3 - Solicitation Provisions
* Solicitation Provisions
* Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in
* Part 12
Section 4 - Evaluation Factors
* Evaluation Factors
* Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12
Section 5 - Offeror Representations and Certifications
* Offeror Representations and Certifications
* Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in
Part 12
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
1. REQUISITION NUMBER
PAGE 1 OF 33
1 of 57
2. CONTRACT NO.
3. AWARD/EFFECTIVE
DATE:
4. ORDER NUMBER
5. SOLICITATION NUMBER
SGH10017R0006
6. SOLICITATION ISSUE DATE
September 08, 2017
7. FOR SOLICITATION
INFORMATION CALL
b. TELEPHONE NUMBER(No
collect calls)
233-302-741-481
8. OFFER DUE DATE/
LOCAL TIME
October 10, 2017
9. ISSUED BY CODE
10. THIS ACQUISITION IS
Contracting Officer
U.S. Embassy Accra Ghana
P.O. Box 194, Cantonments
Acc
UNRESTRICTED
SET ASIDE: % FOR
SMALL BUSINESS EMERGING SMALL BUSINESS
Accra, Ghana
HUBZONE SMALL BUSINESS SMALL BUSINESS
SERVICE-DISABLED VETERAN OWNED 8(A)
Tel. +233 (0) 302 741481
NAICS:
SIZE STD:
11. DELIVERY FOR FOB
12. DISCOUNT
TERMS
13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
DESTINATION UNLESS BLOCK IS MARKED
SEE SCHEDULE
YES
13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO:
Code
16. Administered by:
US Embassy, 4
Th
Circular
Road, Cantonments Accra,
Ghana
GSO Procurement & Contracting Unit
US Embassy Accra, Ghana
17.a. CONTRACTOR/OFFEROR CODE FACILITY CODE
TELEPHONE NO:
18a. PAYMENT WILL BE MADE BY
Financial Management Officer
American Embassy Accra
P. O. Box 194
Cantonments, Accra, Ghana
17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN
OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS
BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO.
20.
SCHEDULE OF SUPPLIES/SERVICES
21.
QUANTITY
22.
UNI
T
23.
UNIT PRICE
24.
AMOUNT
Contractor shall provide domestic travel
services (TS) to the U.S. Embassy Accra,
Ghana as described in this solicitation.
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHE
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
__1___ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH
AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND
ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS
SPECIFIED HEREIN.
29. AWARD OF CONTRACT: REF. _________________
OFFER DATED _______________. YOUR OFFER ON
SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR
CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED
AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (Type or Print)
31c. DATE SIGNED
SECTION 1 - THE SCHEDULE
CONTINUATION TO SF-1449
RFQ NUMBER SGH10016R0006
PRICES BLOCK 23
1.0 Description:
The Contractor shall provide travel management services to the U.S. Embassy, Accra, Ghana, as described in
this solicitation. The contract type is a requirements type contract for all travel management services
required by the agencies set forth in Section 1, paragraph 27.0. The contract will be for a one-year base
period from the date to start services, set forth in the Notice to Proceed, with four one-year options to renew.
2.0 Transaction Fees and Commission Refund Process
2.1 Transaction Fee. The Government shall pay the Contractor a transaction fee based on a fixed
rate per transaction. See also Section 1, continuation of block 20, paragraph 2.0, Definitions, and
paragraph 17.0 for further information on handling of transaction fees. See also paragraph 15.0 for a
further description of Government Travel Charge Card, Centrally Billed Account (CBA), and
Government Travel Request (GTR) sales.
2.2 Reserved
I. BASE PERIOD
The contract will be for a one-year base period from the date of the contract award and a notice to proceed
with four (4) option years.
2.3 PRICING
II. VALUE ADDED TAX
2.4 VALUE ADDED TAX. Value Added Tax (VAT) is not applicable to this contract and shall
not be included in the CLIN rates or Invoices because the U.S. Embassy has a tax exemption certificate from
the Ghanaian government.
2.5 The firm fixed-prices are stated in __________________ (Offeror to identify currency). Local
offerors shall offer in Ghanaian Cedis (GH¢).
Transaction
Description
Base
Period
Option
Period 1
Option
Period 2
Option
Period 3
Option
Period 4
Domestic Transaction
Fee
Base Year Total Price
First Option Year Total Price
Second Option Year Total Price
Third Option Year Total Price
Forth Option Year Total Price
Grand Total, Base plus Four (4) Option Years
TABLE OF CONTENTS
* 1.0 - Scope of Work
* 2.0 - Definitions and Acronyms
* 3.0 - Contractor Requirements for Providing Official Travel Services
* 4.0 - Contractor Priority
* 5.0 - Furnishing of Equipment/Property
* 6.0 - Space for Performance of Required Services
* 7.0 - Minimum Personnel Requirements
* 8.0 - Contractor’s Quality Control Plan
* 9.0 - Transition Requirement and Continuity of Services
* 10.0 - Deliverables
* 11.0 - Notice to Proceed, Period of Performance and Options
* 12.0 - Place of Performance
* 13.0 - Hours of Service
* 14.0 - Basis of Compensation to the Contractor
* 15.0 - Billing and Payment Procedures
* 16.0 - Refund Procedures
* 17.0 - Transaction Fee Procedures
* 18.0 - Security
* 19.0 - Government Approval and Acceptance of Contractor Employees
* 20.0 - Key Personnel
* 21.0 - Personal Injury, Property Loss or Damage (Liability)
* 22.0 - Insurance
* 23.0 - Bonding of Employees
* 24.0 - Permits
* 25.0 - Post Award Conference
* 26.0 Task Order Issuance
* 27.0 Requiring Activity
CONTINUATION TO SF-1449
RFQ NUMBER SGH10016R0006
SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
1.0 Scope of Work
1.1. The Contractor shall provide corporate travel services for official domestic travel of
government employees and their dependents. Domestic travel includes travel within the country in
which the U.S. Embassy Accra, Ghana is located. The corporate travel services that the Contractor
shall provide include:
* Travel reservations, issuance and delivery of tickets for air; and where possible, advance
seat assignments and advance boarding passes;
* Detailed travelers' itineraries;
* Management information and billing reports derived from the booking database;
* Automated reconciliation of travel charges incurred through the Government's CBA
accounts and Government Travel Charge Card accounts;
* Information pamphlets for Government travelers who use the contract.
1.2. Each of these items is discussed in detail in Section 1, continuation of block 20, paragraph
3.0, "Contractor Requirements for Providing Official Travel Services".
1.3. The Contractor shall also, if requested, provide on an open-market basis, complete personal
travel services and support for Government employees and their dependents requesting personal
(unofficial) travel arrangements. However, no individual is required to use the services under this
contract for personal travel. The transaction fees listed in the Pricing portion of this contract apply
only to official travel. The Contractor may charge the same fee or a lesser or greater fee for personal
travel. However, the Contractor is responsible posting in a clearly visible public place the transaction
fees to be charged for personal travel.
1.4. The Contractor shall also provide travel services for any individual sponsored by a
participating agency under this contract, including personnel on temporary duty. Additionally, the
Government is often called upon to assist U.S. citizens who wish to return to the U.S. The Contractor
may be called upon to assist with the travel arrangements in such cases. The Contractor shall direct
any question as to whether or not a service should be provided to a particular person, to the
Contracting Officer or the Contracting Officer’s Representative.
1.5. Upon the request of employees or other persons with disabilities traveling on official business,
the Contractor must arrange necessary and reasonable accommodations, including but not limited to
airline seating, in-terminal transfers, ground transportation and barrier-free or otherwise accessible
lodging.
1.6. The Contractor shall make necessary arrangements to collect funding from the COR at the Embassy
for tickets that have been booked by agencies/ offices that make cash payments for the tickets.
2.0 Definitions and Acronyms
Agency U.S. Government activity at post, such as State Department, Foreign Commercial Service, or
Foreign Agricultural Service.
ARC - Airlines Reporting Corporation. Website: http://www.arccorp.com.
Business Day - Monday through Friday, except holidays listed in Section 2, DOSAR 652.237-72,
“Observance of Legal Holidays And Administrative Leave”.
CBA - Centrally Billed Account. Account established by a charge card Contractor at the request of an
agency as defined in this document. Consolidated airline ticket charges accrued through use of centrally
billed accounts shall be billed monthly. Expenses billed against centrally billed accounts are paid to the
Government travel charge card program Contractor.
Commission - Amount paid to the Contractor by another entity not a party to this contract, such as an airline,
for each airline ticket the Contractor books for that airline.
COR - Contracting Officer's Representative. See Section 2, DOSAR 652.242-70, Contracting Officer's
Representative (COR)
CRS - Central Reservation System. A major airline computer reservations system, such as Apollo, Sabre or
Worldspan.
Embassy Refers to U.S. Embassy Accra, Ghana.
Emergency - An unforeseen combination of circumstances that calls for immediate action. The term
emergency includes, but is not limited to, disasters, forest fires, evacuations, floods, and civil unrest.
eTS also known as E-Gov Travel Service, ETS is a government-wide, automated web-based worldwide
travel management service launched in April 2002. Additional information may be accessed through GSA’s
website, http://www.gsa.gov/portal/category/27096.
Federal Travel Regulation (FTR) - See 41 CFR Chapters 300-304. Chapter 301 governs travel and
transportation allowances for Federal civilian employees. Available from the Superintendent of Documents,
U.S. Government Printing Office, Washington, D.C. 20402-9325: (1) as a bound volume of the Code of
Federal Regulations (41 CFR, Chapter 201 to end); and (2) in a loose-leaf edition. Also available on the
internet at: http://www.policyworks.gov.
Fly America Act - See 49 U.S.C. 40118. The Fly America Act requires Federal employees and their
dependents, consultants, contractors, grantees and others performing United States-financed air travel to
travel by U.S. flag carriers. Details contained in 41 CFR 301-10.131 through 301-10.143 and 14 FAM 583.
Government - U.S. Government, including all participating U.S. Government agencies.
Government Excess Baggage Authorization/Ticket (GEBAT) - Issued by the carrier to the traveler when
presented with a GTR that authorizes the carriage of excess baggage. The GEBAT is used by the carrier(s)
to support subsequent billing of charges. Excess baggage is reimbursable up to the weight authorized.
NOTE: GEBAT’s are gradually disappearing. If the traveler is not using a GTR, the traveler will pay for
excess baggage with a credit card or cash.
Government Travel Charge Card - General Services Administration (GSA) Contractor-issued charge card to
be used by travelers of an agency to pay for passenger transportation services, subsistence expenses and other
allowable travel and transportation expenses incurred in connection with official travel. Although the
employee is liable for payment of all charges incurred, including those for ATM withdrawals, the employee
shall be reimbursed by his/her agency for all authorized and allowable travel and transportation expenses.
GSA - U.S. Government General Services Administration.
GTR - Government Travel Request issued on a SF-1169 which is provided to a carrier or a carrier’s agent to
procure passenger transportation services for the account of the U.S. Government. The GTR shall be used as
a supporting document with the bill for the transportation charges.
Lowest Available Fare - Except for the constraints of the airline contract program described in Section 1,
continuation of block 20, paragraph 3.2.2 and the Fly America Act, Section 1, continuation of block 20,
paragraph 3.2.3, the Contractor shall book the lowest available fare in accordance with agency policy, if any,
as expressed in the contract. If reservations made by the Contractor are not at the lowest available rate
allowed, at the time of ticketing, the Contractor shall refund the difference to the Government.
Media - A broad spectrum of methods used to provide a permanent record of communications (examples
include paper, EDI, electronic, floppy disk, optically stored media, computer disks, microfiche, microfilm,
computer to computer communications via mode, Networks (value added), facsimile or any other acceptable
method of available communication).
OAG - Official Airline Guide. Official Airline Guide (both Flight and Travel Guides). The OAG is available
on the internet at http://dos.oag.com/reg.htm.
Official Travel - Travel that is paid for and/or for which the traveler is reimbursed by the Government.
Personal Travel - Travel that is paid for by the employee/dependent and for which reimbursement will not be
provided by the Government.
PNR - Passenger Name Records
Refund - Ticket refund consists of the value of the ticket, but does not include transaction fee or other service
fee associated with issuing of the ticket. For billing purposes under this contract, a refund is not a separate
transaction.
Service Fee - Pricing, if any, for a value-added service.
Standard Carrier Alpha Code (SCAC) - Used by the Government to audit the Contractor’s billings. SCAC
code may be obtained from the National Motor Traffic Association, Inc. 2200 Mill Road, Alexandria, VA
22314; telephone (703) 512-1800. The current cost is $28.00 ($24.00 to renew). The SCAC is only
applicable if a GTR is used for payment.
Taxes and Fees - Charges for transportation imposed on travelers by other authority, such as U.S.
Government federal taxes, airport passenger facility charges.
Transaction - Issuance of a ticket for common carrier transportation, or changes to that ticket after issuance.
Other travel reservations associated with the travel under that ticket, including but not limited to, hotel
reservations, car rental, and other traveler services, are not considered a transaction for purposes of charging
a transaction fee.
Transaction Fee - Fee, charged by the Contractor, for issuance of a ticket for common carrier transportation
or changes to that ticket, after issuance. Paragraph 17.0 addresses when a transaction fee may be charged for
a transaction.
Travel Authorization - Document authorizing official Government travel.
Travel Management Center (TMC) - A commercial travel firm under contract to US Embassy Accra, Ghana
that provides reservations, ticketing and related travel management services for Federal travelers.
Travel Services - Transportation reservations, issuance and delivery of tickets for all modes of transportation;
reservations for lodging and vehicle rental services; and ancillary support related to travel.
User- Friendly - Ease of use geared towards those with a rudimentary or limited knowledge of computer
systems and operations. The knowledge base includes how to log on and off the system, simple menu-based
functions in a typical graphical user interface Windows-like environment, (for example, as point and click
functions such as file, open, close), simple one-step commands, such as search, print and save.
3.0 Contractor Requirements for Providing Official Travel Services
3.1. Taxes - When reservations are made for official business, the Contractor shall ensure that rate does
not include taxes for which diplomatic personnel are exempt.
3.2 Transportation
3.2.1 The Contractor shall comply with mandatory Government programs for air travel. Except for the
constraints of the “City Pairs” contract program noted below, and the Fly America Act, the Contractor shall
book the lowest available fare that satisfies the agency’s mission requirements. If reservations made by the
Contractor are not at the lowest available rate allowed by policy, the Contractor shall refund the agency the
difference.
3.2.2.1. GSA has awarded contracts to certain airlines for reduced air fares between numerous city/airport
pairs. The contract air service (e.g., 'YCA', '_CA') is mandatory for official Government travel (which
includes all travel funded by the Government), unless the Government approves the use of non-contract fares
under the exceptions specified in the FTR. In cases of separate contract awards between specific airports in
cities, the traveler may use the airport that best meets their needs without further justification. These contract
fares may be obtained only with a GTR, a Government Travel Charge Card or a CBA.
3.2.2.2. Promotional or other types of discount fares can be used on contract city/airport pair routes if they
are offered by the contract carrier and are lower in cost than contract fares. Contract fares shall not be used
for any personal travel, including those instances where portions of personal travel are substituted for a leg of
an officially authorized trip.
3.2.2.3. There are a limited number of non-contract fares (YDG or similar), restricted to official Government
travelers, which are obtainable only with a GTR, Government Travel Charge Card, or CBA. Such fares can
only be used when contract fares are not available or when offered by the contract carrier in that city/airport
pair route at a lower cost than the contract fare.
3.2.2.4. When non-contract carriers offer restricted or unrestricted coach fares to the general public which are
lower than the Government contract fares, the Contractor may only use such lower fares on the application of
exceptions contained in the current GSA Airline City-Pair Program. GSA contracts annually for air
passenger transportation services between designated city/airport pairs. Since the contract is awarded
annually the contractor must check the most current contract found on the Internet at http://www.gsa.gov,
then click on “Travel on Government Business”.
3.2.2.5. It should be noted, however, that any restricted fare which provides for a monetary penalty for
itinerary changes or flight cancellations shall not be used without the written consent of the using agency.
3.2.2.6. Full coach fares may be used if no reduced fares are available.
3.2.3 The Fly America Act generally precludes use of non-US flag carriers, except as provided in the FTR
and the Foreign Affairs Manual, Volume 6.
3.2.4. The Contractor shall provide the Government with the reservation and ticketing services which
industry practice normally accords corporate or private travelers, to include new and improved reservation
and ticketing technologies. These shall include a 24-hour, toll-free number available to travelers to perform
emergency itinerary changes and emergency services outside regular business hours. The Contractor shall be
responsible for ensuring that any subcontractor providing such emergency service complies with all
conditions of the contract.
3.2.5. There are only limited instances in which the Government will pay for premium class travel and the
travel order will need to state that business class travel is authorized. This must be accompanied by another
document, DS-4087, signed by an authorizing official, providing the justification for premium class travel.
This does not apply to situations in which frequent flyer benefits will be used to obtain the premium class
tickets.
3.2.6. Back-to-back faring, or hidden city ticketing are prohibited under this contract.
3.2.7. The Contractor shall provide the traveler with last seat availability, advance seat assignment, and
advance boarding passes on all airlines for which the Contractor can offer these services.
3.2.8. The Contractor shall make adjustments for any change(s) in flight, train, bus or steamship schedules.
Tickets and billings shall be modified or reissued to reflect these changes.
3.2.9. The Contractor shall make a timely effort to notify travelers of airport closings, canceled or delayed
flights, trains, buses or voyages.
3.3. Reserved
3.4. Reserved
3.5. Reserved
3.5.1. Health Requirements. The Contractor shall provide travelers with advice on necessary health
requirements, including types of inoculations and vaccinations whether required or suggested for foreign
travel.
3.5.2. Reserved
3.5.3. Reserved
3.5.4. Reserved
3.5.5. Reserved
3.5.6. Information Pamphlets
3.5.6.1. The Contractor shall develop, print and deliver to the Government, pamphlets listing procedures for
traveler use of the services under this contract. These should be approximately pocket or letter size, about
two pages long, and should provide Contractor phone numbers and other relevant information. The
Contractor shall prepare as many pamphlets as required by the Government, subject to approval by the COR,
who shall review the pamphlet before it is printed and delivered in quantity to the Government. The
Contractor shall maintain at its expense a sufficient supply of these pamphlets throughout the duration of the
contract and furnish additional quantities after the initial quantity, when requested by the COR.
3.5.6.2. Additionally, the Contractor shall include one pamphlet with each ticket and itinerary package
ordered during the first quarter of the contract period (first three months), and the first quarter of any option
years extended under the term of any resulting contract(s).
3.6. Traveler's Itineraries - The Contractor shall provide to each traveler a complete, printed or sent via
email itinerary document including, but not limited to the following:
* carrier(s);
* flight number(s);
* if applicable, annotate that the traveler refused the contract or lowest fare offered;
* departure and arrival time(s) for each segment of the trip;
* local and toll-free 800 numbers, (the latter only if available in the country in which these services
are provided) for both the servicing office and the after-hours emergency services location. If toll-free
800 numbers are not available, then the collect calls shall be accepted and this notification shall be
included on the itinerary.
* a statement and a copy of the passenger receipt coupon of all charges associated with the
transportation ticket, including the ticket number, price, fees charged and a description of those fees.
* electronic or printed ticket.
* if use of a non-contract carrier is authorized, the Contractor shall annotate one or more of the
following reasons to show contract city-pair coverage and agency justification for non-use. The
Contractor may use alpha or numeric codes for representation;
* Space or scheduled flights are not available in time to accomplish the purpose of travel, or use
of contract service would require the traveler to incur unnecessary overnight lodging costs which would
increase the total cost of the trip; or
* The Contractor's flight schedule is inconsistent with explicit policies of individual Federal
departments and agencies, where applicable, to schedule travel during normal working hours; or
* A non-contract carrier offers a lower fare available to the general public, the use of which
will result in a lower total trip cost to the Government, to include the combined costs of transportation,
lodging, meals, and related expenses. Note: This exception does not apply if the contract carrier(s)
offers a comparable fare and has seats available at that fare, or if the lower fare offered by a non-contract
carrier is restricted to Government and Military travelers on official business and may only be purchased
with a GTR or Government contractor issued general charge card, such as, YDG, MDG, ODG, VDG and
similar fares.
3.7. Ticket Delivery
3.7.1. All tickets shall be delivered upon proof of payment
3.7.2. Travelers shall be provided an itinerary and confirmation number in advance of travel. The
contractor shall deliver the tickets only to employees designated by the U.S. Government.
3.8. Reserved
3.9. Management Reports and Deliverables - The Contractor shall provide the Government with
management information reports. As a minimum, the Contractor shall develop the following reports which
shall be delivered within the time frames set forth in Section 1, continuation of block 20, paragraph 10.0:
3.9.1. QUARTERLY PROBLEMS AND SOLUTIONS REPORT - A concise quarterly narrative (no more
than one page) of the Contractor's activities. This report shall identify problems and recommend solutions.
The report shall include suggestions to enhance service, where appropriate. The Government encourages
interim reports, as deemed necessary by the Contractor;
3.9.2. QUARTERLY SALES ACTIVITY REPORT - A quarterly summary of sales activity data. The
Contractor shall prepare the report in accordance with the sample in Section 1, Attachment 2. This summary
shall reflect all official sales activity for each agency using the contract, whether the travel was purchased
using a GTR, Government Travel Charge Card or CBA.
3.9.3. RECONCILIATION REPORT OF TRANSPORTATION BILLINGS
3.9.3.1. The Contractor shall provide automated reconciliation of transportation billings charged
through user agencies' CBA accounts. The Contractor shall use an automated accounting system with direct
interface among the reservation, ticketing and accounting elements so that all passenger reports and summary
data are automatically generated from point-of-sale information.
3.9.3.2. Agencies participating in the Government's charge card program have agency CBA accounts
established with the charge card company. The charge card company will provide the Contractor with
magnetic tapes or floppy disks of a month's CBA billings for each participating agency, at the agency’s
request. In order to perform automated reconciliation of accounts, the Contractor must have a tape drive and
sufficient computer capacity. The Contractor shall run these tapes/disks against its own tape of transactions
to provide each agency with reconciled charges, no later than five (5) working days from receipt of the
charge card vendor’s billing tapes.
3.9.4 MONTHLY TRANSACTION FEE REPORT
3.9.4.1 A monthly report based on the transaction fee schedule of the contract. This report shall list all
transaction fees to be paid by user agency. The fees shall be broken down, not only by agency, but also by
type of transaction, following the line items in the pricing portion of this contract. For example, if a courier
is used, the transaction fee associated with courier delivery shall be listed separately from the standard
transaction fee.
3.10. Communications System and Emergency Services
3.10.1. The Contractor shall provide service, five days a week, Sunday through Thursday, compatible with
the Consulate’s standard workday. Section 1, continuation of block 20, paragraph 13.0, below sets forth the
normal working hours for Contractor personnel providing services under this contract. The Contractor shall
provide dedicated telephone service for the account(s) at no cost to the Government, to include:
toll-free service for Government use, to the servicing location, during regular working hours;
a 24-hour toll-free number available to travelers which will allow immediate access to a
reservation agent to perform emergency itinerary changes outside regular business hours;
and the acceptance of collect calls when toll-free access is unavailable.
3.10.2. The Contractor shall be responsible for ensuring that any subcontractor providing 24-hour emergency
service complies with all conditions of the contract.
3.10.3. In the event of emergencies (e.g., Presidential-declared disasters, forest fires, evacuations, floods,
hurricanes, etc.), the Contractor shall maintain operations necessary to support the Government under this
contract. This includes manning the office 24 hours a day as required by the Government responding to the
emergency/evacuation and providing necessary delivery of tickets.
3.10.4. The Contractor shall answer at least 80 percent of calls within 20 seconds and provide a recorded
message for those calls not answered in 20 seconds. The recorded message shall give the traveler at least two
options:
to hold or
to leave a message for a call back.
Return calls shall be made within one (1) hour. The Contractor shall respond to facsimile or e-mail requests
by close of business on the following business day, unless travel is scheduled on a weekend, holiday, or
business day subsequent to the day of the request.
3.10.5. Many times services required outside normal working hours are as a result of visits by U.S.
Government officials to the Embassy. In providing this service, the Contractor may be required to provide
Travel Counselors/Reservationists on weekends, holidays and/or weekdays before or after normal office
hours. In adhering to this requirement, the Contractor shall comply with all local labor laws including the
payment of staff overtime when applicable. Additionally, the Contractor shall provide travelers' assistance
services to official visitors. The average annual number of visitors requiring traveler’s assistance services is
200 per year. Services would be of a "Visitors Bureau" type that, as a minimum, could include the following:
* Travel Changes and Confirmations
3.10.6. The Contractor shall be capable of accepting most major credit cards including Citibank Visa for
payment of travel services.
3.10.7. If the Contractor's reservation center is remote from the US Consulate, the Contractor shall provide
toll-free numbers for use by agencies’ employees to make reservations during the Consulate’s regular hours
of operations. Remote is defined as areas where agencies would have to make long-distance calls to reach
the Contractor.
3.10.8. Emergencies - The Contractor shall continue to provide services during emergencies or
contingencies. In connection with evacuations or large scale air movements of noncombatants, refugees or
troops, the Contractor shall establish temporary office or expand existing services, as appropriate, to expedite
travel (such as, Noncombatant Evacuation Operation missions). The Government will provide its own
facilities during emergencies, as required.
3.11. Media - In addition to the required reports, the Contractor shall produce, within reasonable
parameters, other management reports in formats and media requested from time to time by the Contracting
Officer. To compile such reports, Contractor's back-office computer shall be capable of collecting all data
from reservation and ticketing records in the format requested. The Contractor shall also have the capability
to capture data for reports when the CRS is not operating and for airlines that do not subscribe to a CRS.
3.12. Project Management The Contractor shall provide reservation agents, personnel and equipment
necessary to assure that the highest quality of service is provided. The Contractor shall have the capability to
make reservations and provide tickets at its servicing office(s) when its Centralized Reservation System
(CRS) is not operating and when reservations cannot be made on an airline through a CRS.
3.13 eTravel Service (eTS) - https://www.gsa.gov/portal/content/105399 the electronic travel (eTravel)
project is grounded in the President’s E-Government initiative and the Administration’s commitment to
employ the latest technology to create a more efficient, citizen-centered Federal Government. The eTravel
project was launched in response to The President’s Management Agenda. eTravel is a change management
initiative that is supported and enabled by technology. Its mission is to improve the internal efficiency and
effectiveness of the Federal Government by simplifying applicable policies and regulations and by
implementing common administrative processes for Government travel services that eliminate duplicative
and redundant processes and systems. eTravel is a collaborative, inter-agency initiative whose purpose is to
realize operational efficiencies, cost-savings, and increased service to the Federal traveler through a common,
automated, and integrated approach to managing Federal Government travel functions.
The eTravel initiative provides a web-based, end-to-end travel management service for use by all civilian
Executive Branch departments and agencies of the Federal Government. There are currently three vendors
awarded contracts to support the eTravel: Northrop Grumman Mission Systems; CW Government Travel;
and EDS. Use of the eTravel Service (eTS) by Executive Branch agencies is established by policy and
regulation. The eTravel Program Management Office ensure compliance with the policies, regulations, and
use of the common Government-wide eTS.
Information on the eTS can be found by clicking the eTS web page.
3.14 eTS REQUIREMENTS - In support of eTS as specified in agency task orders, the Contractor shall:
* Ensure that products/services provided to participating agencies complement and support the
eTravel Service (eTS) and its objectives in an efficient and cost-effective manner. The objective
of the eTS is to:
* Consolidate travel processes at the Government-wide level;
* Consolidate travel processes through the common Government-wide eTravel Service
* Consolidate data to enable leveraging the Government’s travel buying power;
* Provide an integrated, web-based travel management environment that is customer-centric,
self-service, and offers end-to-end travel services from travel planning, reservation and
ticketing services through voucher approval and common data output for agency financial
systems;
* Facilitate and simplify the travel process for the Federal traveler, and improve customer
service to the Federal traveler; and foster superior customer satisfaction;
* Accelerate reimbursement of travel expenses to the Federal traveler and to travel charge card
vendors;
* Enable central travel management and make travel procedures configurable at the department,
agency, and subordinate organization levels;
* Minimize or eliminate the Government’s capital investment as well as Government-wide
operational and maintenance costs;
* Significantly reduce the cost of Federal travel management to achieve dramatic savings by
avoiding unnecessary duplication of automation efforts by the various federal agencies;
* Provide Government-wide consolidated and aggregated data to support world class travel
management and afford greater visibility into Federal travel processes for continued
management improvement and cost savings;
* Leverage commercial and Government travel management best practices and adopt
commercial standards and practices wherever possible;
* Maximize the use of open architecture standards, as well as leverage industry standards and
commercially available services and support items.
* Work and exchange data with the eTS contractor under contract with the Government as specified
in the task order. This may include interfacing/integrating with the eTS provider by providing
contact information, telephone numbers, file formats/sample PNRs, open branch access/pseudo
city codes; participating in subcontractor/teaming agreements; participating in training and/or
meetings; non-disclosure agreements; synchronization and security requirements; etc. Unless
otherwise mutually agreed to between the eTS and TSS contractors, ownership of the PNR shall
reside with the ticketing entity. Each eTS contractor’s standards for accommodating non-eTS
travel agent service providers is provided at Attachment 1.
The Contractor must state its understanding that its services, products and processes offered must
complement the eTravel Service (eTS) for all civilian agencies using the eTS. If the Contractor
is offering a booking engine in conjunction with its offered services, it must state its
understanding that such a booking engine may only be offered to those agencies not participating
in the eTS (in full or in part) and/or to those agencies not subject to the Federal Travel Regulation.
3.15 ETS Definitions
Transaction A - Air Ticket
Reservations: Transaction A fee applies for all arrangements and reservations related to one itinerary
for which an air ticket is issued. The fee includes making and changing arrangements (air) for one or
multiple locations. The fee may only be charged at time of ticket issuance and is not refundable if the
travel is subsequently cancelled. The transaction fee covers the processing of refunds or credits for
unused tickets. An additional transaction fee may be incurred if changes in the itinerary require the
issuance of a new ticket. The contractor shall not charge a fee for cancellations made prior to
issuance of tickets. Research of travel arrangements, changes to existing arrangements, air
reservations for which tickets are not generated shall not be considered Type A transactions.
3.16 ETS Delays. In the event there are delays with the implementation of ETS, the contractor shall only be
required to provide the agent assisted or on-site travel management services as set forth in this contract until
ETS is implemented, and the OBE is configured to support the Post population
4.0. Contractor Priority - The Government's travel requirements shall be accorded the highest priority.
The Contractor must ensure that non-Governmental travel considerations do not delay, impede, or frustrate
the Contractor's timely effective processing of official Government travel.
5.0 Furnishing of Equipment/Property
5.1. The Government will provide the property listed in Section 1, Attachment 3. The Contractor has the
option to reject any or all Government furnished property or items. However, if the Government furnished
property is rejected, Contractor shall provide all necessary property, equipment or items, adequate in quantity
and suitable for the intended purpose, to perform all work and provide all services at no additional cost to the
Government. The Contractor shall use all Government furnished property or items only in connection with
performance under this contract. The Contractor is responsible for the proper care, maintenance and use of
Government property in its possession or control from time of receipt until properly relieved of responsibility
in accordance with the terms of the contract. Negligent use of Government furnished property that results in
damage or destruction is cause for repair or replacement at the Contractor's expense. The Contractor shall
use automated reservation equipment, with the capacity to display all available fares, generate automated
travel itineraries, issue advance boarding passes, and print tickets automatically.
5.1.1. The Contractor shall maintain written records of work performed, and report the need for major repair
or replacement work for Government property in its control. The Contractor shall assure that the
Government property will be used only for those purposes authorized in the contract and that any required
approvals for use will be obtained prior to use.
5.1.2. The Contractor shall physically inventory all Government property in its possession. Physical
inventories consist of sighting, tagging or marking, describing, recording, reporting and reconciling the
property with written records. The Contractor shall conduct these physical inventories annually, as directed
by the COR, and at termination or completion of the contract. Unless approved in advance by the
Contracting Officer, personnel who maintain the property records or who have custody of the property shall
not be the individuals who perform these inventories.
6.0 Space for Performance of Required Services.
6.1. The Contractor shall operate out of US Government property. The Contractor shall perform all the
required services in a timely manner, through effective communications and delivery systems.
7.0 Minimum Personnel Requirements
All Contractor personnel providing services under this contract shall be fluent in English as well as the local
languages.
7.1. Reserved
7.2. Project Manager(s) The Contractor shall provide a Project Manager who is experienced in operating
automated reservation and ticketing equipment to arrange transportation via all modes. The Project Manager
shall have supervisory experience with travel accounts, and be experienced in operating the automated
reservation and ticketing systems proposed for this account.
7.3. Travel Counselors/Reservationists - The Contractor shall provide full-time travel
counselors/reservationists. The Travel Counselors/Reservationists shall have been trained in operating the
proposed automated reservation and ticketing equipment. The Contractor shall provide qualified substitute
personnel for absent permanent employees, when service levels are negatively impacted, as determined by
the Government.
7.4. Other Personnel - The Contractor shall provide whatever other personnel are necessary to comply
with the requirements of this contract.
7.5 Other Considerations All Contractor personnel who provide services under this contract shall be
acceptable to the Government in terms of personal conduct. Employment and staffing difficulties shall not
be justification for failure to meet established schedules.
8.0 Contractor’s Quality Control Plan
8.1. General. The Contractor shall maintain procedures to continually monitor the quality of travel
services; with the goal of providing and maintaining the highest level of customer service/satisfaction. These
procedures shall ensure compliance with communication requirements, Section 1, continuation of block 20,
paragraph 3.10 and include:
an internal method for monitoring, identifying and correcting deficiencies in the quality of
service furnished the Government and
Quality Service survey form that addresses travel services to be furnished under this contract.
8.2. Specifics. The Contractor’s Quality Control plan shall outline procedures to ensure that the lowest
applicable fares are obtained and that the Contractor complies with contract city-pair fares. To ensure
compliance, the Contractor shall, as necessary:
* make adjustments for any change(s) in flight, train, bus or steamship schedules;
* modify or reissue tickets and billings to reflect any changes;
* provide timely notification to customers of changes to tickets/itineraries, particularly
those which occur after ticket issuance (e.g., fares, routing, delays, closings), and;
* provide courteous and prompt resolution of customer complaints.
The Contractor’s automated system shall assure reservation accuracy and lowest fares, and rebooking
passengers at lower fares or reserving preferred seats if such fares or seats are not available at the first
attempted booking. Additionally, the Contractor shall identify methods to check all tickets/itineraries for
required data and lowest fares, to include those that cannot be checked through the automated system(s).
8.3. Within fourteen days of contract award, the Contractor shall furnish a Quality Service survey
(questionnaire) to the COR for approval. The Quality Service survey shall include, as a minimum:
measurement factors for prompt telephone response;
courtesy and professionalism of Contractor personnel;
reservation accuracy;
ticket delivery and document accuracy, and;
overall quality of service provided.
Additionally, the survey form shall identify the Contractor and provide space for customer comments. The
Contractor shall periodically distribute these questionnaires to at least ten percent (10%) of ticketed travelers,
but not less than twice a year. The Contractor shall make these responses available to the COR.
9.0 Transition Requirement and Continuity of Services
9.1. The Contractor shall comply with FAR clause 52.237-3, "Continuity of Services", during any
transition period.
9.2. The Government requires a smooth and orderly transition between the Contractor and the successor
Contractor to ensure minimum disruption and avoid decline in service to the Government. Unless
otherwise specified by the Government, the Contractor shall provide to the successor Contractor copies of all
bookings and Passenger Name Records (PNRs) taken on or before the contract expiration date, for travel
taking place after the expiration of the contract. In addition, the Contractor shall provide the successor
Contractor with copies of all agency profiles and all Government traveler sub-profiles as well as all
Government travel preference profile cards currently in possession of the Contractor, as directed by the
Contracting Officer or COR.
9.3. The Contractor shall book all requests it receives prior to the expiration of the contract regardless of
the date of commencement of travel. Unless otherwise requested by the ordering agency, however, the
Contractor shall not issue tickets for travel that commences later than two working days after the expiration
of the contract.
9.4. For example, if a contract ends on Friday, the Contractor, unless otherwise requested, shall not issue
tickets for travel commencing later than the following Tuesday. The Contractor is required to issue and
deliver all such tickets by close of business of the last working day of its contract (in this example, Friday).
Issuance of and delivery of tickets for travel beginning the following Wednesday or later, even if originally
booked by the Contractor, is the responsibility of the successor Contractor. As of Monday, all new requests
shall be handled by the successor Contractor.
9.5. The Contractor shall adhere to the following procedures during the transition process:
9.5.1. The outgoing Contractor shall not take travel reservations later than twelve noon on the day of
operations except in cases of emergency travel. Such emergency ticketing shall be done only when
authorized by the COR.
9.5.2. Afternoon hours of the final day of operation for the outgoing Contractor shall be used for the transfer
of the PNR's to the incoming Contractor.
9.5.3. If the transition is for an on-site operation, the on-site office shall be closed to walk-in traffic, starting
at twelve noon (local time) on the day prior to the last day of operations of the outgoing Contractor, except
for emergency travel arrangements.
9.5.4. If the incoming Contractor had proposed to take over the outgoing Contractor’s CRS or other
equipment, this should be finalized during the afternoon hours of the last day of the transition.
9.5.5. The Government is responsible for notifying its employees of the proposed closings and interim
procedures for obtaining emergency services. Such notice shall be posted in the on-site office.
9.5.6. The outgoing Contractor shall make all seminar and meeting arrangements it receives prior to the end
of the contract, regardless of the date of commencement of the meeting. Unless a purchase order has been
issued to the outgoing Contractor, all arrangement information shall be turned over to the incoming
Contractor. If a purchase order has been issued to the outgoing Contractor that Contractor will continue to
make the requested arrangements in accordance to the terms of the contract under which the purchase order
was issued.
NOTE: Failure to effect a smooth transition will be documented, forwarded to the outgoing Contractor, and
will be made available for future past performance evaluations in accordance with solicitation requirements.
10.0 Deliverables
10.1. The Contractor shall provide the following deliverables/submittals within the time frames identified
below:
REFERENCE/
DELIVERABLE
DUE DATE*
ADDRESSEE
Ticket Delivery
Upon proof of payment
Traveler/COR
Quarterly Problems and
Solutions Report
10
th
day after the last day
of each calendar quarter
COR
Quarterly Sales Activity Report
10
th
day after the last day
of each calendar quarter
COR
Reconciliation Report of
Transport Billings
10
th
day after receipt of
charge card vendor’s
billing tapes
COR
Transaction Fee Report
25
th
day of each month
COR
TMC Information Pamphlet
14 days after start date
listed in Notice to Proceed
and for all other deliveries
within 3 days of request
from COR; to individual
travelers at time of ticket
issuance
COR/Traveler
Quality Service Survey
14 days after start set forth
in Notice to Proceed
COR
*Days represent calendar days
10.2. Addressees
10.2.1. The address for the COR is set forth below:
US Embassy Accra
General Services Officer
P.O. Box 194 Accra, Ghana
11.0 Notice to Proceed, Period of Performance, and Options.
11.1. Notice to Proceed
11.1.1. Immediately upon receipt of notice of award, the Contractor shall take all necessary steps to prepare
for performance of the services required hereunder. The Contractor shall have a maximum of thirty calendar
days to complete these steps.
11.1.2. Following receipt from the Contractor of acceptable evidence that the Contractor has obtained all
required licenses, permits and insurance and is otherwise prepared to commence providing the services, the
Government shall issue a Notice to Proceed.
11.1.3. On the date established in the Notice to Proceed (this notice will allow a minimum of seven (7)
calendar days from the date of the Notice to Proceed, unless the Contractor agrees to an earlier date), the
Contractor shall start work.
11.2. The performance period of this contract is from the start date established in the Notice to Proceed and
continuing for 12 months, with four (4), one-year options to renew. This contract also includes an additional
option under FAR 52.217-8. The initial period of performance includes any transition period authorized
under the contract.
12.0 Place of Performance
The Contractor shall operate out of US Government property. The Contractor shall perform all the required
services in a timely manner, through effective communications and delivery systems.
13.0 Hours of Service
The Contractor shall provide service Monday through Thursday during the hours of 0730 1700 hours and
Fridays 0730-1230. The Contractor shall provide emergency services outside regular working hours through
a 24-hour, phone number, available to all Government travelers. See also Section 1, continuation of block
20, paragraph 3.10.
14.0 Basis of Compensation to the Contractor
14.1. Official Travel. The Government will reimburse the Contractor for transportation services for official
travel arranged by the Contractor. This reimbursement will include only the actual carrier rates and/or fares
effective for air tickets issued to Government travelers for official travel. The Government will also pay the
Contractor, upon receipt of a proper invoice, the applicable transaction fees. The Contractor shall comply
with travel authorization requirements established by the Government to verify that transportation billed is
for official travel. The Government shall issue a Travel Authorization (TA), which shall be furnished by the
traveler to the Contractor. The Contractor shall use this TA to document each official ticket. Most airlines
have exemptions to this charge for official Government travel.
14.2 Transaction Fee. See paragraph 17.0 for details regarding how the transaction fee shall be
administered.
15.0 Billing and Payment Procedures
15.1. Billing and payment procedures for transportation expenses will differ, as noted below, according to
whether the agency is participating in the Government travel card program. Only the cost of official carrier
transportation and excess baggage may be charged to the Government, plus the transaction fee, reduced by
any commission.
15.2. The Contractor shall refund immediately the difference in cost if the Contractor has failed to book the
lowest available fare except for the constraints noted in Section 1, continuation of block 20, paragraph 3.2.1,
that satisfies agency needs. No transaction fee shall be charged for this refund, but neither shall the
transaction fee paid by the Government, be refunded by the Contractor.
15.3. The traveler must make payment for all other services, such as hotels or rental cars. The traveler shall
make such payment, as appropriate, to the supplier or to the Contractor. The Contractor shall accept the
Government travel card (as described below) and may allow any other mutually accepted arrangement.
15.4. Agencies Participating in the Government Travel Card Program
15.5 Each traveler’s agency will assign the Contractor, a U.S. Government Transportation Request (GTR),
SF-1169, as an obligation/procurement instrument covering a designated period of time corresponding to the
billing cycle. Each ticket issued by the Contractor shall reference the appropriate GTR number in the
endorsement.
15.5. At each agreed upon billing cycle, the Contractor shall prepare and issue to each agency a Public
Voucher for Transportation (SF 1113) with an itemized report or invoice which sets forth the name of the
traveler, origin and destination points, ticket number, GTR number and fare. The statement shall also
include a summary of the number and dollar value of all tickets issued during the designated period.
Enclosed with this statement shall be the supporting documentation, such as ticket coupons, together with
related TA's.
15.5. The Contractor shall bill no more frequently than monthly. For each agency using the GTR, the
Contractor, with review and approval by the COR, shall document each agency's requirements. This
documentation shall specify:
* the vendor code;
* requirements for documentation and authorization of official travel;
* delivery arrangements;
* invoice requirements, billing and payment procedures and appropriate agency addresses.
* SCAC Code: If payment will be by GTR, the Contractor shall obtain a Standard Carrier Alpha
Code (SCAC) from the National Motor Freight Traffic Association (1001 North Fairfax
Street, Suite 600, Alexandria, VA 22314; ph. 866-411-6632; or go to www.nmfta.org, select
“Quick Links” to apply for a new SCAC or renew an existing SCAC). This code will be used
by the Government to audit the Contractor's billings. The cost of obtaining this designation
shall be borne by the Contractor. The COR shall provide the Contractor assistance in this
process.
16.0 Refund Procedures
16.1. Under no circumstances shall the Contractor provide any Government employee with a cash refund
on tickets for official Government travel.
16.2. Agencies shall use SF 1170s or receipts for returned tickets to apply to the Contractor for refunds for
unused transportation purchased directly by the agency. Documentation standards shall be established by
each agency but, as a minimum, the Contractor shall identify each refund or credit by original ticket and
invoice number (if applicable).
16.2.1. For CBA Purchases: The Contractor shall treat refunds on purchases by CBA in the same manner as
refunds for similar charge or credit card purchases. Refunds for unused, downgraded or exchanged tickets
shall be made by the Contractor immediately in the form of a credit refund receipt returned to the agency,
with the credit applied to the agency's CBA. No cash refunds shall be made for CBA purchases.
16.2.2. For GTR Purchases: The Contractor shall remit refunds to the agency within ten working days after
receipt of application for refund. There is nothing expressed or implied in this provision to preclude the
Contractor from making refunds on account.
16.3 Employees who have been issued Government Travel Charge Cards shall apply directly to the
Contractor, through the delivery control point, for refunds for unused transportation. The Contractor shall
treat such refund requests in the same manner as refunds for similar charge or travel card purchases. Refunds
shall be given immediately, in the form of a credit refund receipt returned to the employee, with
the credit applied to the individual employee's travel card account.
17.0 Transaction Fee Procedures
17.1 Official and Personal Travel. These procedures apply only to official Government travel, not
personal travel. Any transaction fee charged to an individual on personal travel shall be between the traveler
and the Contractor. However, the Contractor shall post in a plainly visible location, the transaction fee to be
charged to a traveler on personal travel.
17.2. Charging of Transaction Fees. Block 20, paragraph 2.0 includes definitions for “Transaction” and
“Transaction Fee”. The pricing portion of this contract sets forth more than one transaction fee amount and
the applicable fee is based upon which category in the pricing table describes the transaction. For example, if
the service is performed on-site, then the transaction fee charged for the transaction shall be the “on-site
services domestic transaction fee”. The following paragraphs describe what constitutes a transaction for
purposes of charging a transaction fee.
17.2.1. When requested by the Government, the Contractor is required to arrange for transportation of one or
more individuals. The Contractor may charge only one transaction fee per itinerary when the ticket is issued.
When multiple people travel on the same order, each individual traveler would have an itinerary. The
(individual) itinerary could have multiple tickets, but only one transaction fee per is charged. (fee is not
based on the number of tickets needed to complete the (individual) itinerary). Until such time as the
Government requests the Contractor to issue and the Contractor actually issues a ticket for transportation, no
transaction fee shall be charged for any services associated with that transportation, including but not limited
to:
* the original transportation reservations;
* changes to the original transportation reservations;
* any related services described in Continuation of Block 20, paragraph 3.5 or elsewhere in this
contract
17.2.2. Upon issuance of the transportation ticket, the Contractor shall charge the Government the applicable
transaction fee for one transaction, that transaction being the ticket issuance. The Contractor shall not charge
additional transaction fees for any other services noted above or elsewhere in this contract.
17.2.3. Once the ticket is issued, if the traveler requests a change in that ticket that requires ticket reissuance,
the Contractor shall charge the Government an additional transaction fee. No additional transaction fee shall
be charged for any other services.
17.2.4. After ticket issuance, if the Contractor must change and/or change and reissue the ticket because the
Contractor or the Government discovers a Contractor-caused error in the routing, carrier or other problem,
there shall be no additional transaction fee charge.
18.0 Security - The Government reserves the right to deny access to U.S.-owned and U.S.-operated
facilities to any individual. The Contractor shall provide the names, biographic data and police clearance on
all Contractor personnel who shall be used on this contract prior to their utilization as required below in
“Government Approval and Acceptance of Contractor Employees.” The Government shall issue identity
cards to approved Contractor personnel, each of whom shall display his/her card(s) on the uniform at all
times while on Government property or while on duty at private residences. These identity cards are the
property of the Government and the Contractor is responsible for their return upon termination of the
contract, when an employee leaves Contractor service, or at the request of the Government.
19.0 Government Approval and Acceptance of Contractor Employees - The Contractor shall subject its
personnel to the Government's approval. All employees shall pass a suitable investigation conducted by the
Contractor, including recommendation(s) from their respective supervisor(s). Also required is a police check
covering criminal and/or subversive activities, a check of personal residence, and a credit investigation. All
such investigations shall be provided in summary form to the COR for review and approval or disapproval.
The contractor shall not use any employees under this contract without Government approval.
20.0 Key Personnel.
20.1 The Contractor shall assign to this contract the following key person to the identified
position/function:
POSITION/FUNCTION NAME
Project Manager * ________________*
* To be completed at time of award.
20.2. During the first 90 days of performance, the Contractor shall make no substitutions of key personnel
unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall
notify the COR within 10 calendar days after the occurrence of any of these events and provide a detailed
explanation of the circumstances necessitating the proposed substitution, complete resume for the proposed
substitute, and any additional information requested by the COR. The proposed substitute must possess
qualifications comparable to the original key person, as well as satisfying any minimum standards set forth
elsewhere in the solicitation/contract.
20.3 After the first 90 days, the Contractor may substitute a key person if the Contractor determines the
change is necessary. However, prior to making that substitution, the contractor shall provide a complete
resume for the proposed substitute, and any additional information requested by the Contracting Officer. The
proposed substitute shall possess qualifications comparable to the original key person and meet the minimum
standards set forth in the contract.
20.4. Whenever a Key Person substitution is requested, the Project Manager shall sign the resumes,
certifying that the resume is accurate and complete, and that the proposed replacement meets the required
experience levels. The COR will notify the Contractor within 5 calendar days after receipt of all required
information of the decision on the substitution. The COR shall confirm oral approvals or rejections in
writing. The Government will modify the contract to reflect any changes in key personnel.
21.0 Personal Injury, Property Loss or Damage (Liability) - The Contractor hereby assumes absolute
responsibility and liability for any and all personal injuries or death and/or property damage or losses
suffered due to negligence of the Contractor's personnel in the performance of the services required under
this contract.
22.0 Insurance - The Contractor, at its own expense, shall provide and maintain during the entire period of
performance of this contract, whatever insurance is legally necessary. The Contractor shall procure and
maintain during the entire period of performance under this contract the following minimum insurance:
Workers' Compensation and Employer's Liability
Workers' Compensation and Occupational Disease GHC 18,000.00
Statutory, as required by host country law
23.0 Reserved
24.0 Permits - Without additional cost to the Government, the Contractor shall obtain all permits, licenses,
and appointments required for the prosecution of work. The Contractor shall obtain these permits, licenses,
and appointments in compliance with applicable host country laws. The Contractor shall provide evidence of
possession or status of application for such permits, licenses, and appointments to the Contracting Officer
with its proposal. Application, justification, fees, and certifications for any licenses required by the host
government are entirely the responsibility of the Contractor.
25.0 Post Award Conference Within 10 days after contract award, a post award conference will be held
at the Consulate, the precise location, date and time to be provided by the Government at time of award.
26.0 Task Order Issuance - Under this contract, any request for travel management services for official
travel shall be considered to be issuance of a task order under the clause at FAR 52.216-18.
27.0 Requiring Activities and Participating Agencies
(a) Requiring Activity(s).
(1) The following activity(s) are requiring activity(s) whose official transportation
requirements must be ordered under this contract:
U.S. Department of State employees conducting official travel
(2) Employees and their dependents of any of the above requiring activity may use travel
services of a company other than this contractor if the traveler is already in official travel status and needs to
make changes to travel arrangements previously made by the contractor;
(b) Participating Agency(s). U.S. Government agencies, other than those listed above as requiring
activities, may be participating agencies. Employees and dependents of these participating agencies may
elect to request contractor services for their official travel under this contract, even though they are not
required users.
(c) Personal Travel. U.S. Government employees and their dependents may request contractor
assistance for personal travel. However, no individual, including an employee or dependent of an employee
working for a requiring activity, is required to use the services under this contract for personal travel.
ATTACHMENTS
Attachment Description Number of Pages
1 E-Travel Services 2
2 Quarterly Sales Activity Report 1
28. QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)
This plan provides an effective method to promote satisfactory contractor performance. The QASP provides
a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the
Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory
performance. The Contractor, not the Government, is responsible for management and quality control to
meet the terms of the contract. The role of the Government is to monitor quality to ensure that contract
standards are achieved.
29.
Performance Objective
Scope of Work Para
Performance Threshold
Services.
Performs all travel management
services set forth in the scope of
work.
1. thru 27.
All required services are
performed and no more than
three (3)customer complaint is
received per month.
ATTACHMENT 1 E-TRAVEL SERVICE STANDARDS FOR ACCOMMODATING EXTERNAL
TRAVEL AGENT SERVICES
CW Government Travel
CW Government Travel’s 3
rd
Party TMC Integration Strategy:
The Department obtains Etravel services under a contract with Carlson Wagonlit Government Travel
(CWGT). CWGT has developed a strong integration package to accommodate the needs of those customers
who select or retain a TMC other than CWGT.
CWGT’s eTS Partnership Package is a sub-contractor kit that contains the follow:
* Sub-contractor Agreement.
* TMC questionnaire that each 3
rd
party TMC must prepare prior to processing eTS transactions.
* A copy of the file formats for data transmission to meet the reporting requirements in Appendix 7 of
the Master Contract.
* A list of security provisions required to support the overall security of the eTS solution.
* Non-disclosure Agreement.
The e2 Solution package provides for maximum flexibility in agency backroom systems, PNR formats and
PNR processing. In addition, they provide profile synchronization services to TMCs, if desired.
THIRD PARTY TMC INTEGRATION REQUIREMENTS:
Third party TMC’s providing fulfillment and traditional travel services for Federal Agencies using e2 as their
eTS solution provider should be prepared to perform a number of activities prior to implementation and
during the life of the contract. The following list is not all-inclusive but should give a TMC an idea of what
type of physical and logistical support will be required to support an eTS implementation:
* Participate in weekly implementation planning meetings beginning no later than 2 weeks after award
of the eTS Task Order. Implementation meetings will continue on a weekly basis until 2 weeks after
implementation at a minimum. At the discretion of the e2 technical team, meetings may be on a face-
to-face basis or via teleconference. Any travel expenses incurred by the third party TMC will be at
their own expense.
* Participate in a one-day training class on how to process e2 transactions, either at the customer site or
at the e2 Training facility in San Antonio, Texas.
* Provide the e2 technical team with a point of contact for technical assistance in the area of PNR
configurations, profile configurations, etc.
* Provide a telephone number for transfer of calls from the e2 Help Desk to the TMC during normal
business hours
* Provide a telephone number for transfer of calls from the e2 Help Desk to the TMC after normal
business hours (24 hour emergency Help Line)
* Fill out the TMC technical questionnaire which defines PNR formats and profile formats at least 30
days prior to implementation of e2
* If profile synchronization is requested, the TMC must fill out the Profile Synchronization form at
least 30 days prior to implementation of e2
* Provide the e2 technical team with 5 copies of sample PNR’s
* Provide the e2 technical team with 5 copies of sample profiles
* Provide the e2 technical team with 1 copy of the first level profile to be used for all PNR’s for the
Federal Agency
* Participate in testing of PNR formats and Profile formats as requested
* Open branch access to the online booking engine pseudo city code (branch access only, not AAA)
* Open branch access to the e2 pseudo city code (branch access only, not AAA)
* Provide the e2 technical team with a list of pseudo cities which are authorized viewership of all
online booking generated PNR’s
* Provide the e2 technical team with a written list of any discount numbers or ID codes for hotel and /
or car rentals at least 2 weeks prior to implementation and on a timely basis thereafter if new ones are
acquired
* Agree to provide transaction files to e2 on a weekly
basis, no later than close of business on Tuesday of each week. e2 will provide the file formats at the
first implementation meeting. Test files are required prior to implementation for certification of data
accuracy and completeness. Transaction files will be used only to provide those reports required by
the eTS contract.
* Agree to process transactions requiring agent intervention in a timely manner, to be dictated by the
Federal Agency contracting for services.
eTS Vendor
For more information:
CW Government Travel (CWGT)
Michael McManus | E2 Solutions,
Project Manager, Business
Development, Military & Government
Markets
CWTSatoTravel
| Direct Line +1 703 682 7213 | Fax +1
866 457 3960
4300 Wilson Blvd, Suite 500
Arlington, Virginia 22203 | USA
ATTACHMMENT 2 QUARTERLY SALES ACTIVITY REPORT
CONTRACTOR’S NAME
DATE
OUTSTANDING INVOICES
AGENCY
INVOICE NO
AMOUNT
REMARKS
TOTAL
OUTSTANDING REFUNDS
TICKET NUMBER
SECTOR
REMARKS
RECOMMENDATIONS:
ISSUES THAT NEED TO BE WORKED OUT
ANY OTHER REMARKS
ATTACHMENT 3 GOVERNMENT FURNISHED PROPERTY
(Attachment 3 to Description/Specifications/Statement of Work)
- Office Space ( US Embassy Accra, Ghana)
- Desks and Chairs
- 2 units Open net Computers
- 1 unit Printer
- 2 Telephones
SECTION 2 - CONTRACT CLAUSES
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
(JAN 2017), is incorporated by reference. (See SF-1449, Block 27A).
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders
Commercial Items (JAN 2017)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which
are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable
to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-
78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer
has indicated as being incorporated in this contract by reference to implement provisions of law or Executive
orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
_x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
(Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of
2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery
and Reinvestment Act of 2009.)
_x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
(Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of
Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct
2016) (Pub. L. 111-117, section 743 of Div. C).
_x_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul
2013) (41 U.S.C. 2313).
__ (10) [Reserved].
__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.
657a).
__ (ii) Alternate I (Nov 2011) of 52.219-3.
__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
(OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
__ (ii) Alternate I (JAN 2011) of 52.219-4.
__ (13) [Reserved]
__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
__ (ii) Alternate I (Nov 2011).
__ (iii) Alternate II (Nov 2011).
__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2)and (3)).
__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Nov 2016) of 52.219-9.
__ (iii) Alternate II (Nov 2016) of 52.219-9.
__ (iv) Alternate III (Nov 2016) of 52.219-9.
__ (v) Alternate IV (Nov 2016) of 52.219-9.
__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated DamagesSubcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)
(15 U.S.C. 657 f).
__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C.
632(a)(2)).
__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged
Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business
Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
_x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__ (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
__ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496).
_x_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O.
13627).
__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
__ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not
applicable to the acquisition of commercially available off-the-shelf items or certain other types of
commercial items as prescribed in 22.1803.)
__ (35) Reserved
__ (36) Reserved
__ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated Items
(May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-
the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
__ (38) Reserved
__ (39) Reserved
__ (40)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423
and 13514).
__ (ii) Alternate I (Oct 2015) of 52.223-13.
__ (41)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and
13514).
__ (ii) Alternate I (Jun 2014) of 52.223-14.
__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).
__ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015)
(E.O.s 13423 and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223-16.
_x_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG
2011) (E.O. 13513).
__ (45) Reserved
__ (46) Reserved
_x_ (47) 52.225-1, Buy AmericanSupplies (May 2014) (41 U.S.C. chapter 83).
_x_ (48)(i) 52.225-3, Buy AmericanFree Trade AgreementsIsraeli Trade Act (May 2014) (41
U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note,
Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42,
and 112-43.
__ (ii) Alternate I (May 2014) of 52.225-3.
__ (iii) Alternate II (May 2014) of 52.225-3.
__ (iv) Alternate III (May 2014) of 52.225-3.
_x_ (49) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note).
_x_ (50) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and
statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
__ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct
2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C.
2302 Note).
__ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
__ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42
U.S.C. 5150).
_x_ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.
4505, 10 U.S.C. 2307(f)).
__ (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C.
2307(f)).
_x_ (56) 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013)
(31 U.S.C. 3332).
__ (57) 52.232-34, Payment by Electronic Funds TransferOther than System for Award Management
(Jul 2013) (31 U.S.C. 3332).
__ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
__ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial
services, that the Contracting Officer has indicated as being incorporated in this contract by reference to
implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41
U.S.C. chapter 67).
__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
(Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor StandardsPrice Adjustment
(May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain EquipmentRequirements (May 2014) (41 U.S.C. chapter
67).
__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for
Certain ServicesRequirements (May 2014) (41 U.S.C. chapter 67).
__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C.
1792).
__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this
paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified
acquisition threshold, and does not contain the clause at 52.215-2, Audit and RecordsNegotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller
General, shall have access to and right to examine any of the Contractor’s directly pertinent records
involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and
other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or
for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of
this contract. If this contract is completely or partially terminated, the records relating to the work terminated
shall be made available for 3 years after any resulting final termination settlement. Records relating to
appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this
contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and
other data, regardless of type and regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a
provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the
Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a
subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as
required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all
subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small
business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor
must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down
required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O
13627).Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts
for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter
67).
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts
for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50
million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies
at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined
indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court
terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal
Register advising the public of the termination of the injunction.
(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).
(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct
2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C.
2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C.
1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR
clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal
number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
ADDENDUM TO CONTRACT CLAUSES
FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were
given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text
of a clause may be accessed electronically at:
http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm.
These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the
locations indicated above, use the Department of State Acquisition website at http://www.statebuy.state.gov
to see links to the FAR. You may also use an Internet search engine (for example, Google, Yahoo or Excite)
to obtain the latest location of the most current FAR clause.
The following Federal Acquisition Regulation clauses are incorporated by reference:
CLAUSE TITLE AND DATE
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO
INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)
52.204-12 DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCE
(DEC 2012)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013)
52.224-3 PRIVACY TRAINING (JAN 2017)
52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF
CONTRACT (FEB 2000)
52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013)
52.232-40 PROVIDING ACCLERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS (DEC 2013)
52.228-3 Workers’ Compensation Insurance (Defense Base Act) JUL 2014
52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997
The following FAR clauses are provided in full text:
52.216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of
delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders
may be issued from date of award through base period or option periods if exercised.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In
the event of conflict between a delivery order or task order and this contract, the contract shall
control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits
the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods
only if authorized in the Schedule.
52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract
in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor
obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor
(1) Any order for a single item in excess of $10,000.00
(2) Any order for a combination of items in excess of $100,000.00
(3) A series of orders from the same ordering office within 30 business days that together call
for quantities exceeding the limitation in subparagraph (1) or (2) above.
c) If this is a requirements contract (i.e., includes the Requirement clause at subsection 52.216-
21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of
any one requirement from the Contractor if that requirement exceeds the maximum-order limitations
in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding
the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the
ordering office within 5 calendar days after issuance, with written notice stating the Contractor's
intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the
Government may acquire the supplies or services from another source.
52.216-21 REQUIREMENTS (OCT 1995)
(a) This is a requirements contract for the supplies or services specified, and effective for the period
stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates
only and are not purchased by this contract. Except as this contract may otherwise provide, if the
Government's requirements do not result in orders in the quantities described as "estimated" or
"maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the
Ordering clause. Subject to any limitations in the Delivery-Order Limitations clause or elsewhere in
this contract, the Contractor shall furnish to the Government all supplies or services specified in the
Schedule and called for by orders issued in accordance with the Ordering clause. The Government
may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the
supplies or services specified in the Schedule that are required to be purchased by the Government
activity or activities specified in the Schedule.
(d) The Government is not required to purchase from the Contractor requirements in excess of any
limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item before the earliest date
that delivery may be specified under this contract, and if the Contractor will not accept an order
providing for the accelerated delivery, the Government may acquire the urgently required goods or
services from another source.
(f) Any order issued during the effective period of this contract and not completed within that period
shall be completed by the Contractor within the time specified in the order. The contract shall govern
the Contractor's and Government's rights and obligations with respect to that order to the same extent
as if the order were completed during the contract's effective period; provided, that the Contractor
shall not be required to make any deliveries under this contract.
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the
rates specified in the contract. The option provision may be exercised more than once, but the total
extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise
the option by written notice to the Contractor within the performance period of the contract.
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within
the performance period of the contract or within 30 days after funds for the option year become
available, whichever is later.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall
not exceed one base year and four option years (five years).
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond September 30 of the
current calendar year. The Government's obligation for performance of this contract beyond that date is
contingent upon the availability of appropriated funds from which payment for contract purposes can be
made. No legal liability on the part of the Government for any payment may arise for performance under this
contract beyond September 30 of the current calendar year, until funds are made available to the Contracting
Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by
the Contracting Officer.
52.237-3 CONTINUITY OF SERVICES (JAN 1991)
(A) The Contractor recognizes that the services under this contract are vital to the government and
must be continued without interruption and that, upon contract expiration, a successor, either the
government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in
training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to
a successor.
(B) The Contractor shall, upon the contracting officer’s written notice, (1) furnish phase-in, phase-out
services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a
successor to determine the nature and extent of phase-in , phase-out services required. The plan shall
specify a training program and a date for transferring responsibilities for each division of work
described in the plan, and shall be subject to the contracting officer’s approval. The Contractor shall
provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the
services called for by this contract are maintained at the required level of proficiency.
(C) The Contractor shall allow as many personnel as practicable to remain on the job to help the
successor maintain the continuity and consistency of the services required by this contract. The
Contractor also shall disclose necessary personnel records and allow the successor to conduct on site
interviews with these employees. If selected employees are agreeable to the change, the contractor
shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to
the successor.
(D) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs
incurred within the agreed period after contract expiration that result from phase-in, phase-out
operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract.
The following DOSAR clauses are provided in full text:
CONTRACTOR IDENTIFICATION (JULY 2008)
Contract performance may require contractor personnel to attend meetings with government personnel and
the public, work within government offices, and/or utilize government email.
Contractor personnel must take the following actions to identify themselves as non-federal employees:
1) Use an email signature block that shows name, the office being supported and company affiliation
(e.g. “John Smith, Office of Human Resources, ACME Corporation Support Contractor”);
2) Clearly identify themselves and their contractor affiliation in meetings;
3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever contractor
personnel are included in those listings; and
3) Contractor personnel may not utilize Department of State logos or indicia on business cards.
652.237-72 OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE LEAVE
(AUG 1999)
All work shall be performed during 0830 to 1700 Monday to Thursday, and 0830 to 13:30 on
Fridays, except for the holidays identified below. Other hours may be approved by the Contracting
Officer's Representative. Notice must be given 24 hours in advance to COR who will consider any deviation
from the hours identified above.
(a) The Department of State observes the following days* as holidays:
New Year's Day
Martin Luther King's Birthday
Presidents’ Day
Good Friday
Easter Monday
May Day
African Union Day
Memorial Day
Republic Day
Independence Day
Labor Day
Eid-Il-Fitr
Columbus Day
Veterans Day
Thanksgiving Day
Eid-Il-Adha
Farmer’s Day
Christmas Day
Boxing Day
*Any other day designated by Federal law, Executive Order or Presidential Proclamation.
b) When any such day falls on a Saturday, the preceding Friday is observed; when any such day falls
on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall
not be cause for additional period of performance or entitlement to compensation except as set forth in the
contract.
652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)
(a) The Contracting Officer may designate in writing one or more Government employees, by name or
position title, to take action for the Contracting Officer under this contract. Each designee shall be identified
as a Contracting Officer’s Representative (COR). Such designation(s) shall specify the scope and limitations
of the authority so delegated; provided, that the designee shall not change the terms or conditions of the
contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation.
(b) The COR for this contract is GSO Travel Supervisor.
652.225-71 SECTION 8(A) OF THE EXPORT ADMINISTRATION ACT OF 1979, as amended (AUG
1999)
(a) Section 8(a) of the U.S. Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)),
prohibits compliance by U.S. persons with any boycott fostered by a foreign country against a country which
is friendly to the United States and which is not itself the object of any form of boycott pursuant to United
States law or regulation. The Boycott of Israel by Arab League countries is such a boycott, and therefore, the
following actions, if taken with intent to comply with, further, or support the Arab League Boycott of Israel,
are prohibited activities under the Export Administration Act:
(1) Refusing, or requiring any U.S. person to refuse to do business with or in Israel, with any Israeli
business concern, or with any national or resident of Israel, or with any other person, pursuant to an
agreement of, or a request from or on behalf of a boycotting country;
(2) Refusing, or requiring any U.S. person to refuse to employ or otherwise discriminating against
any person on the basis of race, religion, sex, or national origin of that person or of any owner, officer,
director, or employee of such person;
(3) Furnishing information with respect to the race, religion, or national origin of any U.S. person or of any
owner, officer, director, or employee of such U.S. person;
(4) Furnishing information about whether any person has, has had, or proposes to have any business
relationship (including a relationship by way of sale, purchase, legal or commercial representation, shipping
or other transport, insurance, investment, or supply) with or in the State of Israel, with any business concern
organized under the laws of the State of Israel, with any Israeli national or resident, or with any person which
is known or believed to be restricted from having any business relationship with or in Israel;
(5) Furnishing information about whether any person is a member of, has made contributions to, or is
otherwise associated with or involved in the activities of any charitable or fraternal organization which
supports the State of Israel; and,
(6) Paying, honoring, confirming, or otherwise implementing a letter of credit which contains any condition
or requirement against doing business with the State of Israel.
(b) Under Section 8(a), the following types of activities are not forbidden ``compliance with the
boycott,'' and are therefore exempted from Section 8(a)'s prohibitions listed in paragraphs (a)(1)-(6)
above:
(1) Complying or agreeing to comply with requirements:
(i) Prohibiting the import of goods or services from Israel or goods produced or services provided by
any business concern organized under the laws of Israel or by nationals or residents of Israel; or,
(ii) Prohibiting the shipment of goods to Israel on a carrier of Israel, or by a route other than that
prescribed by the boycotting country or the recipient of the shipment;
(2) Complying or agreeing to comply with import and shipping document requirements with respect
to the country of origin, the name of the carrier and route of shipment, the name of the supplier of the
shipment or the name of the provider of other services, except that no information knowingly
furnished or conveyed in response to such requirements may be stated in negative, blacklisting, or
similar exclusionary terms, other than with respect to carriers or route of shipments as may be
permitted by such regulations in order to comply with precautionary requirements protecting against
war risks and confiscation;
(3) Complying or agreeing to comply in the normal course of business with the unilateral and specific
selection by a boycotting country, or national or resident thereof, of carriers, insurance, suppliers of services
to be performed within the boycotting country
or specific goods which, in the normal course of business, are identifiable by source when imported into the
boycotting country;
(4) Complying or agreeing to comply with the export requirements of the boycotting country relating to
shipments or transshipments of exports to Israel, to any business concern of or organized under the laws of
Israel, or to any national or resident of Israel;
(5) Compliance by an individual or agreement by an individual to comply with the immigration or passport
requirements of any country with respect to such individual or any member of such individual's family or
with requests for information regarding requirements of employment of such individual within the boycotting
country; and,
(6) Compliance by a U.S. person resident in a foreign country or agreement by such person to comply with
the laws of that country with respect to his or her activities exclusively therein, and such regulations may
contain exceptions for such resident complying with the laws or regulations of that foreign country governing
imports into such country of trademarked, trade named, or similarly specifically identifiable products, or
components of products for his or her own use, including the performance of contractual services within that
country, as may be defined by such regulations.
652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)
(a) The Contractor warrants the following:
(1) That is has obtained authorization to operate and do business in the country or countries in
which this contract will be performed;
(2) That is has obtained all necessary licenses and permits required to perform this contract;
and,
(3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said
country or countries during the performance of this contract.
(b) If the party actually performing the work will be a subcontractor or joint venture partner, then
such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this clause.
652.229-70 EXCISE TAX EXEMPTION STATEMENT FOR CONTRACTORS WITHIN
THE UNITED STATES (JUL 1988)
This is to certify that the item(s) covered by this contract is/are for export solely for the use of the U.S.
Foreign Service Post identified in the contract schedule.
The Contractor shall use a photocopy of this contract as evidence of intent to export. Final proof of
exportation may be obtained from the agent handling the shipment. Such proof shall be accepted in lieu of
payment of excise tax.
SECTION 3 - SOLICITATION PROVISIONS
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2017), is incorporated by
reference. (See SF-1449, block 27a).
The Offeror shall include Defense Base Act (DBA) insurance premium costs covering their employees
working on the contract to include American citizens, Individual hired in the United States or its possessions,
regardless of citizenship, Host Country Nationals (HCNs) and Third Country Nationals (TCNs) working
overseas. The offeror may obtain DBA insurance directly from any Department of Labor approved providers
at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm.
ADDENDUM TO 52.212-1
1.0 Summary of instructions: Each quotation must consist of the following:
1.1. A completed solicitation, in which the SF-1449 cover page (blocks 12, 17, 19-24, and 30 as
appropriate), and Section 1 has been filled out.
1.2. Information demonstrating the quoter’s ability to perform and meet the solicitation
requirement, including, at a minimum:
1.2.1. Complete the resume at the end of this section, for all Key Personnel, as identified in
Section 1, continuation of block 20, paragraph 20.0 and whether they are currently employed
by the quoter. Resumes of personnel not currently employed by the Contractor must contain a
statement that use of their resume for this solicitation is authorized. Specifically confirm that
all proposed personnel speak, understand and write English.
1.2.2. Identify the major automated reservation systems (e.g., Apollo, SABRE, System 1,
Worldspan) to be used. This system must be capable of generating automated travel
itineraries and issuing advance boarding passes when applicable.
1.2.3. Outline methods for making reservations on carriers that do not subscribe to a CRS
and providing reservations/tickets when the CRS is not operational.
1.2.4. Explain procedures for data capture of reservations on airlines that do not subscribe to
a CRS, as well as for instances when the CRS is not operational.
1.2.5. Provide specific procedures to ensure adequate staffing is maintained to meet the
solicitation requirements stated in this solicitation.
1.2.6. Address the Quality Control Plan in sufficient detail to demonstrate that the quoter
shall provide prompt, courteous service with the lowest available fares.
1.2.7. Provide evidence that the quoter operates an established business with a permanent
address and telephone listing.
1.2.8. Instructions to Offeror. Each offer must consist of the following:
1. List of clients over the past 5 years, demonstrating prior experience with relevant past performance
information and references (provide dates of contracts, places of performance, value of contracts,
contact names, telephone and fax numbers and email addresses). If the offeror has not performed
comparable services in Accra, Ghana then the offeror shall provide its international experience.
Offerors are advised that the past performance information requested above may be discussed with
the client’s contact person. In addition, the client’s contact person may be asked to comment on the
offeror’s:
Quality of services provided under the contract;
Compliance with contract terms and conditions;
Effectiveness of management;
Willingness to cooperate with and assist the customer in routine matters, and when
confronted by unexpected difficulties; and
Business integrity / business conduct.
The Government will use past performance information primarily to assess an offeror’s capability to
meet the solicitation performance requirements, including the relevance and successful performance
of the offeror’s work experience. The Government may also use this data to evaluate the credibility
of the offeror’s proposal. In addition, the Contracting Officer may use past performance information
in making a determination of responsibility.
(2) Evidence that the offeror/quoter can provide the necessary personnel, equipment, and financial
resources needed to perform the work;
(3) The offeror shall address its plan to obtain all licenses and permits required by local law (see DOSAR
652.242-73 in Section 2). If offeror already possesses the locally required licenses and permits, a copy
shall be provided.
(4) The offeror’s strategic plan for the Internet Services (Broadband) and infrastructure services to
include but not limited to:
(a) A work plan taking into account all work elements in Section 1, Performance Work Statement.
(b) Identify types and quantities of equipment, supplies and materials required for performance of
services under this contract. Identify if the offeror already possesses the listed items and their
condition for suitability and if not already possessed or inadequate for use how and when the items
will be obtained;
(c) Plan of ensuring quality of services including but not limited to contract administration and
oversight; and
(d) (1) If insurance is required by the solicitation, a copy of the Certificate of Insurance(s), or (2)
a statement that the Contractor will get the required insurance, and the name of the insurance provider
to be used.
ADDENDUM TO SOLICITATION PROVISIONS
FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
(FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect
as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at:
http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/search.htm.
These addresses are subject to change. IF the FAR is not available at the locations indicated above, use of an
Internet "search engine" (e.g., Google, Yahoo, Excite, etc.) is suggested to obtain the latest location of the
most current FAR provisions.
The following Federal Acquisition Regulation solicitation provisions are incorporated by reference:
PROVISION TITLE AND DATE
52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
(JUL 2013)
52.214-34 SUBMISSIONS OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
The following DOSAR provision is provided in full text:
652.206-70 Advocate for Competition/Ombudsman (FEB 2015)
(a) The Department of State’s Advocate for Competition is responsible for assisting industry in removing
restrictive requirements from Department of State solicitations and removing barriers to full and open
competition and use of commercial items. If such a solicitation is considered competitively restrictive or does
not appear properly conducive to competition and commercial practices, potential offerors are encouraged
first to contact the contracting office for the solicitation. If concerns remain unresolved, contact:
(1) For solicitations issued by the Office of Acquisition Management (A/LM/AQM) or a
Regional Procurement Support Office, the A/LM/AQM Advocate for Competition, at
(2) For all others, the Department of State Advocate for Competition at [email protected].
(a) The Department of State’s Acquisition Ombudsman has been appointed to hear concerns from
potential offerors and contractors during the pre-award and post-award phases of this acquisition.
The role of the ombudsman is not to diminish the authority of the contracting officer, the
Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of
the ombudsman is to facilitate the communication of concerns, issues, disagreements, and
recommendations of interested parties to the appropriate Government personnel, and work to
resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality
as to the source of the concern. The ombudsman does not participate in the evaluation of
proposals, the source selection process, or the adjudication of formal contract disputes. Interested
parties are invited to contact the contracting activity ombudsman Management Counsellor at 0302
741542. For an American Embassy Accra, Ghana or overseas post, refer to the numbers below for
the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations
which cannot be resolved at a contracting activity level may be referred to the Department of
State Acquisition Ombudsman at (703) 516-1696 or write to: Department of State, Acquisition
Ombudsman, Office of the Procurement Executive (A/OPE), Suite 1060, SA-15, Washington, DC
20520.
(End of provision)
SECTION 4 - EVALUATION FACTORS
1.0 Award will be made to the quoter which quotes the lowest transaction fees, as determined by
following the procedures outlined in paragraph 3.0 below. The quoter shall submit a completed solicitation,
including Sections 1 and 5.
2.0 The Government reserves the right to reject proposals that are unreasonably low or high in price.
3.0 The lowest price will be determined by multiplying the offered transaction fee for each contract line
item in Section 1 for each period of performance by its respective estimated requirements set forth below.
These requirements represent the estimates for each period of performance rather than the entire contract
period, so the transaction fee for each period of performance will be multiplied by the same estimated
requirements. The subtotals for the base and all optional periods of performance will be totaled to arrive at
the total transaction fees to be charged to the Government. The estimates set forth below are based on
official travel only, not personal travel. These estimates are provided only for purposes of computing the
estimated transaction fee payment and are not guaranteed.
TRANSACTION DESCRIPTION
ANNUAL EST. NUMBER OF TRANSACTIONS
Domestic Transactions
600
4.0 The Government will determine quoter acceptability by assessing the quoter's compliance with the
terms of the RFP.
5.0 The Government will determine quoter responsibility by analyzing whether the apparent successful
quoter complies with the requirements of FAR 9.1, including:
5.1. adequate financial resources or the ability to obtain them;
5.2. ability to comply with the required performance period, taking into consideration all existing
commercial and governmental business commitments;
5.3. satisfactory record of integrity and business ethics;
5.4. necessary organization, experience, and skills or the ability to obtain them;
5.5. necessary equipment and facilities or the ability to obtain them; and
5.6. otherwise qualified and eligible to receive an award under applicable laws and regulations.
ADDENDUM TO EVALUATION FACTORS
FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12
The following FAR provisions are provided in full text:
52.217-5 EVALUATION OF OPTIONS (JUL 1990)
The Government will evaluate offers for award purposes by adding the total price for all options to
the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise
the option(s).
52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000):
If the Government receives offers in more than one currency, the Government will evaluate offers
by converting the foreign currency to United States currency using the exchange rate used by the Embassy in
effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.
(b) For acquisitions conducted using negotiation procedures
(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise
(2) On the date specified for receipt of proposal revisions.
SECTION 5 - REPRESENTATIONS AND CERTIFICATIONS
OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS (JAN 2017)(DEVIATION 2017-01)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual
representations and certification electronically via the System for Award Management (SAM) Web site
located at https://www.sam.gov/portal.If the Offeror has not completed the annual representations and
certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
(a) Definitions. As used in this provision
Economically disadvantaged women-owned small business (EDWOSB) concern means a small business
concern that is at least 51 percent directly and unconditionally owned by, and the management and daily
business operations of which are controlled by, one or more women who are citizens of the United States and
who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a
women-owned small business eligible under the WOSB Program.
Forced or indentured child labor means all work or service
(1) Exacted from any person under the age of 18 under the menace of any penalty for its
nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be
accomplished by process or penalties.
Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that
owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or
exercises control of the highest level owner.
Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators
of control include, but are not limited to, one or more of the following: Ownership or interlocking
management, identity of interests among family members, shared facilities and equipment, and the common
use of employees.
Inverted domestic corporation means a foreign incorporated entity that meets the definition of an
inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of
6 U.S.C. 395(c).
Manufactured end product means any end product in product and service codes (PSCs) 1000-9999,
except
(1) PSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or Service Group (PSG) 87, Agricultural Supplies;
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or
otherwise made or processed from raw materials into the finished product that is to be provided to the
Government. If a product is disassembled and reassembled, the place of reassembly is not the place of
manufacture.
Predecessor means an entity that is replaced by a successor and includes any predecessors of the
predecessor.
Restricted business operations means business operations in Sudan that include power production
activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those
terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted
business operations do not include business operations that the person (as that term is defined in Section 2 of
the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate
(1) Are conducted under contract directly and exclusively with the regional government of southern
Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the
Department of the Treasury, or are expressly exempted under Federal law from the requirement to be
conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or
humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
Sensitive technology
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be
used specifically
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not
have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency
Economic Powers Act (50 U.S.C. 1702(b)(3)).
Service-disabled veteran-owned small business concern
(1) Means a small business concern
(i) Not less than 51 percent of which is owned by one or more servicedisabled veterans or, in the case
of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more
service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-
disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the
spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is
service-connected, as defined in 38 U.S.C. 101(16).
Small business concern means a concern, including its affiliates, that is independently owned and
operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified
as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business
concern under the size standard applicable to the acquisition, that
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged
(as defined at 13 CFR 124.104) individuals who are citizens of the United States; and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after
taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13.CFR
124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
Subsidiary means an entity in which more than 50 percent of the entity is owned
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the
affairs of the predecessor under a new name (often through acquisition or merger). The term “successor”
does not include new offices/divisions of the same company or a company that only changes its name. The
extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on
State law and specific circumstances.
Veteran-owned small business concern means a small business concern
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2))
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one
or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
Women-owned business concern means a concern which is at least 51 percent owned by one or more
women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or
more women; and whose management and daily business operations are controlled by one or more women.
Women-owned small business concern means a small business concern
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned
business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with
13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally
owned by, and the management and daily business operations of which are controlled by, one or more
women who are citizens of the United States.
(b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph
(b)(2) of this provision do not automatically change the representations and certifications posted on the SAM
website.
(2) The offeror has completed the annual representations and certifications electronically via the SAM
website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the
offeror verifies by submission of this offer that the representations and certifications currently posted
electronically at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, have been
entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation
(including the business size standard applicable to the NAICS code referenced for this solicitation), as of the
date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs
_____.
[Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has
completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer and are
current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an
update to the representations and certifications posted electronically on SAM.]
(c) Offerors must complete the following representations when the resulting contract will be performed
in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it is, is not a small
business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that
it is, is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented
itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror
represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern.
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents that it is, is not a small
disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents that it is, is not a women-
owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself
as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents
that
(i) It is, is not a WOSB concern eligible under the WOSB Program, has provided all the required
documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued
that affects its eligibility; and
(ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the
WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB
concern eligible under the WOSB Program and other small businesses that are participating in the joint
venture: ________.] Each WOSB concern eligible under the WOSB Program participating in the joint
venture shall submit a separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if
the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this
provision.] The offeror represents that
(i) It is, is not an EDWOSB concern, has provided all the required documents to the WOSB
Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility;
and
(ii) It is, is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in
the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small
businesses that are participating in the joint venture: ________.] Each EDWOSB concern participating in
the joint venture shall submit a separate signed copy of the EDWOSB representation.
NOTE TO PARAGRAPHS (C)(8) AND (9): Complete paragraphs (c)(8) and (9) only if this solicitation is
expected to exceed the simplified acquisition threshold.
(8) Women-owned business concern (other than small business concern). [Complete only if the offeror
is a women-owned business concern and did not represent itself as a small business concern in paragraph
(c)(1) of this provision.] The offeror represents that it is, a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business
offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or
production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:
(10) HUBZone small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that
(i) It is, is not a HUBZone small business concern listed, on the date of this representation, on the
List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and
no material changes in ownership and control, principal office, or HUBZone employee percentage have
occurred since it was certified in accordance with 13 CFR Part 126; and
(ii) It is, is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126,
and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business
concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the
HUBZone small business concerns participating in the HUBZone joint venture: ____.] Each HUBZone small
business concern participating in the HUBZone joint venture shall submit a separate signed copy of the
HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246
(1) Previous contracts and compliance. The offeror represents that
(i) It has, has not participated in a previous contract or subcontract subject to the Equal Opportunity
clause of this solicitation; and
(ii) It has, has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that
(i) It has developed and has on file, has not developed and does not have on file, at each
establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41
CFR parts 60-1 and 60-2), or
(ii) It has not previously had contracts subject to the written affirmative action programs requirement
of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies
only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the
best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf
in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act
of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall
complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide
the name of the registrants. The offeror need not report regularly employed officers or employees of the
offeror to whom payments of reasonable compensation were made.
(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR)
52.225-1, Buy AmericanSupplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is
a domestic end product and that for other than COTS items, the offeror has considered components of
unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall
list as foreign end products those end products manufactured in the United States that do not qualify as
domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in
paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf
(COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United
States” are defined in the clause of this solicitation entitled “Buy American—Supplies.”
(2) Foreign End Products:
Line Item No.:
Country of Origin:
(List as necessary)
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy AmericanFree Trade AgreementsIsraeli Trade Act Certificate. (Applies only if the
clause at FAR 52.225-3, Buy AmericanFree Trade AgreementsIsraeli Trade Act, is included in this
solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of
this provision, is a domestic end product and that for other than COTS items, the offeror has considered
components of unknown origin to have been mined, produced, or manufactured outside the United States.
The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available
off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,”
“Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and
“United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade
Agreements—Israeli Trade Act.”
(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products
(other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as
defined in the clause of this solicitation entitled “Buy American—Free Trade AgreementsIsraeli Trade
Act”
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian,
or Peruvian End Products) or Israeli End Products:
Line Item No.
Country of Origin
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in
paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—
Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end
products manufactured in the United States that do not qualify as domestic end products, i.e., an end product
that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic
end product.”
Other Foreign End Products
Line Item No.:
Country of Origin:
(List as necessary)
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part
25.
(2) Buy AmericanFree Trade AgreementsIsraeli Trade Act Certificate, Alternate I. If Alternate I to
the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for
paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the
clause of this solicitation entitled “Buy American—Free Trade AgreementsIsraeli Trade Act”:
Canadian End Products:
Line Item No.
$(List as necessary)
(3) Buy AmericanFree Trade AgreementsIsraeli Trade Act Certificate, Alternate II. If Alternate
II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii)
for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end
products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements
Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No.
Country of Origin
$(List as necessary)
(g)(4) Buy AmericanFree Trade AgreementsIsraeli Trade Act Certificate, Alternate III. If Alternate
III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii)
for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end
products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or
Israeli end products as defined in the clause of this solicitation entitled “Buy AmericanFree Trade
Agreements—Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani,
Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No.
Country of Origin
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is
included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this
provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation
entitled “Trade Agreements”.
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated
country end products.
Other End Products:
Line item No.
Country of origin
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part
25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or
designated country end products without regard to the restrictions of the Buy American statute. The
Government will consider for award only offers of U.S.-made or designated country end products unless the
Contracting Officer determines that there are no offers for such products or that the offers for such products
are insufficient to fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the
contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of
its knowledge and belief, that the offeror and/or any of its principals
(1) Are, are not presently debarred, suspended, proposed for debarment, or declared ineligible for
the award of contracts by any Federal agency;
(2) Have, have not, within a three-year period preceding this offer, been convicted of or had a civil
judgment rendered against them for: Commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of
Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating
Federal criminal tax laws, or receiving stolen property,
(3) Are, are not presently indicted for, or otherwise criminally or civilly charged by a Government
entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) Have, have not, within a three-year period preceding this offer, been notified of any delinquent
Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A
liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a
judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have
been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to
pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where
enforced collection action is precluded.
(ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which
entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax
because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax
liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the
taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS
Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to
sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax
liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax
because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax
liability until the taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is
making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent
because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced
collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order
13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this
solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or
Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product
Listed Countries of Origin
(2) Certification. [If the Contracting Officer has identified end products and countries of origin in
paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the
appropriate block.]
(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was
mined, produced, or manufactured in the corresponding country as listed for that product.
(ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it
has made a good faith effort to determine whether forced or indentured child labor was used to mine,
produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the
offeror certifies that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of
manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of
manufacture of the end products it expects to provide in response to this solicitation is predominantly
(1) In the United States (Check this box if the total anticipated price of offered end products
manufactured in the United States exceeds the total anticipated price of offered end products manufactured
outside the United States); or
(2) Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Labor
Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its
certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The
contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
(1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1).
The offeror does does not certify that
(i) The items of equipment to be serviced under this contract are used regularly for other than
Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt
subcontract) in substantial quantities to the general public in the course of normal business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog or market
prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under
the contract will be the same as that used for these employees and equivalent employees servicing the same
equipment of commercial customers.
(2) Certain services as described in FAR 22.1003-4(d)(1). The offeror does does not certify
that
(i) The services under the contract are offered and sold regularly to non-Governmental customers, and
are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in
substantial quantities in the course of normal business operations;
(ii) The contract services will be furnished at prices that are, or are based on, established catalog or
market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend only a small
portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized
basis, or less than 20 percent of available hours during the contract period if the contract period is less than a
month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under
the contract is the same as that used for these employees and equivalent employees servicing commercial
customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting
Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror
shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the
certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in
paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the
offeror is required to provide this information to the SAM database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision
to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26
U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service
(IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising
out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is
subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be
matched with IRS records to verify the accuracy of the offeror's TIN.
(3) Taxpayer Identification Number (TIN).
TIN: __________.
TIN has been applied for.
TIN is not required because:
Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income
effectively connected with the conduct of a trade or business in the United States and does not have an office
or place of business or a fiscal paying agent in the United States;
Offeror is an agency or instrumentality of a foreign government;
Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
Sole proprietorship;
Partnership;
Corporate entity (not tax-exempt);
Corporate entity (tax-exempt);
Government entity (Federal, State, or local);
Foreign government;
International organization per 26 CFR 1.6049-4;
Other _____.
(5) Common parent.
Offeror is not owned or controlled by a common parent;
Name and TIN of common parent:
Name __________.
TIN __________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the
offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not
permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted
domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b)
applies or the requirement is waived in accordance with the procedures at 9.108-4.
(2) Representation. The Offeror represents that
(i) It is, is not an inverted domestic corporation; and
(ii) It is, is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to
Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at
(2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in
paragraph (o)(3) of this provision, by submission of its offer, the offeror
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive
technology to the government of Iran or any entities or individuals owned or controlled by, or acting on
behalf or at the direction of, the government of Iran;
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any
activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and
(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly
engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials,
agents, or affiliates, the property and interests in property of which are blocked pursuant to the International
Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and
Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf).
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply
if
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency
provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated country end
products.
(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be
registered in SAM or a requirement to have a unique entity identifer in the solicitation).
(1) The Offeror represents that it has or does not have an immediate owner. If the Offeror has
more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and
if applicable, paragraph (3) of this provision for each participant in the joint venture.
(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:
Immediate owner CAGE code: ____.
Immediate owner legal name: ____.
(Do not use a “doing business as” name)
Is the immediate owner owned or controlled by another entity: Yes or No.
(3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate
owner is owned or controlled by another entity, then enter the following information:
Highest-level owner CAGE code:____.
Highest-level owner legal name: ____.
(Do not use a “doing business as” name)
(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under
any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent
appropriations acts, The Government will not enter into a contract with any corporation that
(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware
of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and
made a determination that suspension or debarment is not necessary to protect the interests of the
Government; or
(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months,
where the awarding agency is aware of the conviction, unless an agency has considered suspension or
debarment of the corporation and made a determination that this action is not necessary to protect the
interests of the Government.
(2) The Offeror represents that
(i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for
which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid
in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability;
and
(ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal
law within the preceding 24 months.
(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16,
Commercial and Government Entity Code Reporting.)
(1) The Offeror represents that it is or is not a successor to a predecessor that held a Federal
contract or grant within the last three years.
(2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information
for all predecessors that held a Federal contract or grant within the last three years (if more than one
predecessor, list in reverse chronological order):
Predecessor CAGE code: ____ (or mark “Unknown”).
Predecessor legal name: ____.
(Do not use a “doing business as” name).
(s) RESERVED
(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations
that require offerors to register in SAM (52.212-1(k)).
(1) This representation shall be completed if the Offeror received $7.5 million or more in contract
awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5
million in Federal contract awards in the prior Federal fiscal year.
(2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror
(itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose
greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse
gas inventory, performed in accordance with an accounting standard with publicly available and consistently
applied criteria, such as the Greenhouse Gas Protocol Corporate Standard.
(ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not
publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly
accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or
percentage.
(iii) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party
greenhouse gas emissions reporting program.
(3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the
Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction
goals are reported.
(u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent
appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to
use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or
subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality
agreements or statements prohibiting or otherwise restricting such employees or subcontractors from
lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative
of a Federal department or agency authorized to receive such information.
(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to
Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive
Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or
agency governing the nondisclosure of classified information.
(3) Representation. By submission of its offer, the Offeror represents that it will not require its
employees or subcontractors to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud,
or abuse related to the performance of a Government contract to a designated investigative or law
enforcement representative of a Federal department or agency authorized to receive such information
(e.g., agency Office of the Inspector General).
(End of provision)
Alternate I (OCT 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic
provision:
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this
provision.)
_Black American.
_Hispanic American.
_Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
_Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore,
Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of
Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern
Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
_Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh,
Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
_Individual/concern, other than one of the preceding.
(End of provision)
ADDENDUM TO OFFEROR REPRESENTATIONS AND CERTIFICATIONS
FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12
The following DOSAR provision is provided in full text:
652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999)
(a) Definitions. As used in this provision:
Foreign person means any person other than a United States person as defined below.
United States person means any United States resident or national (other than an individual resident
outside the United States and employed by other than a United States person), any domestic concern
(including any permanent domestic establishment of any foreign concern), and any foreign subsidiary
or affiliate (including any permanent foreign establishment) of any domestic concern which is
controlled in fact by such domestic concern, as provided under the Export Administration Act of
1979, as amended.
(b) Certification. By submitting this offer, the offeror certifies that it is not:
(1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel
by Arab League countries, which Section 8(a) of the Export Administration Act of
1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking;
or,
(2) Discriminating in the award of subcontracts on the basis of religion.
(d) RESERVED.
652.209-79 REPRESENTATION BY CORPORATION REGARDING AN UNPAID DELINQUENT
TAX LIABILITY OR A FELONY CRIMINAL CONVICTION UNDER ANY FEDERAL LAW (SEPT
2014) (DEVIATION per PIB 2014-21)
(a) In accordance with section 7073 of Division K of the Consolidated Appropriations Act, 2014 (Public
Law 113-76) none of the funds made available by that Act may be used to enter into a contract with any
corporation that
(1) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency has direct knowledge of the conviction, unless the agency
has considered, in accordance with its procedures, that this further action is not necessary to protect the
interests of the Government; or
(2) Has any unpaid Federal tax liability that has been assessed for which all judicial
and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the
awarding agency has direct knowledge of the unpaid tax liability, unless the Federal agency has considered,
in accordance with its procedures, that this further action is not necessary to protect the interests of the
Government.
For the purposes of section 7073, it is the Department of State’s policy that no award may be made to any
corporation covered by (1) or (2) above, unless the Procurement Executive has made a written determination
that suspension or debarment is not necessary to protect the interests of the Government.
(b) Offeror represents that
(1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law
within the preceding 24 months.
(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed for
which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid
in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(End of provision)