The RFP Database
New business relationships start here

DCO TVS ATP Engineering Services


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

***See attachments for the complete detail.***


SECTION B: SERVICES AND PRICES/COSTS

B.1.    Purpose


The purpose of this request for proposals (RFP) is to select a firm to provide support to MCC Transport and Vertical Structure (TVS). The firm will assist with the development and implementation of the Abidjan Transport Project (APT) Compact Program in Côte d'Ivoire, which is to help improve the movement of goods and people in and around Abidjan.


B.2.    Contract Type


The Government anticipates awarding a firm-fixed price (FFP) and time-and-materials (T&M) hybrid contract.


B.3.    Price/Cost Schedule


The total NTE amount of this contract is TBD.


Item Information


ITEM NUMBER    DESCRIPTION OF SUPPLIES/SERVICES    QUANTITY    UNIT    UNIT PRICE    AMOUNT
0001    Base: Deliverables 1 to 10 | Award + 34 weeks
FFP
Contract Period: Base
NTE    Lot    __________________    __________________
1001    OP 1: Deliverables 11 to 15 | Award + 74 weeks
FFP
Contract Period: Option 1    NTE    Lot    __________________    __________________
2001    OP 2: Technical Design Support
T&M
Contract Period: Option 2    TBD    Lot    __________________    __________________
GRAND TOTAL NTE    __________________


In accordance with clause MCC 52-232-72 Limitation of Funds-Incrementally Funded Contracts, funds in the amount of $X.XX have been allotted to this contract. MCC contemplates that the total available funds now obligated will cover the work to be performed through 28 September 2018. The contractor shall not perform work on the contract which exceeds the total amount actually allotted by the Government to the contract. The Government is not obligated to reimburse the contractor for costs incurred in excess of the total amount allotted by the Government to this contract. The contractor assumes the risk for any increased costs beyond what the Government obligates.


The Contractor shall furnish all personnel required to provide the services in accordance with Section C, Section H, and the terms and conditions herein. The total NTE amount includes labor and other direct costs to perform all required services.


B.4.    Labor Categories and Rates


MCC invites the offerors to present their own Personnel mix and Position Levels using the following position titles for each country. The Key Personnel (Project Manager/Team Lead) must be offered; the Non-Key Personnel may be offered based on the offeror's own professional judgment. Offerors must clearly explain in their Technical Proposal how their proposed Personnel mix will be able to accomplish MCC's requirements.


The following matrix must be submitted as a part of the Cost Proposal. The proposed hourly rates for all personnel members must be fully-burdened.


KEY PERSONNEL
Position Title    Hourly Rate
(in US$)    Discount
(in %)    Proposed Hourly Rate
(Hourly Rate - Discount = Proposed Hourly Rate)
1. Project Manager / Team Lead     $     %     $


NON-KEY PERSONNEL


Position Title    Hourly Rate
(in US$)    Discount
(in %)    Proposed Hourly Rate
(Hourly Rate - Discount = Proposed Hourly Rate)
1. Transport Engineer     $     %     $
2. Road Design Engineer     $     %     $
3. On-the-Job Training / Education Coordinator     $     %     $
4. Signal and Lighting Engineer     $     %     $
5. Highway Engineer     $     %     $
6. Geotechnical Engineer     $     %     $
7. Architect     $     %     $
8. Hydrologist     $     %     $
9. Structural Engineer     $     %     $
10. Materials / Pavement Engineer     $     %     $
11. Safety Engineer Specialist     $     %     $
12. Health and Safety Specialist     $     %     $
13. Cost Estimator     $     %     $
14. Contracts and Specifications Specialist     $     %     $
15. Environmental Specialist     $     %     $
16. Resettlement Specialist     $     %     $
17. Social Specialist     $     %     $
18. Gender Specialist     $     %     $
19. Stakeholder Engagement Specialist     $     %     $
20. Resettlement Socio-Economist     $     %     $
21. Vulnerability Specialist     $     %     $
22. Livelihood Restoration Specialist     $     %     $
23. GIS Specialist     $     %     $
24. Database and IT Specialist     $     %     $
Refer to and complete the attached 95332418R0006 RFP Pricing spreadsheet to submit.


See Subsection H.1. Personnel for additional detail.


B.5.    Procurement Procedures


The contract will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 Acquisition of Commercial Items and 15 Contracting by Negotiation. 
SECTION C: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK


MCC DCO TVS Abidjan Transport Project (ATP) Engineering Services


Refer to the attached Terms of Reference (ToR) for the complete detail. 
SECTION D: PACKAGING AND MARKING


None.

SECTION E: INSPECTION AND ACCEPTANCE


Inspection and Acceptation shall be in accordance with the following requirements:


E.1.    Responsibility for Inspection and Acceptance


Inspection and acceptance of all items and services under this call order will be accomplished by the COR and/or PM.


The COR and/or PM shall notify the contracting office promptly after the specified date of delivery of supplies or services not received, damaged in transit, or not conforming to the terms and conditions of the contract. Unless extenuating circumstances exist, the notification should be made not later than 30 days after the specified date of delivery. If the Contracting Officer determines that services, work, or materials do not meet the required standards, the Government reserves the right to have the work performed elsewhere, charging the contractor with costs involved.


E.2.    Performance Monitoring


E.2.1.    Quality Assurance


The Contractor shall have in place and maintain a Quality Control Plan (QCP) that covers, at a minimum, how the Contractor intends to meet the requirements of all performance objectives and how it plans to monitor and proactively manage the terms and conditions of the award. It shall also include the mechanism by which the Government will be notified of performance-related incidents that are likely to affect quality of services or impact mission accomplishment.


The Contractor shall provide a copy of its QCP to the COR within 30 days of the effective date of award. Any proposed changes to the QCP shall be provided to the Contracting Officer for review and comment no later than 10 working days prior to the effective date of the proposed changes.


E.2.2.    Quality Monitoring


The Contractor shall be in compliance with its QCP when performing all services required. MCC has the right to monitor and suggest changes to all services, work, and materials produced by the Contractor. 
SECTION F: DELIVERIES OR PERFORMANCE


F.1.    Period of Performance (PoP)


The Contract will include a Base Period of 8 months, an Option Period 1 of 11 months, and an Option Period 2 of 8 months. While the Contract will be awarded for the Base and Option Periods, the exercise of the option periods is at the sole discretion of MCC.


The anticipated period of performance is as follows:


Base:             29 September 2018 - 28 May 2019
Option Period 1:     29 May 2019 - 28 April 2020
Option Period 2:     29 April 2020 - 28 December 2020


These are tentative dates and may change at the time of award. MCC hopes to exercise the OP 1 within 4 months from the commencement of the award pending funding approval and the successful performance by the Contractor.


F.2.    Place of Performance


The Contractor shall perform services at their own offices, including in the US and in Abidjan, Côte d'Ivoire. MCC will not provide Government-furnished property to accomplish this work. This includes during all domestic and international travel. The Contractor shall be responsible for arranging temporary office space as would be required for work not taking place through site visits or meetings with project stakeholders.


The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform the tasks as defined in Section C. Description/Specifications/Statement of Work.


F.3.    Deliverables


Deliverable    Timeline
Base Period: Phase 1
1: Pre-Kickoff Meeting Summary Report    NTP+4 weeks
2: Inception Report with ATPWC Communications Plan    NTP+10 weeks
3: Training Course Outline and Report    NTP+14 weeks
4: Data Collection Report    NTP+14 weeks
5: Revised Methodology Report and Modelling Tool Selection Report    NTP+18 weeks
6: Training Course Curriculum and Materials Report    NTP+24 weeks
7: Modelling Results Analysis Report    NTP+24 weeks
8: Theoretical Content of RAPs Report        NTP+28 weeks
9: Truck Parking Study Report    NTP+30 weeks
10: Needs Assessment & Social Inclusion Risk Mitigation Measures Report    NTP+32 weeks
Option Period 1: Phase 2
11. Preliminary Design Report    N/A
11a: Lab Equipment and Training Needs Assessment Report    NTP+38 weeks
11b: Preliminary Design Report: Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roads    NTP+40 weeks
11c: Preliminary Design Report: Blvd du VGE    NTP+42 weeks
11d: Preliminary Design Report: Blvd de la Paix    NTP+44 weeks
11e: Preliminary Design Report: Yopougon Express    NTP+46 weeks
12. Preliminary ESIAs    N/A
12a: Preliminary ESIA Report: Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roads    NTP+46 weeks
12b: Preliminary ESIA Report: Blvd du VGE    NTP+48 weeks
12c: Preliminary ESIA Report: Blvd de la Paix    NTP+50 weeks
12d: Preliminary ESIA Report: Yopougon Express    NTP+52 weeks
13. Final Designs/Draft Final ESIA/DAO/Final RFP/Preliminary RAP    N/A
13a: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roads    NTP+54 weeks
13b: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd du VGE    NTP+58 weeks
13c: Final Designs/ Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd de la Paix    NTP+62 weeks
13d: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Yopougon Express    NTP+66 weeks
14. Final RAP and Final ESIA    N/A
14a: Final RAP and Final ESIA for Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roads    NTP+58 weeks
14b: Final RAP and Final ESIA for Blvd du VGE    NTP+62 weeks
14c: Final RAP and Final ESIA for Blvd de la Paix    NTP+66 weeks
14d: Final RAP and Final ESIA for Yopougon Express    NTP+70 weeks
15: Final Course Training Report    NTP+74 weeks


Deliverables may include the need for travel, technical briefings/assessments, trip reports, comments on ad hoc reports, interim/final reports, progress reports, special topical reports, financial reports, and presentations. The Contractor shall address and incorporate comments provided by MCC into final deliverables as appropriate. The Contractor may be requested to submit or present deliverables not only to MCC but also to high-level Government officials in the respective country. The official language for all contract deliverables is French, unless otherwise noted. The Deliverable 1: Pre-Kickoff Meeting Summary Report and Deliverable 2: Inception Report shall be provided in French with the final French version translated in English. All monthly recurring reports shall be provided in French and translated into English per ToR Section 4.8 Deliverables.


The submission timeline of deliverables may change and will be determined by the COR/PM during the PoP.


All reports shall be submitted electronically using WINDOWS based MS-Office 2010 or newer, including MS WORD for text, data tables in MS EXCEL, appropriate MS-Office program for exhibits, and schedules using MS-Project 2010 or newer. Original drawing files shall be submitted in AUTOCAD 2010 (or later), and also in PDF printable version. Digital photos files shall be submitted in .JPG format. GIS data shall be submitted both in ArcView files, and PDF printable files. Presentations shall be prepared with MS PowerPoint 2010 or newer. All work files shall be submitted to MCC along with PDF files.


Also, see Subsection L.2.4 for restricted file formats for all submissions during the solicitation and contract phases.


F.4.    Document Ownership and Information Management System Requirements


All documents produced and/or collected by the Contractor, electronic and hard copies, shall be the sole property of MCC. The Contractor shall establish and maintain a comprehensive electronic data base and reference index of all relevant documents reviewed, produced, and/or edited by the Contractor. Any and all such documents will be electronically compiled in usable form and delivered to MCC, in an organized electronic format acceptable to MCC, at the end of the contract, and if requested by MCC also in hard copies.


The Contractor shall provide a document management system acceptable to MCC. MCC, at its sole discretion, may provide such system as SharePoint or similar in addition or in lieu of the Contractor's system. The Contractor shall abide by MCC required communication protocol including sharing information and reports with the MCC team, and/or other MCC consultants for efficient and timely reviews and communications as specifically requested in respective technical directives.


F.5.    Estimated Level-of-Effort (LoE) and Other Direct Cost (ODC), Including Travel Requirement


The offerors are given the opportunity to present their own labor mix [see Subsection B.4. Labor Categories and Rates], and to offer their own LoEs as they deem fit. Offerors must clearly detail how their proposed labor categories and their LoEs will be able to fully satisfy MCC's requirements. Both the technical approach and the price will be evaluation factors for this award [see Section M. Evaluation Factors for Award].


F.6.    Subcontracting


There is no limitation on subcontracting.


Any changes to the proposed list of subcontractors during the performance period must first be approved by MCC before the commencement of any work by the subcontractor. 
SECTION G: CONTRACT ADMINISTRATION DATA


MCC 52.201-70 Contracting Officer's Representative (COR) and/or Project Monitor (PM) (July 2012)


(a) The Contracting Officer may designate a Government representative to act as the Contracting Officer's Representative (COR) or Project Monitor (PM) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the COR and/or PM and the Contractor. The designation letters will set forth the authorities and limitations of the COR and/or PM under the contract.


(b) Modifications to this contract are effective only if reduced to writing and executed by the Contracting Officer. The Contractor is specifically prohibited from performing any work that is outside the scope of this contract without the approval of the Contracting Officer. The Contracting Officer cannot authorize the COR or any other representative to sign documents (e.g. contracts, contract modifications, etc.) that require the signature of the Contracting Officer.


(End of clause)


MCC 52.203-70 Contractor Non-Disclosure Agreement (July 2012)


All contractor employees or independent contractors engaged in this contract shall provide a non-disclosure agreement as follows signed by the individual contractor/consultant and, if a contractor employee, by the contractor's contract administrator:


NON-DISCLOSURE AGREEMENT


I, _[contractor employee's name]_, do solemnly swear (or affirm) that I will not divulge any information, whether obtained orally or in writing from, or data maintained by the Millennium Challenge Corporation (MCC) to any unauthorized person for any purpose. I will not directly or indirectly use, or allow the use of Confidential Information for any other purpose other than that directly associated with my officially assigned duties for MCC.


Further, I will not directly or indirectly reveal or cause to be revealed the nature or content of any [Confidential Information], except to authorized personnel.


I am aware that the unauthorized use of information may be a violation of law and this Agreement.


Company or Subcontractor


Understand that authorized persons refer only to persons assigned to a project requiring access to Confidential Information or directly in the line of management over the project requiring access to the data.



______________________________
Signatory



______________________________                    _______________
Contract Administrator                            Date


(End of clause)


MCC 52.209-70 Organizational Conflicts of Interest: Preclusion from Implementation Contract (July 2012)


Work under this contract may call for the Contractor to furnish important services in support of the design or feasibility of specific activities that may become part of a Millennium Challenge Corporation (MCC) Compact. In accordance with the principles of FAR subpart 9.5, THE CONTRACTOR MAY BE INELIGIBLE TO FURNISH, AS A PRIME OR SUBCONTRACTOR OR OTHERWISE; THE IMPLEMENTATION SERVICES FOR ANY ACTIVITIES FOR WHICH IT PROVIDES SUBSTANTIAL DESIGN SERVICES EXCEPT FOR SUCH SERVICES THAT MAY BE FURNISHED UNDER THIS CONTRACT. If a determination is made that the contractor is ineligible for implementation services, the MCC Managing Director of Contracts and Grants Management may authorize a waiver (in accordance with FAR 9.503) if the Director determines that preclusion of the Contractor from the implementation contract would not be in the Government's best interest.


(End of clause)


MCC 52.232-70 Invoice Instructions (May 2017)


Invoices shall be paid in accordance with the Prompt Payment Act, thirty days (30) following receipt of a proper invoice. The Contractor shall submit each invoice electronically via email or fax to the following:


Fax: 303.969.5151/7281 ATTN: MCC Payments,
Email: MCC_Accounting_IBCDenver@ibc.doi.gov, or


As an alternative to electronic submission of invoices, one copy of each invoice may be submitted to the following address:
Interior Business Center
M/S D-2773
7301 West Mansfield Avenue
Lakewood, CO 80235-2230


If it is determined that the amount billed is incorrect, the invoice may be revised by the Government, or the contractor may be required to submit a revised invoice.


To constitute a proper invoice, each invoice must include the following information and/or attached documentation:


1.    Name, address, and telephone of the Contractor,
2.    Date of invoice and invoice number,
3.    Contract number (including task order or call number and contract line item(s)) also modification number, if applicable,
4.    Description (quantity, unit of measure, unit price, and extended price) of the supplies/services rendered (including hours incurred and billing rate, as applicable to the contract),
5.    A schedule depicting the following information:
Amount Invoiced
This Period    Cumulative Amount Invoiced    Authorized Value of Contract    Balance Remaining on Contract

If the contractor is billing for costs incurred over more than a single month, the costs for each month in which the costs were incurred and shall be segregated into the month they were actually incurred.
6.    Name of Contracting Officer's Representative (COR), and
7.    Signature of authorized representative of the firm with the following invoice certification:
"The undersigned hereby certifies to the best of my knowledge and belief that: the sum claimed under this contract is proper and due, and all the costs of contract performance have been paid, or to the extent allowed under the applicable payment clause, will be paid by the Contractor when due in the ordinary course of business; the work reflected by these costs has been performed, and amounts involved are consistent with the requirements of this Contract.
BY: _____________________________________________
TITLE: ___________________________________________
DATE: ___________________________________________


Inquiries regarding the status of invoices may be directed to NBC Accounting. The email address is: MCC_Accounting_IBCDenver@ibc.doi.gov.


(End of clause)
MCC 52.232-72 Limitation of Funds-Incrementally Funded Contracts (Nov 2006)


a.    Of the total price in Section B (or the "Prices" section), only the amount stated on the contract award document or subsequent modifications is now available for payment and obligated under this contract. It is anticipated that from time to time, additional funds will be obligated under the contract until the total price of the contract is obligated.


b.    The Government is not obligated to pay or reimburse the contractor more than the amount obligated pursuant to this clause. The contractor agrees to perform the contract up to the point at which the total amount paid and payable by the Government (including amounts payable for subcontracts and settlement costs if this contract is terminated for convenience) approximates but does not exceed the total amount obligated.


c.    (1) If the contractor considers the funds obligated under this contract to be insufficient to cover the work to be performed until the date specified in Section B, or another date agreed to by the parties, the contractor shall notify the contracting officer in writing and indicate the date on which it expects expended funds to approximate 75 percent of the total amount obligated. The notice shall state the estimated amount of additional funds required to continue performance through the date for which incremental funds is provided.


(2) If, after notification is provided pursuant to paragraph (c)(1) of this clause, additional funds are not obligated, or an earlier date than the date in Section B of this clause is not agreed to, the contractor shall not be obligated to continue performance under this contract (including actions under the termination clause of this contract) beyond the funds obligated for contract performance.


d.    When additional funds are obligated from time to time for continued performance of this contract, the contract shall be modified to increase the funds obligated and to indicate the period of performance for which funds are applicable. The contractor may notify the contracting officer as provided in paragraph (c)(1) of this clause regarding any additional funds obligated.


e.    This clause shall become inoperative upon obligation of funds sufficient to cover the full price stated in the contract, except for rights and obligations then existing under this clause.


f.    Nothing in this clause shall affect the Government's right to terminate the contract for convenience or default.


(End of clause)


MCC 52.232-73 Travel Reimbursement (May 2017)


Policy. When authorized as part of the Scope of Work on this contract/order and within the contract/order ceiling and as approved by the Contracting Officer's Representative (COR) and/or other MCC officials as described below, travel expenses incurred in performance of technical directives issued under this contractor/order may be reimbursed as allowed by the Federal Travel Regulations (FTR) in effect at the time of travel. MCC's supplemental policy interpretations are derived from the FTR and cannot grant additional benefits or adjust processes defined in the FTR. Supplemental policies of MCC set forth below:


a.    Traveler Responsibilities. All contractor travelers must:
1.    Exercise the same care in incurring expenses that a prudent person would exercise if traveling on personal business;
2.    Travel in accordance with the FTR and the MCC policies included in this document; and
3.    Pay any charges or fees associated with non-compliance of FTR or any MCC policies included in this document, and any expenses incurred for personal convenience. For example, the traveler may become personally responsible for travel costs associated with unauthorized use of other than coach class accommodations, failing to follow the Fly American Act requirements, exceeding per diem rates, changing departure or return flights, purchasing unapproved items, etc. regardless of the fact that travel arrangements may have been booked by others (e.g., Travel Agency).


b.    Cabin Class Standards
1.    The standard cabin class for contractor air-travel is coach class, regardless of destination or travel time.
2.    Coach "premium" class may be authorized for destinations which have a travel time of more than 14 hours, consistent with the Federal Travel Regulations and the approval standards outlined in paragraph (f) of this document.
3.    Business class travel accommodations will NOT be authorized except as determined through the approval process outlined in paragraph (f) of this document. This approval process is considered to be exceptional, to be part of a trip by trip analysis, and at the discretion of the government regardless of the destination or travel time.


c.    Airlines and Flights. In accordance with the Fly America Act, contractors must use a U.S. flag air carrier service for all travel funded by the government beginning or ending in the U.S. unless a specific exemption to the "Fly America" rule applies. Flights on U.S. air carrier pairings with foreign carriers (i.e., code share flights) are regarded as meeting Fly America requirements if the ticket is issued on the American carrier and there is an American carrier flight number.


d.    Limitations. Travel reimbursement, which is part of ODC, shall not exceed the authorized ODC amount on the contract. To be reimbursable, the travel expenses must be:
1.    Allowable under the FTR and the provisions of this contract/order and associated technical directives;
2.    Approved prior to travel expenditure by the COR; and
3.    Allocable and necessary for performance of this contract/order and associated technical directives.


e.    Reimbursement Requests. Travel reimbursement requests must be submitted in sufficient time for the COR to give prior approval, and must identify:
1.    The name of the traveler,
2.    Destination (s) including itinerary,
3.    Purpose of the travel, and
4.    Cost breakdown.
To be reimbursed, invoices including travel expenses must provide a detailed breakdown of the actual expenditures invoiced. Contractor shall maintain the original or legible copy of receipts for all travel expenses invoiced when the expenditure is $75.00 or more. MCC reserves the right to request evidence of any travel expense paid.


f.    Approvals. All travel expenses, including rental cars, must be approved by the MCC COR in writing in advance of booking any travel and incurring travel expenses. The following expense types require additional MCC pre-approvals beyond that of the COR. These additional approvals and associated justifications will be documented in writing:


1.    Business class
Business class travel is considered to be exceptional, to be determined as part of a trip by trip analysis, and at the discretion of the government regardless of the destination or travel time. To reflect the exceptional nature of this approval, the justification for use of business class must be prepared by the COR and approved in writing by the relevant Managing Director or Deputy Vice President of the organization requesting the contractor to travel. The single exception to requiring this justification and approval for every trip in question is when a State Department approved medical accommodation has been granted. In this case, the approval of the COR and the Contracting Officer only is required after verifying that the medical accommodation is effective for the trip in question and that sufficient funds are available. All justifications must verify that the contractor is required to report for duty the following day or sooner, that the travel time for the trip is at least 14 hours, and that a rest stop will not be taken en route. For audit purposes, all justifications and approvals to this effect must be retained by the COR and the contractor until contract closeout at which point all documentation must be provided to the Contracting Officer for incorporation in the contract file. Below are possible justifications supporting these exceptional requests:


A.    Medical accommodation. MCC has engaged the services of the U.S. Department of Health & Human Services (HHS), Federal Occupational Health Service (FOH), and Medical Employability Program (MEP) for medical accommodations due to disability adjudication. Requests for, and HHS determinations on, medical accommodations for business class travel will be confidential, with only MCC's Travel Office receiving copies of the request and the MED/DP determination. Contractor travelers requesting medical accommodations based upon disability must complete the steps below. Forms are available from the MCC COR and/or PM.
a.    Contractor traveler completes the Medical Employability Case Transmittal Form, A127523-S192701-W190333. Form can be faxed to (301) 492-4783 or e-mailed to medical.employability@foh.hhs.gov with a copy to the MCC Travel Office at mccmedical@mcc.gov.
b.    Contractor traveler forwards Physician a copy of the Medical Accommodation Physician's form, which the physician completes, dates, and signs. Once signed, the traveler OR their physician e-mails a scanned .pdf attachment to HHS at medical.employability@foh.hhs.gov. Alternatively, it can be faxed Attn: Medical Employability Program (301) 492-4783.
c.    Once both forms have been completed and sent, HHS makes a medical determination based on the information provided by the traveler and the traveler's physician on the HHS/FOH/EMP forms. FOH will send a letter to the POC listed on the transmittal form with recommendations. MCC will not approve any business class accommodations beyond normal MCC guidelines unless the traveler has completed the medical accommodation paperwork and received a positive response from FOH/MEP.
d.    Contractor must note that the process can take several weeks and will depend on how quickly HHS/FOH/MED receives the information (including communication with treating physicians).
B.    Sanitation/Health. Coach accommodations on an authorized/approved foreign air carrier do not provide adequate sanitation or health standards.
C.    Savings. Flying in non-coach status would involve significant cost savings to MCC when compared to the lowest price non-refundable or restricted coach class fare.
D.    Availability. No space is available in coach-class accommodations in time to accomplish the mission, which is urgent and cannot be postponed. (Note: This justification should not be used based on the lack of advanced planning by the contractor or the COR).
E.    Security. Exceptional security circumstances require other than coach-class airline accommodations.
F.    Mission critical agency requirement. Circumstances in which a critical agency priority or project will incur delay or degradation without the intervention of a contractor and that intervention urgently requires other than coach class ticketing.


2.    Coach "premium" class must be approved by the COR, subject to the availability of funds on the contract/order, and:
A.    The origin and/or destination are OCONUS;
B.    The scheduled flight time including non-overnight stopovers and change of planes, is in excess of 14 hours. Scheduled flight time is the flight time between the originating departure point and the ultimate arrival point including scheduled non-overnight time spent at airports during plane changes. Scheduled non-overnight time does not include time spent at the originating or ultimate arrival airports;
C.    The contractor is required to report to duty the following day or sooner; and
D.    The contractor does not take a rest stop en route or a rest period upon arrival at the duty site.


3.    Rest stops must be approved by the COR and cannot exceed 24 hours.


Note: Travelers may upgrade flight accommodations at their own expense or through the use of frequent flyer miles if the coach airfare is upgradeable at no extra cost to MCC.


(End of clause)


MCC 52.232-74 ODC Reimbursement (Jan 2007)


Other Direct Charges (ODCs) will be reimbursed for direct costs as provided in the contract and/or task order. To be reimbursed, invoices including ODCs, must provide a detailed breakdown of the actual expenditures invoiced. The contractor shall maintain the original or legible copy of receipts for all ODCs invoiced. MCC reserves the right to request evidence of any ODC reimbursed. To assure timely reimbursement of ODC's, the contractor is strongly encouraged to submit charges within 45 days of the expense.


(End of clause)


MCC 52.242-70 Contractor Performance Assessment Rating System (CPARS) Registration (Aug 2011)


The Millennium Challenge Corporation (MCC) utilizes the Contractor Performance Assessment Rating System (CPARS) to evaluate contractor performance (see FAR, Subparts 42.1502 and 42.1503). Contractors doing business with MCC are required to register in CPARS accessible via the Internet at: http://www.cpars.csd.disa.mil/cparsmain.htm. An evaluation of contractor performance using the CPARS is mandatory for all contract actions exceeding $150,000, but may be conducted for contract actions lower than that amount should significant events occur such as a contract termination or extraordinary contract performance by the contractor. Inquiries regarding the registration process should be addressed to the CPARS help desk. The email address is WEBPTSMH@NAVY.MIL and the telephone number is (207) 438-1690.


(End of clause)


MCC 52.242-71 Architect-Engineer Contract Administration Support System (ACASS) Registration (Aug 2011)


The Millennium Challenge Corporation (MCC) utilizes the Architect-Engineer Contract Administration Support System (ACASS) to evaluate contractor performance (see FAR, Subparts 42.1502 and 42.1503) for Architect-Engineer services. Contractors doing business with MCC are required to register in CPARS accessible via the Internet at: http://www.cpars.csd.disa.mil/acassmain.htm. An evaluation of contractor performance using the ACASS is mandatory for all contract actions exceeding $30,000, but may be conducted for contract actions lower than that amount should significant events occur such as a contract termination or extraordinary contract performance by the contractor. Inquiries regarding the registration process should be addressed to the ACASS help desk. The email address is WEBPTSMH@NAVY.MIL and the telephone number is (207) 438-1690.


(End of clause)


MCC 52.243-70 Increase in Services (Oct 2006)


The services described in Sections B and C (statement of work) represent the Government's best estimate for known requirements at this time. However, due to the uncertainty of the work, the Government reserves the right to add or delete services if the need arises.


(End of clause)


MCC 52.245-70 Contractor Acquired MCC Government Property Overseas (July 2012)


Property and equipment (hereafter stated "property") that MCC Contractors (other than Personnel Service Contractors) acquire and for which they receive MCC reimbursement through the invoice process is Government (MCC) owned property. Government property is to be used, monitored, and inventoried in accordance with FAR Part 45, Subpart 45.5 Management of Government Property in the Possession of Contractors, as well as MCC Policy 350, "Policies and procedures on Property, Plant, and Equipment." The contractor should start a running property inventory as soon as it begins to procure property and equipment the cost of which is charged back to the Government. The Contractor shall furnish a copy of such inventory to the COR semi-annually or at least as the contract is in its final stages of completion if its duration does not exceed six months. Mandatory fields on the inventory include: The Contractor's Name; the Contractor Number; the Country Location and address location; a description of the item with model number serial number, and manufacturer; the acquisition date and cost; the Quantity; the expected life; and its condition at the time of the report. The contractor is responsible for removing US Government identification from property that is to be abandoned.


(End of Clause) 
SECTION H: SPECIAL CONTRACT REQUIREMENTS


H.1.    Personnel


MCC envisions that the technical team shall be composed of key personnel (KP) and non-key (core) personnel (CP).


Contractors are permitted to subcontract other firm(s)/individual(s) to enhance their qualifications.


H.1.1.    Key Personnel


The Contractor shall provide resumes of Key Personnel (KP). Personnel identified as Key Personnel are considered to be essential to the work being performed hereunder. Before changing an individual identified as Key, the Contractor shall notify the Contracting Officer in no less than 15 business days and will submit written justification as to the reason for substitution. Substitution within the first 90 days will only be considered for reasons of illness, death, or termination of employment. The Justification must include the name and qualifications of the proposed substitute(s). The proposed substitute(s) will possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not substitute Key personnel without written consent from the Contracting Officer. No change in fixed unit prices may occur as a result of key personnel substitution. The key personnel may, with the consent of the contracting parties, be amended from time to time during the course of this contract to either add or delete personnel, as appropriate, provided that the contracting officer may ratify, in writing, such diversion and such ratification shall constitute the consent of the contracting officer. Substitutions of Key Personnel shall be equal to or have greater qualifications than the personnel being replaced.


Position Title
1. Project Manager / Team Lead


H.1.2.    Non-Key (Core) Personnel


The non-key (core) personnel (CP) labor categories are as follows:
Position Title
1. Transport Engineer
2. Road Design Engineer
3. On-the-Job Training / Education Coordinator
4. Signal and Lighting Engineer
5. Highway Engineer
6. Geotechnical Engineer
7. Architect
8. Hydrologist
9. Structural Engineer
10. Materials / Pavement Engineer
11. Safety Engineer Specialist
12. Health and Safety Specialist
13. Cost Estimator
14. Contracts and Specifications Specialist
15. Environmental Specialist
16. Resettlement Specialist
17. Social Specialist
18. Gender Specialist
19. Stakeholder Engagement Specialist
20. Resettlement Socio-Economist
21. Vulnerability Specialist
22. Livelihood Restoration Specialist
23. GIS Specialist
24. Database and IT Specialist


The KP is expected to manage and lead all aspects of the required tasks. Any change in the KP requires a contract modification. Changes in CP does not require a contract modification.


All Contractor staff are subject to MCC approval. The Contractor must provide and maintain all proposed KP. To the extent that additional personnel representing other disciplines are needed to carry out any of the tasks outlined above, the Consultant must present for MCC's approval both the qualifications and billing rates for such new personnel. Any changes are subject to approvals in accordance with the appropriate Government regulation.


H.1.3.    Key and Non-Key (Core) Personnel Qualifications


The proposed Key and Non-Key (Core) Personnel must meet the following qualifications. For those additional Non-Key (Core) Personnel positions that deviate from MCC's suggested listed, they must meet comparable qualifications of like-positions from MCC's list. If there is no comparable position on MCC's list, they must possess at a minimum a bachelor's degree with at least 5 years of relevant experience.


Key Personnel


Project Manager/Team Lead (PM/TL): The PM/TL shall have a master's degree or higher in civil engineering with at least 20 years of relevant experience in comparable road, overpass and traffic engineering works in an urban environment. The role of the PM/TL is to provide overall direction and management of the entire team and resources to meet the objectives and timelines outlined under this assignment. S/he must have extensive knowledge of international best practices in road planning, engineering, economics, institutional assessment, contract procedures and project follow-up. S/he shall also have a proven track-record of successfully managing and coordinating as team leader a diverse group of professionals in accomplishing studies or projects of similar nature and complexity. The PM/TL shall have led at least 3 projects per year in urban engineering dealing with road and/or utilities design and/or rehabilitation totaling over 30 M USD/year in value of works in the last 5 years. Provide at least three references preferably from city officials.


Non-Key Personnel


Transport Engineer: The Traffic Engineer shall have an advanced degree (Master's degree level or higher) in civil engineering with at least 15 years of relevant experience in comparable redesign of urban congested roads based on relevant software in traffic management, geometric improvement, synchronization of traffic lights, etc. Experience on multimodal transportation studies or projects would be a plus.


Road Design Engineer: The Road Design Engineer must have an advanced degree (Master's degree level or higher) in civil engineering with at least 15 years of relevant experience in comparable geometric redesign of urban congested roads and optimal structural design of pavement rehabilitation including value engineering applications.


On the Job Training/Education Coordinator: The coordinator shall have a PhD in civil engineering, specialized in urban engineering and significant professional development or graduate teaching experience. The specialist must be familiar with international best practices in professional development/on the job training. French fluency is required.


Signal and Lighting Engineer: The Signal and Lighting Engineer shall have an advanced degree (Master's degree level or higher) in electrical engineering with at least 10 years of relevant experience in comparable redesign of urban congested roads and in installation of traffic signal and lighting. In addition a good knowledge of ITS systems with high-tech technology will be an added advantage.


Highway Engineer: The Highway Engineer shall be responsible for the design of the geometrical aspects of the road using UEMOA design standards, preparing designs using appropriate highway design software, quantifying volumes and preparing plans and profile drawings. S/he shall also assist the materials engineer in the design of the road pavement. The Highway Engineer shall be a registered Civil Engineer. S/he must have not less than 10 years of cumulative experience related to road design and construction. S/he must have specific experience of working as roads design and construction supervision engineer on at least two projects of similar nature and complexity. Postgraduate qualifications in Highway Engineering will be an added advantage.


Geotechnical Engineer: The Geotechnical Engineer shall provide specialist foundation engineering advice to the Structural and Highway Engineers. S/he shall hold a degree in Geotechnical Engineering with not less than 10 years working experience related to geotechnical engineering including compressible soils. S/he shall have served as a geotechnical engineer on at least five roads projects of similar complexity within the last ten years.


Architect: The Architect shall be responsible for developing design schemes to better integrate transport infrastructure into the surrounding community. S/he shall hold a Master's degree in Architecture or equivalent with at least 10 years working experience in transport related urban design and community integration. S/he must have experience in public consultation and in working in developing countries where roadsides are the venue for a broad range of social and economic activities.


Hydrologist: The Hydrologist shall be responsible for estimating and assessing the relationship between rainfall, surface-runoff and soils of the catchments along the project area with focus on surface water, including rivers and dams. S/he shall study and update the available hydrological data by computer models or any other means in order to maintain and develop successful flood water management strategies. S/he shall provide advice and information on hydraulic characteristics of the catchments along the project area. The Hydrologist shall be a holder of a degree in Applied Science or Civil Engineering with not less than 10 years working experience related to water/flood management schemes. The ability to use appropriate flood design models is required.


Structural Engineer: The Structural Engineer shall be responsible for the assessment of the existing bridge, the design of the new proposed bridge and overpasses and design of culverts and other drainage structures along the project road. The Structural Engineer shall be a Registered Engineer with a Master's degree in Civil Engineering/Structural or equivalent qualification. S/he must have not less than 10 years of cumulative experience related to design of bridges/drainage structures. S/he must have served as a Bridge Design Engineer on at least two road projects of similar magnitude and complexity within the last five years.


Materials/Pavement Engineer: The Materials/Pavement Engineer shall be responsible for conducting and supervising the materials investigation with a view to achieving optimal design and construction strategy. The Materials Engineer shall carry out the pavement design and should be conversant with current practice in testing and pavement construction strategies in developing countries. The Materials Engineer shall be a registered or chartered graduate Road Engineer. S/he must have not less than 10 years of cumulative experience related to pavement evaluation, materials testing, soils investigation and both flexible and rigid pavement design. S/he must have specific experience of working as Materials/Pavement Engineer on at least three projects of similar magnitude and complexity. Experience with full depth reclamation and/or recycling of pavement materials, polymer bitumen and rolled compacted concrete design is required and should be clearly outlined and referenced.


Safety Engineering Specialist: The Safety Engineering Specialist shall be responsible for the assessment of road safety, the road safety system and management in Cote d'Ivoire. The Safety Engineering Specialist shall be a registered Civil Engineer. S/he must have not less than 10 years of cumulative experience related to practical experience in road safety rating and inspection (including iRAP experience or similar) and audit, and the design of infrastructure safety improvements and facilities on at least two projects of similar nature. The specialist must be able to work closely with local counterpart personnel and the public at large.


Health and Safety Specialist: The Health and Safety Specialist shall have an advanced degree (Master's degree level or higher) in health and safety studies or related fields with at least 10 years of relevant experience carrying out health and safety assessments or enforcing health and safety norms in construction projects. The Specialist's experience shall be relevant to this program: namely including work in developing countries (West Africa preferred) and in the urban transport sector on at least two comparable projects in the past five years. The Specialist shall have extensive knowledge of international best practices in applying the IFC Performance Standards (especially standards 1, 2 and 4) in low-income developing countries. The specialist must be able to work closely with local counterpart personnel and the public at large.


Cost Estimator: The Cost Estimator shall have appropriate educational background with at least a graduate level degree in Civil Engineering or Quantity Surveying. The Cost Estimator shall have a minimum of 10 years of transportation sector experience developing cost estimates and schedules for road projects. The Cost Estimator shall have access to cost models and historical in-house databases for estimating quality and cost of materials, including for projects in sub-Saharan Africa.


Contracts and Specifications Specialist: The Contracts and specifications specialist shall have a minimum of 15 years of legal experience in procurement and should be familiar with FIDIC contracts. Full French fluency is required.


Environmental Specialist: The Environmental Specialist shall have an advanced degree in environmental engineering, environmental sciences, environmental management or related fields at Master's degree level or higher. Formal training must be coupled with at least 15 years of relevant experience carrying out environmental and social impact assessments/environmental analyses as well as coordination of multidisciplinary environmental baseline studies. The Specialist's experience should be relevant to this program: namely including work in developing countries (West Africa preferred) and in the transport sector on at least two comparable projects in the past five years. The Specialist must have extensive knowledge of international best practices in environmental impact assessment and mitigation. Experience in ISO standards of Quality and environment in applying the IFC Performance Standards in low-income developing countries is desired. The specialist must be able to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position.


Resettlement Specialist     : The Resettlement Specialist shall have an advanced degree (Master's degree or higher) in the social sciences or economics coupled with at least 12 years of international experience in the preparation and implementation of resettlement action plans in developing countries. Experience working directly in West Africa and international development projects in an urban context is required. S/he must be familiar with application of the IFC Performance Standards and World Bank resettlement policy (OP 4.12), and methodology, with experience relevant to transportation and road sector. S/he must have had, in the last 5 years, specific experience with planning the work and managing multidisciplinary teams of local and international personnel as well as working with local government officials and the public at large in a resettlement context. Fluency in French is required for this position.


Social Specialist : The Social Specialist shall have an advanced degree (Master's degree or higher) in the social sciences coupled with at least 10 years of international experience in social impact analysis and preparation. The Social Specialist should have experience in developing countries. Experience working directly in either West Africa and/or the urban transport sector would be considered a plus. The Social Specialist must be familiar with application of international best practice and methodology, preferably IFC Performance Standards. The Social Specialist should have experience working with participatory community development and consultative methods. S/he must be able to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position.


Gender Specialist: The Gender Specialist shall have an advanced degree in social sciences or a related discipline (anthropology, sociology, women's studies, public policy, community development, etc.) coupled with approximately 10 or more years of experience in social and gender related issues in an international development context, with demonstrated expertise in conducting social and gender analysis and gender integration in projects. S/he must have demonstrated experience with gender in the transport sector and with integrating gender into large scale infrastructure projects. S/he should also be familiar with international environmental guidelines and policies, including the MCC Environmental Guidelines and Gender Policy. The Gender Specialist should have demonstrated experience using participatory development approaches and consultative methods. S/he must be able to work in a cross cutting fashion and to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position.


Stakeholder Engagement Specialist: The Stakeholder Engagement Specialist candidate shall hold a minimum of a Master's Degree in one of the following fields: sociology, anthropology, community development or communication from a qualifying educational institution. The Stakeholder Engagement Specialist must demonstrate a minimum of 10 years' professional experience in conducting public consultation activities with affected communities, authorities and the private sector in the context of engineering, ESIA and RAP studies. The Stakeholder Engagement Specialist must be familiar with application of international best practices in stakeholder consultations and communications, preferably IFC Performance Standards, and in techniques by which to engage the voice of women, and vulnerable groups in the consultative process. S/he should have skills in community facilitation, conflict resolution and communication and should have prior relevant experience in West Africa, preferably in Cote d'Ivoire. Fluency in French is required for this position.


Resettlement Socio-Economist: The Resettlement Socio-Economist shall have an advanced degree (Master's degree level or higher) in social sciences or economics. S/he must have a minimum of 10 years of relevant experience with (a) organizing and managing socioeconomic surveys; (b) analyzing socioeconomic data; and (c) writing socioeconomic reports. Experience in collecting resettlement baseline data, inventorying impacted assets and identifying affected people is a must. S/he must be familiar with application of international best practices, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent organizational, interpersonal and computer skills. Fluency in French is required for this position.


Vulnerability Specialist: The Vulnerability Specialist shall have an advanced degree (Master's degree or higher) in social sciences or economics. S/he must have 10-year specialized experience in vulnerability analysis as well as in designing and implementing vulnerability reduction measures, preferably in the context of major development projects affecting a diversity of people, businesses and communities. S/he must be familiar with application of international best practice, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent communication, interpersonal and computer skills. Fluency in French is required for this position.


Livelihood Restoration Specialist: The Livelihood Restoration Specialist shall have an advanced degree (Master's degree or higher) in economics or business administration. S/he must have 10-year specialized experience in livelihood assessment as well as in designing and implementing livelihood restoration programs, preferably in the context of major development projects affecting a diversity of people, businesses and communities. Experience with the CEFE training methods (Création d'Entreprises et Formation d'Entrepreneurs) is an asset. S/he must be familiar with application of international best practice, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent communication, interpersonal and computer skills. Fluency in French is required for this position.


GIS Specialist : The GIS Specialist shall have a relevant postgraduate degree as well as a minimum of 10 years of relevant experience with (a) managing data collection, correction and processing tasks to define geodatabases that integrate terrain features (such as roads, rivers, buildings and other man-made and natural features) with geographically-referenced transport system attributes; (b) the full ESRI software suite including ArcGIS Desktop, ArcGIS Online, ArcGIS Server and mobile data application such as Collector for ArcGIS and Survey123 for ArcGIS; (c) use of Geospatial Positioning Systems ("GPSs"), satellite imagery, and aerial photography to develop resources to be integrated into a GIS database; (d) analysis of data that is captured and integrated in a geodatabase to evaluate transportation usage patterns, demographic and economic trends, resettlement data and statistical analyses; and (e) developing reports and graphical representations of the results of the geo-spatial analyses performed above. Experience with international development projects will also be highly valued. Candidates shall have excellent IT, problem solving, analytical, and interpersonal skills.


Database and IT specialist: The IT Specialist shall have an advanced degree (Master's degree level or higher) in software engineering or programming as well as a minimum of 8 years of relevant experience. S/he must have, in the last 5 years, provided IT support to multidisciplinary teams, including off the shelf applications or development of apps. S/he must have developed and managed socioeconomic databases, preferably for resettlement projects. Experience with international development projects will be highly valued. Candidates must have problem solving, analytical, and interpersonal skills.


MCC may request signed commitment letters of the proposed individual(s) before the contract award.


H.2.    Additional Labor Categories


During the performance of this contract, it may become desirable to add new labor categories. In such cases, the Government may identify additional labor categories and the Contractor shall, in good faith, negotiate the hourly rates for the categories. Upon completion of such negotiation, the contract shall be modified to add the new categories and negotiated rate.


The additional labor categories would be mainly for the support services during the Option Period 2. If MCC deems that additional labor categories are necessary for specific deliverables during the Base Period and/or Option Period 1, MCC will negotiate with the Contractor for an equitable adjustment.


H.3.    Government Data Supplied to the Contractor


During the course of this contract, the Contractor will have access to Government data relevant to this project, as may be required. Any information not previously published, received from the Government in connection with this call order, or furnished to the Contractor from other sources in response to the Government's requirements under this call order, will be restricted to this contractor and may not be disclosed or used for any other purpose, without the prior written approval of the Contracting Officer. These restrictions do not apply to information that:
1. Currently or subsequently enters the public domain (except by disclosure by the Contractor);
2. Has been released to any third party without restrictions; or
3. Is obtained by the Contractor independent of the Government.


H.4.    Contractor's Staff Support and Administrative and Logistics Arrangements


The Contractor shall be responsible for all administrative support and logistics required to fulfill the requirements of this Contract. These shall include all travel arrangements, appointment scheduling, secretarial services, report preparations services, printing, and duplicating. 
SECTION I: CONTRACT CLAUSES


I.1.    Solicitation Provisions Incorporated by Reference


52.204-22 Alternative Line Item Proposal
52.212-1 Instructions to Offerors-Commercial Items


I.2.    FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/?q=browsefar


The following clause(s) are incorporated by reference:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-13 System for Award Management Maintenance
52.215-8 Order of Precedence-Uniform Contract Format
52.216-31 T&M/LH Proposal Requirements-Commercial Item Acquisition
52.225-14 Inconsistency between English Version and Translation of Contract


(End of clause)


I.3.    FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.


Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016)


(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]


__ (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 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
_X (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
__ (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.
_X (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,

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP