BRIEF HISTORY AND DESCRIPTION OF FINE ARTS PROGRAM FOR FEDERAL BUILDINGS

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP92G00017R000800010003-6
Release Decision: 
RIPPUB
Original Classification: 
C
Document Page Count: 
119
Document Creation Date: 
December 23, 2016
Document Release Date: 
January 7, 2014
Sequence Number: 
3
Case Number: 
Content Type: 
REPORT
File: 
AttachmentSize
PDF icon CIA-RDP92G00017R000800010003-6.pdf6.05 MB
Body: 
Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Lt. ku-k_ Luc- . bit Ted-- el-Ja&-0.44ftwar Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 - Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 STAT Cs) la 1&j(-kg_ tAki_S.S ti-c. Lt)A- t_k..?. tdct- Lixt_ Lir7 4c) 10-4.44- rf4-u RA(' - 4/44121'a - (///6Cf /-4A4 6)44 (1,i2t-?//416-711,- a,c4 /6.6p4,_? MILIO de,; jQ ?i0 6e#44.t.?lailt Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ? IVIENIOFANDUM OF CALL Previous editions usable TO: ,- S TAT VERE VISITED BY? / kir tlIrganization) I 1 PLEASE PHONE II* FTS Ej AUTOVON 1 I WILL CALL AGAIN n RETURNED YOUR CALL I I IS WAITING TO SEE YOU WISHES AN APPOINTMENT 7-SCEtbei, >S6,411/t) 034:t_t, .4.1c Q4 d)J sakuo_ -nekcn_. a t u r4c STAT 63-110 NSN 7540-00-634-4018 STANDARD FORM 63 (Rev. 8-81) Prescribed by GSA Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 MEMORMMUM OF CAIL Previous editions usable STAT STAT VISITED BY- 7 R7 PLEASE PHONE S TAT I 'TS AUTOVON H WILL CALL AGAIN RETURNED YOUR CALL IS WAITING TO SEE YOU WISHES AN APPOINTMENT MESSAGE STAT E' DATE d TIME q:cec- 63-110 ""INSN 7540-00-634-4018 STANDARD FORM 63 (Rev. 8-81) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: (41 CI- R) 101-11.6 CIA-RDP92G00017R000800010003-6 STAT Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 1 BRIEF HISTORY AND DESCRIPTION OF FINE ARTS PROGRAM FOR FEDERAL BUILDINGS In purchasing art for our New Headquarters Building, we are continuing a longstanding U.S. Government tradition of supporting living American artists through the use of their paintings and sculptures in newly constructed federal buildings as outlined in the Guiding Principles for Federal Architecture, the genesis of which can be traced to a 1962 report by the President's Ad Hoc Committee on Federal Office Space. A direct policy order was implemented in January 1963 establishing an allowance for fine arts of one-half of one percent of the estimated cost of construction for new federal buildings. Accordingly, funding of our New Headquarters Building included an allocation of up to $895,000 for this purpose. The Agency elected to take a more conservative approach to our needs and voluntarily reduced the amount set aside to a total of $401,000. We have worked closely with the panel of experts associated with the General Services Administration's (GSA) Art-In-Architecture Program for the expenditure of these funds. This particular program allows us to apply all of the resources to the art, whereas other options would create substantial consultant or overhead costs. We feel that we are completely in line with the tradition of incorporating fine art into federal building designs and, concomitantly, in supporting living American artists through the effort associated with our new building. To date, we have commissioned, through GSA, Mr. James Sanborn for a work of sculptural art in the amount of $250,000. Selection of the artist for a second piece is in process. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008000100Q3-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 - - ? g v Con ntial STAT STAT bD4-7?--/73* - 7. Chairman, f.A.C., reported on art for the new building. 'A contract has cbeen signed with James Sanborn for d scutatureTIVe still have to approve 2 his design; no-monies will be _paid should we disapprove le. awarded the contract for an interior design motif, has declined to accept it, and the National Endowment for the Arts is searching for a substitute artist. 8. Following a meeting with the DCI regarding the tentat ve c o ce of Kinsler to paint his official portrait. the F.A.C. is awaiting a reply from 9. Other items: It was determined that bust of George Bush, as a representation of a former DCI was appropriate for us to have on display, despite some complaints of political favoritism during the campaign season; chairman, F.A.C. will write letter to the woman who complained about the quality of some frames on the DCI portraits. 2 Confis tial neclassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part -Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 oir?i ?CO ENT1AL - Alug184.'4( STAT ?-TAT, STAT STAT STAT 20 June 1989 MINUTES OF THE F.A.C. MEETING OF 12 JUNE 1989 1. The Fine Arts Commission meeting of 12 June 1989 was attended by: 2. The minutes of the previous meeting were accepted as presented. 3. read a letter of protest from (OSWR) regarding the Sanborn sculpture now being installed, has drafted a reply that outlines the approval process and authorization that occurred related to the signing of a contract. was asked to produce a small information board to be placed with the sculpture model in the atrium of the New Headquarters Building. 4. In mid-May, attended an out-of-town seminar on corporate art collections. In following up on the useful contacts made at that seminar, is looking into borrowing a Seagram's photograph collection (now in the custody of the Library of Congress) of US county courthouses. 5. Pending business: SI-AT reported that she has several books on the Washington SI-AT Color School that she will make available for public perusal. will also look into creating better information cards and labels for the Color School art displayed in the entry corridors of the Old Headquarters Building. STAT , after walking through the lobby/atrium area of the New Headquarters Building, have recommended only that a circular couch be placed on the bottom floor near the services booths. STAT CONF ENTIAL Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REMS7Vf L(/ STAT Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 STAT STAT STAT STAT STAT STAT STAT STAT CONFIDENTIAL ... DIVA Registry' 8 December 1988 MINUTES OF THE FINE ARTS COMMISSION MEETING OF 14 NOVEMBER 1988 The Fine Arts Commission meetin f 14 November 1988 was attended by: was in ro uce as e I representative vice In the first order of business, minutes from the previous meeting were accepted. the new head of the Federal Women's Program for the Agency, spoke about er attempts to arrange a special exhibit in commemoration of Women's History Month next March. She has been looking into an exhibit of "Women Artists of the New Deal Era" that is available from the National Museum of Women in the Artsand she passed around clippings and brochures regarding the exhibit and the museum. The exhibit, valued at approximately $132,000 for insurance purposes, is available for rent at something over $2000. The museum is willing to insure the exhibit if the Agency uses an experienced mover of artistic objects; the OEEO/FWP would bear the costs of the rental. The FAC gave the green light to pursue the securing of the exhibit by raising it with her council members. asked the previous month to draft a proposal regarding a potential artist-in-residence program, did so. The presentation of the draft proposal provided the opportunity for FAC members to debate whether we preferred _ an artist-in-residence whose mission was solely to create a given number of pieces of art over a specified period or a more hybrid officer who would create art and serve as a curator/coordinator for the Agency's growing collection of art. raised possibility of making the job entirely one of curating ana coorainating. The sense of the group --each member was polled individually-- was that the artist-in- residence prpgram, were it to be implemented, should not at this stage be burdened by curatorial and coordination duties. It was agreed that would offer an amended draft proposal at the December meeting for further refinement of the concept and possible tion on it. CONFIDENTIAL Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ? ,v STAT STAT STAT STAT STAT STAT STAT STAT CONFIDENTIAL FAC Mtg/14 November 1988-page 2 An update on the work of the kiosk/bulletin board committee was not available. This will be taken up at the December meeting. circulated brochures on several table models available for emplacement in the snack bars of the new building. The FAC voted for a fiberglass model that comes in different colored laminates. An update on the decision to mount some explanatory material on the Melzac collection of Washington Color School art in the main lobby of Headquarters was not available. This will be taken up at the December meeting. The FAC disapproved a request from OIR to mount on the 1.-ound-f1oor wall entrance to the library large letters advertising that entrance. The rationale was that the heavy flow of trash carts and mechanical equipment through the GF corridor would likely damage the letters. will follow through with a letter to OIR. The FAC concurred in,a proposal that OL look into dealing with the slippery quality of the polished stone corridors that lead from the cafeteria areas into the new building, will look into placing carpets in those areas. The FAC disapproved a proposal from OMS to place health-related literature in the restrooms. It was believed that such placements would create too much clutter and that OMS had other means --such as its newsletter nd ? own lobby area displays-- for disseminating information. will follow through with a letter conveying the FAC decision. It was agreed that the FAC will, in the future, look into who places notices on the bulletin boards and who bears responsibility for their timely removal, will look into drafting a notice for general distribution regarding the need to keep the boards as up-to-date and clean as possible. Other business: --the DCI has approved Kinsler for his official portrait. --The Director of the Hirshhorn would like to come to see the Washington Color School art in the lobby of Headquarters Building. will look into arranging this. will_preseni a maquette of his proposed sculpture forNEA panel and.7A-0-ncy ctiii-S-ideratfah e-25-November. At the same mati-fig, the attendees will review choices for a graphics artist for the new_building: The next meeting of the FAC will be at 1.100 hours on Monday, 12.December. CONFIDENTIAL Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 - ? STAT STAT CONFIDENTIAL 8 December 1988 MINUTES OF THE FINE ARTS COMMISSION MEETING OF 29 NOVEMBER 1988 A special meeting of the Fine Arts Commission took place 29 November 1988 to review the concrete proposal offered by James Sanborn for a sculpture for the new building and to review slides of five graphics artists' work in support of a decision on a contract that would substi- tute for that earlier offered Matt Mulligan. The meeting was attended by Marilyn Farley of GSA's Art and Architecture Group, by four members of the National Endowment for the Arts panel that she has put together for the Agency compound project, by James Sanborn, and the following Agency Personnel:. FAC chairman FAC member FAC Member FAC member interior designer, OL; adviser to FAC , Deputy Director for Admnistration xecutive Director, CIA xecutive Assistant, DDA The model presented by Sanborn showed a sculpture composed primarily of slabs of red granite, with verdigris copper plates (pierced by frequency code alphabet tables), lodestone, and petrified wood used as secondary materials. Sanborn proposed locating elements of the sculpture at three sites: the walkway from the parking structure in West Lot to the new building, the northwest corner of the courtyard formed by the two buildings, and the eastern edge of the courtyard against the glass wall of the cafeterias. His maquette showed the inclusion of a small whirlpool at the second site and of a larger, still pool surrounded by miscanthus grass at the third. The third site would, moreover, include a meterorite to be obtained from the southwestern United States. He estimated that the project would take 1 to 21 years to complete, noted that he was still refining the details of the project, and asked to be allowed some flexi- bility in that refining process. All members of the NEA panel, as well as all Agency personnel listed above, were enthusiastic about the proposed theme of the sculpture and Sanborn's early ideas for its execution. A few suggestions were made: that two slabs, vice a possible three, be used for the walkway site, and that the style and placement of walyway lights and courtyard picnic tables might need to be CONFIDENTIAL Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ? STAT STAT STAT CONFIDENTIAL Minutes-29 November/page 2 redesigned once the sculpture was in place. The five artists considered for the graphics contract for the new building were: Charles Luce, a specialist in the use of signage and symbols, whose work tends to be unidimensional in mode and intimate in scale. Terry Allen, a performance artist who specializes in installa- tions that often have light and sound enhancements and text that refers, on many occasions, to the Vietnam War. Tom Green, a producer of large-scale paintings that (in the words of this recording officer) bear a strong resemblance to Australian aboriginal paintings. Jonathan Burafski, who specializes in flat presentations of world flag symbols. Vernon Fisher, who relies heavily on narrative text in his pieces. The NEA panel had no consensus in their rankings of the suitability of the artists. speaking for the Agency, expressed a preference for giving top consideration to Charles Luce and Tom Green. Because questions were raised by NEA panel members regarding the willingness of several of these ar ? take on a contract for the Agency, it was agreed that would telephone each of the five, determine that willingness, an t en --by a telephonic conference call-- get the sense of the panel_The panel's recommendations will then be forwarded to Chairman, FAC. CONFIDENTIAL FAC Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 STAT Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release .2014/01/07 : CIA-RDP92G00017R000800010003-6 27 December 1988 MINUTES OF THE FINE ARTS COMMISSION MEETING OF 12 DECEMBER 1988 The Fine Arts Commission meeting of 12 December was attended by: STAT STAT STAT STAT STAT STAT. STAT STAT STAT Minutes from the previous meeting were accepted. Furthger discussion regarding proposal-to establish an artist-in-residence program was deferred until the January meeting because --who are working on drafting the relevant legal document-- were not able to attend. had, however, sent a letter expressing her views about the program, and read this to the group. Her major concerns dealt with funding such a program in a period of budgetary constraints. repopted that the Office of Security had been asked to place security barriers (eg, concrete vehicle barriers) on the long Approach from West Lot to- the NUB. It was agreed that the security requirement was legitimate but that James Sanborn would be contacted for advice on a barrier design compatible with his proposed sculpture. reported a request asking that signs be placed outside each restroom in the NUB saying 'Please open door slowly." suggested that the more gebneral problem of hard-to-open doors on e new restrooms be reviewed in the Office of Logistics. The issue of FAC aproval for the signswas deferred. reported on behalf of the Bulletin Board Committee. She suggested that proper bulletin boards, covered with fabrics that match the elevator areas of the NUB, be installed, but that bulletin boards be kept out of the NUB atrium area. The Office of Logistics will look into getting this done. Confidential Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part- Sanitized Copy Approved forRelease2014/01/07 : CIA-RDP92G00017R000800010003-6 ? ? STAT STAT STAT S TAT S TAT-, / STAT \ , STAT STAT STAT reported considerable positive feedback on the White House Christmas card display. She announced the following schedule for upcoming exhibits: January: Afghainstan February: Black History Month exhibit cancelled. Afghanistan exhibit to be extended. March: Lithographs of Women Artists April: Employee Photographs May: Bill of Rights Bicentennial reported that FBIS, in anticipation of its 50th anniversary in early 1991, had asked to reserve the exhibit corridor for mid-February to mid-March 1991. will advise to contact the EEO to seek a compromise as the corridor is usually reserved In February and March for Black History Month and Women's History Month. also reported that had-called_ regarding_aa_exhibit_ In connection with Deaf Awareness Week. She was advised to contact the Handicapped Program to possibly join forces. reported that he had prepared a memorandum for the DCI, DDCI, DDA, and Executive Officer seeking final a royal for the Sanborn sculpture proposal. (ADDENDUM: On 19 December, briefed the DCI and DDCI on the sculpture and won their approval for it. John showed the FAC a color sketch that demonstrated the two courtyard elements of the Sanborn preoposal. He also briefed the meeting on the slides shown 29 November at a special meeting of the FAC convened to help choose a new graphics artist for NHB. announced that additional monies had been budgeted to cover per diem and framing costs of the portrait of the .-DICI.to be done by Raymond Kinstler. plans to attend an out-of-town colloquium on corporate art collections. He has also asked the Office of General Counsel to determine wherther we can solicit private businesses regardihng the loan or donation of art. The next meeting of the FAC will be held at 1100, Monday, 9 Jasnuary. Secretary, FA Confidential Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 DATE I NAINJMI I I AL ?CY-- ?96 TO: ROOM N REMARKS: ILDING i-sn 14- d" c6e eft) (41-6k1 6- 7" STATTO] ROO NO. BUILDING EXTENSION R1RM Nn PPP! ar.pc C/112RA na_a Declassified in Part - Sanitized Copy Aparoved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 (47) - Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 NEW HEADQUARTERS BUILDING SCULPTURE AUTHORITY: GSA Art-in-Architecture program ARTIST: James Sanborn COST: $250,000.00 BACKGROUND: In March 1987, the New Building Project Office (NBPO) approached the Fine Arts Commission with a request for assistance in determining an art focus for the new structure. Up to 1/2 of one percent of the building cost could be allocated to this purpose and the NBPO had set aside $400,000.00. There were several avenues that could be pursued, and in the end the Commission, with DA approval, decided to work through the GSA Art-in-Architecture program in order to select artists to create works for the interior and exterior of the new facility. Selection of five artists was made by a panel composed of two museum officials, two local artists and the building zrchitect, followed by a final narrowing to two by the GSA Administrator and the Chairman of the National Endowment for the Arts. 500 portfolios were reviewed; many arrived in response to newspaper publicity. James Sanborn was selected to create sculpture in the courtyard and outside the West Entrance. His use of native stone and interest in information, and the timelessness of it, appealed to the panel and Agency personnel. Following his selection, he presented a model of his proposed project to Commission, the Director of Administration and the Executive Director/DCI. All approved the project with enthusiasm. JAMES SANBORN: The artist is a native Washingtonian who has been a noted member of the art scene for over twenty years. He holds an MFA from the Pratt Institute, NY and also studied arcbgeology at Oxford University, England. He has won several awards and his works are included in many private and public collections. THE PROJECT: The project includes tilted quartz and granite clusters, reminiscent of the stone outcroppings which existed at the Agency site prior to construction. Combined with this material are copper plates with messages in various codes and ciphers. The artist considers all messages to be benign and aims to present a game for viewers. 1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 James Sanborn - Notes Native Washingtonian - noted member of the D. C. art scene for over 20 years MFA Pratt Institute, NYC A year of archaeology study at Oxford Initial creations were large concrete and steel constructions Since 1981, constructions are fashioned from subtlety colored and patterned sandstone Works exude an aura of prehistory - the beginnings of the earth, natural processes of creation His experiences of rock climbing in the canyons of the West has given him the sensitivity and understanding of the positioning of rocks as they appear in nature He carefully selects and orders multicolored rocks to create abstract records; beautiful and striking reminders of the magnificent and awesome processes that not only formed the planet's terrain, but constantly recur Simple geometric outlines of his work are really purposeful arrangements to portray the nature and perception of another time What began as recreations of the evidence of natural forces has moved into the realm of metaphysical and mythical allusions He seeks new ways to render the invisible, visible. Many sense a silent, meditative, almost reverent atmosphere that exudes from his works He focuses of geometric time which preceded us and will undoubtedly continue beyond us Focus on magnetism and investigations of it, led to fairly arcane areas, such as lodestones (iron ore that has become magnetized as the result of being struck by lightning). He says, "The amazing thing is that, with few exceptions, there was virtually no new information since the 1600s." "Buddhism and Shintoism celebrate the forces in nature, in the connections between the spiritual and the natural," says Sanborn. "They encourage awe in the face of natural forces. I'm trying for the same sense of awe in my work" by dealing in contrasts - raw/elegant, new/timeless, light/shadow Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 December 15, 1989 Dear Agency Employees: I am writing this letter to give you an idea of what. I am up to at the Agency, and to explain those big tilted slabs of stone. The stonework in the courtyard and at the entrance to the new _building serves two functions: . First, it creates a natural framework for the project as a whole and is part of a landscaping scheme designed to recall the natural stone outcroppings that existed on this site before the Agency, and that will endure as do mountains. Second, the tilted strata tell a story like pages of a document. Over the next several months, a flat copper sheet through which letters and symbols are cut will be Inserted between these stone "pages." This code, which includes certain ancient ciphers, begins as International Morse and increases in complexity as you move through the piece at the entrance and into the courtyard. Its placement In a geologic context reinforces the text's *hiddennes as if it were a fossil or an image frozen in time. An installation in the courtyard further explores this theme. On the paved surface, supported by a petrified tree, will stand a curved, vertical copper plate. Approximately 2000 letters of the alphabet are cut through this plate (a process which requires four months of work). The left side of the plate is a table for deciphering and enciphering code, developed by Blaise de Vigenere in 1570. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 -I Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 41 The right side is a text. that can be partly deciphered by using the table and partly by using a potentially challenging encoding system. The text, written in collaboration with a prominent fiction writer, is revealed only after the code is deciphered. My choice of materials, like code, conveys meaning. At the entrance, a lodestone (a rock naturally magnetized by lighting) refers to ancient navigational compasses. The petrified tree recalls the trees that once stood on this site and that wete the source of materials on which written language has been recorded. The copper, perforated by text, represents this "paper." I also use another symbol; water. In a small pool on the plaza, partly surrounded by the copper plate, water will be turbulent and provocative, constantly agitated into standing waves. In the other pool, located among trees in the courtyard and between two massive outcroppings, water will be calm, reflective, contemplative. Other materials around the site - large stones, ornamental grasses, and small trees - are designed to make the natural features surrounding the Agency more visually interesting and thought provoking. My work at Langley is approximately two thirds complete. If you see me or my apprentices working, please don't hesitate to ask questions about the work. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Co? GSA ConkY 6-3( VA WO C-C A'rr\'`i ci'44 or\ e,vJ ke-k cvA(A.X-e^r_S gv?4,1;\ Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: c.SI1Prgc-og37 GENERAL SERVICES ADMINISTRATION PUBLIC BUILDINGS SERVICE CONTRACT FOR ARTIST'S SERVICES Jim Sanborn Artist Exterior Sculpture (s) Type of Artwork $250,000.00 Fee Amount Headquarters Expansion Building Project McLean, Virginia Building Location Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: G5icpgw-ac_oA37 TABLE OF CONTENTS PART I - THE SCHEDULE Section A - Standard Form 33, Solicitation, Offer and Award --Preparation of Offers Section B - Supplies or Services and Prices/Costs --Description of Services --Pricing Information Section C - Description/Specialization/Work Statement --General --Scope of Work --Background --Objective --Scope of Services --Security Requirements Section D - Packaging and Marking --Payment of Postage and Fees --Marking Section E - Inspection and Acceptance --Inspection and Acceptance --Designation of Contracting Officer's Representative Section.F - Deliveries or Performance --Deliverables --Period of Performance --Type of Contract Section G - Contract Administration Data --Payment --Method of Payments --Invoice Requirements Lz7-_- Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00617R000800010003-6 REFERENCE: .5'( I pig E-c-c.v.--3-7 Section H - Special Contract Requirements PART II PART III --Ownership --Copyright --Travel --Site Visit --Work Oversight CONTRACT CLAUSES ??? =Mb GSA Form 3504 LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS Section 67 - List of Attachments PART IV --Standard Form 1411 --Optional Form 17 REPRESENTATIONS AND INSTRUCTIONS Section K - Representations, Certifications and Other Statements of Offerors: GSA Form 3503. Section L - Instructions, Conditions and Notices to Offerors --General --Submission and Content of Proposal --Technical Proposal --Price Proposal --Restriction on Disclosure and Use of Data --Failure to Submit Offers --Contract Award --Authorized Deviations in Provisions --Proposal Preparation Cost --Proposed Contract Type --Inquiries --News Release --Inspection of Facility --Insurance Requirements - Declassified in Part -Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: C`5//,8-ge--C62-37 Information Collection Requirements. Information collection requirements contained in this solicitation/contract that are not required by regulation have been approved by the Office of Management and Budget pursuant to the Paper Work Reduction Act and assigned OMB Control No. 3090-0163. PART I - THE SCHEDULE SECTION A SOLICITATION,-OFFER AND AWARD STANDARD FORM 33 I-A Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Azorove:.. _ Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 p:..: ? rs ?../1kAVIMr1L-) 1 UNDER DPAS 115 CFR 3501? CONTRACT2. NO. GSIIF88EGCO237 3. SOLICIT Al ION NO. ?6. TYPE OF SOLICITATION ri S? EALED BID MC N? EGOTIATED (API') 5. DATE ISSUED 6. REQUISITIONiPUkCHAS NO. 7. ISSUED BY CODE General Services Administration, NCR Construction Contracts Division (WQPP)/ 7th & D Streets, SW, Room 2634,- 1.:p chi nr.4-r,r) LIC 707 IL ADDRESS OFFER TO (If oilier tnan Item 7) NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and nr/A- handcarried, in the depository located in copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, c /V/4 until local time (Hour) (Date) CAUTION - LATE Submissions. Modifications, and Withdrawals: See Section L. Provision No. 52.214-7 or 52.215-10. All offers are subject to all terms and conditions contained in this so icitation. 10. FOR INFORMATION CALL: A. NAME TOM SHERRY B. TELEPHONE NO. (include area code) (NO COLLECT CALL ( 2G2 ) 14T2-45314 11. TABLE OF CONTENTS WI SEC. DESCRIPTION _PAGE(S) WI SEC. DESCRIPTION PAGE( PART I - THE SCHEDULE PART II - CONTRACT.CLAUSES X A SOLICITATION/CONTRACT FORM -i- - 2 X 1 CONTRACT CLAUSES 1- ). B SUPPLIES OR SERVICES AND PRICES/COSTS 1-1 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X c DESCRIPTION/SPECSIWORK STATEMENT 1-8 X J LIST OF ATTACHMENTS I 1 - X D PACKAGING AND MARKING 1-1 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 1-3 X KOTHER REPRESENTATIONS. CERTIFICATIONS AND STATEMENTS OF OFFERORS 1- X F -DELIVERIES OR PERFORMANCE 1-3 X G CONTRACT ADMINISTRATION DATA 1-5 X L INSTRS.. CONDS., AND NOTICES TO OFFERORS 1 - X H SPECIAL CONTRACT REQUIREMENTS 1-1 X M EVALUATION FACTORS FOR AWARD 1- . OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. NA* 12. In compliance with the above, the undersigned agrees, if this offer is accepted within / calendar days (60 calendar days unless a differc period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or allitems u,00n which prices are offered at the price s? opposite each item, delivered at the designated point(s), within the time specified in the schedule.' Cf . 552.214-16, page IV-L-4 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52-232-8) 10 CALENDAR DAYS N/A 20 CALENDAR DAYS A 30 CALENDAR DAYS CALENDAR DA' /co 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amend- ments Co the SOLICITATION for offerors and related documents numbered and dated: AMENDMENT NO. DATE AMENDMENT NO. DATE 15A. NAME ANO ADDRESS STAT OF OFFEROR CODE FACILITY Icoa s. pAzov-s_. ZYL Isa_LELF-PmaINE-Isto--a- STAT ude area 15C. CHECK IF REMITTANCE ADDRESS nIS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) bunts ts4;1/4..41 AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND/PPROPRIATION A thru L & Price Proposal $250,000 192.8.80.P1140001.RK1.25.516. 18. OFFER DATE Q-J 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETI- TION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN J ITEM r-7 10 U.S.C. 2304(c)! I ri 41 U.S.C. 253(c)( (4 copies unless otherwise specified)- VI Section G 24. ADMINISTERED BY (If other than Item 7) CODE Cf. page I-G-5 of Contract 2.6. NAME OF CONTRACTING OFFICER (Type or print) Claude G. Bernier 25. PAYMENT WILL BE MADE BY ,Z7 27. U -D STATES// AM:RICA 'iencture of n tra.atinl;'Crrficct9 CODE 26. AwArED DATE IMPORTANT --Awand-wilf be made on this Form,.or on Standard Form 26, c?. ? other authorized official wCitten notice. N:SN 7540-01-1.52-SC16-4- - - - - npriassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008-00010003-6 REMITTANCE ADDRESS: When the contractor wishes. payments to be mailed to an address other than that indicated on the Standard Form 33, Solicitation, Offer and Award, he shall insert the proper remittance address in the space provided below: 'REFERENCE: peg` L37 A-2 --- Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: GS/ I p trir EQC_o P-37 PART I SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: G5//pgle?C_O?7_37 PART I - SECTION B Supplies or Services and Prices/Cost B.1. Description of Services The Artist shall provide all personnel, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and shall plan, schedule, coordinate and ensure effective performance of all services described herein. The Artist will be required to execute the approved design, provide the necessary base support and install the completed work(s) at the designated location. B.2. Offer for Services The total firm-fixed-price for completing all work under the contract is? $250,000.00. B-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE i G5//Pg.gE-C437-37 PART I SECTION C DESCRIPTION/SPECIFICATIONS, WORK STATEMENT I -C Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 r.? f.. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE: GS1:113?258E-Gpv_37 PART I - SECTION C C.1. Scope of Services (a) The Artist shall perform all services and furnish all supplies, materials and equipment as necessary for the design and execution of the work(s) to be placed in the location shown on Contract Drawing No. N/A , in an artistic, professional manner and in strict compliance with all terms and conditions of this contract. (b) The Artist, shall determine the artistic expression, subject to its being acceptable to the Government. The Government may require multiple submissions of the Artist's proposed work(s) in determining acceptability. The Artist shall make formal presentations to the Government, which should include sketches or other documents which shall convey a meaningful presentation of the work(s). The Artist shall allow 30 calendar days for the Government to determine acceptability of the proposed artistic expression(s). (c) The work(s) shall be of materials and sizes mutually acceptable to the Government and to the Artist. (d) The Artist shall execute and install the work(s) to the satisfaction of the Contracting Officer's Representative. (e) Upon installation the Artist shall provide written instruction to the Contracting Officer for appropriate maintenance and preservation of the artwork, before final payment is made. The Government is responsible for the proper care and maintenance of the work(s). (f) The Artist shall furnish the Government with photographs of the finished work(s) as installed. Security considerations require that all on-site photographic work will be accomplished through the Site Security office. Color, black and white negatives and prints will be required. In addition, 35mm color slides are to be provided to the Government. (g) Security requirements. C-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part -Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Public Buildings Service Washington, DC 20405 Artist: -.ART-IN-ARCHITECTURE PROGRAM ARTIST'S QUESTIONNAIRE Title of Work: Type of Artwork; Installation Date: Building Location: , City State Dimensions (height x width x depth in feet and inches): Weight: Construction, composition of the work (for the following, please use dates, methods, and products used): 1. Materials (kind, variety, quality; preparatory work, joining of blocks, hollowing out, etc.): 2. Medium or construction (description of assemblages, materials, and methods): Support: Medium: Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00-017R0-00800010003-6 Ground (preparation of surface before painting etc; adhesion, cohesion): Paint Layer: Surface coating (finished layer): 3. RecomMendations for care and maintenance: 4. Fabricator (if fabricated other than by yourself): Name Address State City Zip Telephone 5. Additional Comments: Artist's Signature Date Artist's Address City State Zip Enclosed is a self-addressed stamped envelope for your convenience in returning the Questionnaire. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5ylpggE-Qc....o.237 Security Requirements The building and/or site, wherein the art work(s) as provided under this Agreement are to be performed, is under strict security control. Contractor agrees on behalf of himself and all subcontractors that he will assign only U.S. citizens to perform the work. U.S. citizens only will be granted access to premises, in connection with the performance of this Agreement, and will be subject to the Espionage or other Federal "Laws relating to improper disclosure of classi- fied information. Denial of entry of Contractor personnel on the basis that the Contractor failed to provide information required by this clause will not *relieve the Contractor of any cost burden incurred by the Contractor in attempting to perform the work. Prior to the installation, the Contractor must supply the name of the crew leader and the approximate number of person- nel entering Agency properties ?after normal working hours to the Contracting Officer's Representative (COR) hereof. All vehicles and occupants must be preapproved for entry at the site. To be granted access for the performance of the work,. it will be the responsibility of the Contractor to ensure that the necessary information has been provided before proceeding to the site entry point. The COR will take the appropriate action to notify the security access points before the Con-' tractor arrives to ensure that the Contractor will be granted approval to proceed to the work site. 4 C-2 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 51/pgg'&-6c,=_37 SECURITY REQUIREMENTS 1. "Bidders" Information 2. Contractor/Subcontract Agreement 3. Site Activities 4. Security Planning 1. "Bidders" Information Government Site Security Regulations "Bidders" will be required to comply with Government site security regulations, including providing necessary person- nel information relevant to ownership/management of bidder companies. Refer to the article "Bidding Information" in the bidding requirements. The Government reserves the right to exclude or remove from the site any employee of the con- tractor or subcontractor that the Government deems careless, insubordinate or otherwise objectionable or whose continued employment or access on the site is deemed by the Government to be contrary to the best interests of the Government. Overtime To allow the Government the time necessary to perform its required daily security inspection of the work in private, overtime work by contractor, including the delivery of prod- ucts, will be approved only in the most exceptional of circumstances, and then only for work on weekdays between 1600 and 1800 hours. (Work on weekends will occur only when the Government so directs.) Requests for overtime and for access to the site outside the hours specified under the article "Site Activities" herein, shall be made in writing to-the contracting officer not less than five calendar days in advance of need. 2. Contractor/Subcontractor Agreement The contractor agrees, and will make it a specific provision of his subcontracts, that the following security regulations will be observed by contractor/subcontractor personnel on the construc- tion site, and that the facilities and procedures described in the following subparagraphs will be made operative at the commencement of work under this contract: C-3 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 05(hogg Only United States citizens are permitted to work on the construction site. After award, the contractor and all sub- contractors shall provide information regarding all person- nel who require or cease to require continuing access to the site. In order to permit the Government to supply badges to allow access for on-site personnel, contractor shall cause each individual to fill out a personal history statement (PHS Form CP-100) - refer to Appendix for example. The PHS will be provided in advance by the Government to the con- tractor. Processing of the PHS will be performed by the Government personnel at Government expense. A PHS shall be completed for each contractor employee who is to work on the site in excess of a total of five calendar,days. An abbreviated PHS (Sections I and VII of Form:CP-100) shall be completed for those employees who are to work on the site less than any five calendar days. When an individual reports initially to the site for work the first time, the contractor shall allow a period of two hours for security processing, to include a review of Form CP-100, fingerprinting, fabrication of a site badge, and a security/safety/code-of-conduct briefing. Upon the signing of Form CP-100 and badging, the contractor employee will be allowed access to the construction site. The badge fur- nished by the Government to each contractor employee or other person granted access to the site will serve to authorize the wearer to enter and leave the construction site. The badge shall be worn on the upper part of the body so as to be clearly visible at all times when on the work site. The badge shall be retained by the individual as long as he or she requires continued admittance to the site, but the contractor shall arrange for its immediate return to the Government when such need no longer exists. Visitor badges will be provided for persons who are identi- fied as having an infrequent or temporary legitimate busi- ness need for access to the site. Security checks will be made on all contractor employees. Falsification of the PHS or violation of the site security/ safety/code-of-conduct requirements will result in access to the site being denied. Random personnel/vehicle property inspections will be conducted by security. C-4 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 I Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: .5700frirEc7c..473-7 3. Site Activities Access to Site Normally, the site will be open to contractor4ccess between 0630 and 1600 hours, Monday through Friday. -":Products and equipment shall be delivered or removed during the above hours. Access for personnel and product and equipment delivery and removal shall be through site security check points. All material deliveries to the site by noncontrac- tor vehicles will require a bill of lading before being given site access. Contractor access will be restricted to the construction site only. Request for contractor person- nel access outside the site shall be submitted in writing to the contracting officer and receive prior approval. ? Personal Vehicles ? Personal vehicles belonging to construction personnel will be required to park within a site-security-identified fenced area adjacent to the construction site. The area shall be kept free of debris by the contractor. Only those _t contractor-owned vehicles identified by the contractor to the contracting officer in writing will be allowed access to the site. The construction site speed limit will be 15 MPH for all vehicles. The construction or removal of any temporary partition or connection to existing structures occupied by the Government shall be submitted in writing to the contracting officer and receive prior approval. Prohibited Items The following are prohibited on the job site:' alcohol, explosives, nonprescription drugs, weapons, gambling, and cameras. Conduct and Dress An acceptable standard of conduct and dress shall prevail. Shirts shall be worn at all times. C-5 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R006800010003-6 REFERENCE: GS//P.55EC-0-57 Protection of Tools and Equipment Contractor is responsible for protection of his-tools and equipment and for products intended for use in construction of the project. Specified security requirements notwith- standing, the Government will bear no responiibility for protection of contractor's tools and equipment and the construction products. Communication Devices Types and radio frequencies of the communication devices the contractor intends to use shall receive Government approval before the devices are used. 4. Security Planning To assist the Government security planning and staffing and to help in avoiding security-required delays, contractor shall submit, in writing, to the contracting officer not less than five calendar days in advance of the anticipated event, notice of I proposed changes in established project schedule's, Impending =. safety concerns, and other potentials for changes in the estab- lished security operations. C-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 . Declassified in Part- Sanitized Copy Approved forRelease2014/01/07 : CIA-RDP92G00017R000800010003-6 Cp-,1 r t Form CP-100 1. Name (In Print) TAD .Date Appendix Departure Date Badge No. irst 1(a) AKA 2 DOB POB 2(a) Citizenship 3 Employer 4 Military Service From/To Serial No. 4(a) Type Discharge/Separation Clearances S Foreign Travel: Country From/To Purpose S(a) S(b) S(c) 6 Arrests: Date/Location Charge ? Disposition ? Date Naturalized Occupation No. 6(a) 6(b) 6(c) 7 Foreign contacts, including relatives, during the past five (5) years: Name Address Date(s) of Contact, 7(a) 7(b) 7(c) 7(d) II. Relatives: 8(a) 8(b) Spouse DOB/POB Address Employer Father DOB/POB Address Employer 8(c) Mother . DOB/POB Address Employer. 8(d) 8(e) 8(0 8(g) Brother DOB/POB Sister DOB/POB .DOB/POB 100B/POB Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 P III. Education: 9(a) High School 9(b) Jr.-College 9(c) College 9(d) Vocational Name Address Date Graduat.:d IV. Employment history for past five (5) years or last three jobs: EMployer From/To Job Address 10(a) 10(b) 10(c) V. Residences for past five (5) years or last four (4) addresses: From/To Address 11(a) A VI. List three (3) non-relative references who have known yq;u for the past five years: Name Address Years Known VII.. 12(a) 12(b) 12(c) I hereby declare that the above information is true and factual to the best of my knowledge. I also acknowledge receiving the construction site Security/ Safety/Code of Conduct briefing and understand that my failure to abide by the requirements or falsification of form CP-100 can result in my being denied access to the construction site with resulting loss of employment. Signature Date Briefing Officer Date Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 - Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE :5f/Pir-ge--C-002-37 PART I SECTION D PACKAGING AND MARKING I ?D Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92-G00017R000800010003-6 REFERENCE: ,.51115117/E-co,2.37 ? SECTION D Packaging and Marking D.1. Packaging The Artist shall be responsible for prepayment of all mailing and shipping charges on sketches, drawings, specifications, models, or other submissions to the Government. D.2. Marking All submissions to the Contracting Officer or the Contracting Of fiber's Representative shall clearly indicate the contract deliverables are being submitted. ? D-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE :. .5./(Pg'SE-CO,7_37 PART I SECTION E INSPECTION AND ACCEPTANCE I ?E ?? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: s'ffpgg'E-c_e?..37 PART I - SECTION E Inspection, and Acceptance 1. The Role of Government Personnel and Responsibility for Contract Administration. (a) . Contracting Officer. The contracting officer has the overall responsibility for the administration of this contract. He alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules.- However, he may delegate certain other responsibilities to his authorized representatives. (b) Contracting Officer's Representative (COR). The COR is designated as the contracting officer's representative to _ assist him in the discharge of his responsibilities when he is unable to be directly in touch with the contract work. The responsibilities of the contracting officer's representative include, but are not limited to: determining the adequacy of performance by the Artist in accordance with the terms and conditions of this contract; acting as the Government's representative in charge of work at the site; ensuring compliance with contracting officer of any factors which may cause delay in performance of the work. E.2. Acceptance E.2.1. Acceptance of all deliverables under this contract will be-reviewed for approval by the Contracting Officer's Representative prior to final acceptance by the Contracting Officer. E-1. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 52.246-12 REFERENCE: 5urggEGC--0.2-37 INSPECTION OF CONSTRUCTION (JUL 1986) (a) Definition. "Work" includes, but is not limited to, materials, workmanship, and manufacture and fabrica- ? tion of components. (b) The Contractor shall maintain an adequate inspec- tion system and perform such inspections as will ensure that the work performed under the contract conforms to contract requirements. The Contractor shall maintain complete inspection records and make them available to the Government. All work shall be conducted under the general direction of the Contracting Officer and is sub- ject to Government inspection and test at all places and at all reasonable times before acceptance to ensure strict compliance with the terms of the contract. (c) Government inspections and tests are for the sole benefit of the Government and do not? (1).- Relieve the Contractor of responsibility for providing adequate quality control measures; (2) Relieve the Contractor of responsibility for damage to or loss of the material before acceptance; (3) Constitute or imply acceptance; or ? -., - (4) Affect the continuing rights of the Government after acceptance of the completed work under para. (d) The presence or absence .of a Government in- spector does not relieve the Contractor from any con- tract' requirement, nor is the. inspector authorized to change any term or condition of the specification with- out the Contracting Officer's written authorization. ,. (e). The Contractor shall promptly furnish; without additional charge, all facilities, labor,. and material rea- sonably needed for performing such safe and conven: ient inspections and tests as may be required by the '- Contracting Officer. The Government may charge to the Contractor any additional cost of inspection or test when work is not ready at the time specified by the Contractor for inspection- or. test; or When prior rejec- tion inakes reinspection or retest necessary. The Gov- ernment shall perform all inspections and tests in a .? manner that will. not unnecessarily delay the work. Special, full size, and performance tests shall be per- formed as described in the contract.' E-2 (0 The Contractor shall, without charge, replace or correct work found by the Government not to conform to contract requirements, unless in the public interest the Government consents to accept the work with an appropriate adjustment in contract price. The Contrac- tor shall promptly segregate and remove rejected mate- rial from the premises. ? ? ? = - ?.? (g) If the Contractor does not promptly replace or correct rejected work, the Government may (1) by contract or otherwise, replace or correct the work and charge the cost to the Contractor or (2) terminate for default the Contractor's right to proceed. (h) If, before acceptance of the entire work,. the Government decides to examine already completed work by removing it or tearing it out, the Contractor, on request, shall promptly furnish all necessary facili- ties, labor, and material. If the work is found to be defective or nonconforming in any material respect due to the fault of the Contractor or its subcontractors, the Contractor shall defray the expenses of the examination and of satisfactory reconstruction. However, if the 'work is found to meet contract requirements, the Con- tracting Officer shall make an equitable adjustment for the additional services involved in the examination and reconstruction, including, if completion of the work ? was thereby delayed, an extension of time. (i) Unless otherwise- specified in the contract, -the Government shall accept, as promptly as practicable after completion and inspection, all work required by the contract or that portion of the work the Contract- ing Officer determines can be accepted separately. Ac- ceptance shall be, final and conclusive except for latent defects, fraud, gross mistakes amounting to fraud, or the Government's rights under any warranty or guar:. antee.. ? (End. of clause) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: frnEc37 _ 552.246-75 GUARANTEES (FEB 1986) (a) Unless otherwise provided in the specifications, the,Ipontractor guarantees all work to be in accordance with contract requirements and-lree from defective or inferior materials, equipment, and workmanship for 1 year,after the date of final acceptance or the date the.equipment or work was.placed in use by the Government,. whichever occurs first. (b) If, within any guarantee period, the Contracting Officer finds that guaranteed work needs to be repaired or changed because of the use of materials, equipment, or workmanship is inferior; defective, or not in accordance with the terms of the contract, the Contracting Officer shall so inform the Contractor in writing and the Contractor shall promptly and without additional expense to the Government: - (1) Place in a satisfactory condition all guaranteed work; (2) Satisfactorily correct all damage to equipment, the site, the build- ing or contents thereof, which is the result of such unsatisfactory guaranteed work; and (3) Satisfactorily correct any work, materials, and equipment that are disturbed in fulfilling the guarantee, including any disturbed work materials and equipment that may have been guaranteed under another contract. Should the Contractor fail to proceed promptly in accordance with the guarantee, the Government may have such work performed at the expense of the Contractor. ? (c) Any special guarantees that may be required under the contract will be subject to the stipulations set forth above, insofar as they do not conflict with the provisions of such special guarantees. (d) The Contractor shall obtain each transferable guarantee or warranty of equipment, materials or installation thereof which is .furnished by any manu- facturer, supplier or installer in the ordinary course of the manufacturer's, supplier'-s, or installer's business.or trade. In addition, the Contractor shall obtain and furnish to the Government all information which is required in order to make any such guarantee or warranty legally binding and effective, and shall submit both the information and the guarantee or warranty to the ? Government in sufficient time to permit the Government to meet any time limit requirements specified in the guarantee or warranty or, if no time limit is specified, prior to completion and acceptance of all work under this contract. (End of Clause) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP9.2G00017R0008-00010003-6 REFERENCE: 5//P.87EQC-0..23 7 PART I SECTION F DELIVERIES OR PERFORMANCE I ?F Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: ...S./(Prs'&--c?.t. 2_57 PART I - SECTION F Deliveries or Performance F.1. Deliveries The Artist shall complete all work as follows: F.1.1. The design required by Section C.1.(b) within 90 days after the Notice to Proceed (NTP). to>40 F.1.2. Fabrication and installation of work requirea by Section C.1.(c) and (d) by 500 days after NTP. 3(,0-22i:3-= 10). F.1.3.11'w2A-?7,Ct Photographs of all aspects of the finished work as _ 14, required by Section C.1.(f) by 500 days after NTP. 12---2.1 -09 3 F F.1.4. Maintenance and preservation instructions required by Section C.1. (e) by 500 days after NTP. F.2. F.2.1. Performance. Correspondence Work under this contract is expected to commence on NTP date. All correspondence from the Artist must be directed as follows: Original: Arthur J. Carlucci, Project Manager One Copy: Art-In-Architecture Program (PQBP) General Services Administration 18th & F Streets, N.W. Washington, D.C. 20405 ?. F-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: C.02.3 - - Fr.3. FAR 52.212-13 STOP-WORK ORDER (APR 1984) (a)- The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 30 days aftert:thebrder is delivered to the Contractor, and for -any -further period to which the parties may agree.z.-The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days .after a stop-work order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either-- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is cancelled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-- ? (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts a claim for the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim asserted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order- is terminated for the convenience of the Government, the Contracting Officershall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable -:-L-7,...,!_-,-isadjustment or otherwise, reasonable costs resulting from the stop-work order. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5(7/'g".e&--C-4037 ? F.4.- FAR 52.212-15 GOVERNMENT DELAY OF WORK (APR 1984) (a) If the performance of all or any part of the work of this contract is delayed or interrupted (1) by an act of the Contracting Officer in the administration of this contract- that is not expressly or impliedly authorized by this contract, or (2) by a failure of the Contracting Officer to act within the time specified in this contract, or within a reasonable time if not specified, an adjustment (excluding profit) shall be made for any increase in the cost of performance of this contract caused by the delay or interruption and the contract shall be modified in writing accordingly. Adjustment shall also be made in the delivery or performance dates and any other contractual term or condition affected by the delay or interruption. However, no adjustment shall be made under this clause for any delay or interruption to the extent that perfomance would have been delayed or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an adjustment is provided or excluded under any other term or condition of this contract. (b) A claim under this clause shall not be allowed (1) for any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved, and (2) unless the claim, in any amount stated, is asserted in writing as soon as practicable after the termination of the delay or interruption, but not later than the day of final payment under the contract. F-3 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 23 7 PART I SECTION G CONTRACT ADMINISTRATION DATA I?G Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: GS ( PART I - SECTION G Contract Administration Data G.1. Nethod of Payment (a) The total price (TP) of the contract shall constitute full compensation for all approved services described in this contract. Progress payments shall be made in accordance with the following schedule: (1) Upon acceptance of the design submission, 40% T.P. (2) After fabrication of 50% of the work, 40% T.P. (3) After fabrication of 100% of the work, 10% T.P. (4) After installation has been completed, 8% T.P. (5) After acceptance of maintenance and preservation instruction and photographic documentation, 2% T.P. (b) Payments The Government will pay the Artist, upon the submission of proper invoices or vouchers, progress payments as stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract, payment shall be made on partial deliveries .accepted by the Government if (a) the amount due on the deliveries warrants it; or (b) the Artist requests it and the amount due on the deliveries is at least $1,000. (c) Prior to final payment, the Artist shall furnish the Government with a release of claims against the Government under this contract, other than such claims as the Artist may except. He shall describe and state the amount of each excepted claim. G.2. Invoice Requirements Note: Full payment of invoices (without retention) after 50% completion is optional and is at the discretion of the Contracting Officer. G-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part- Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: C..51115C-4,37 G.2.1. GSAR 552.232-72 INVOICE REQUIREMENTS (DEC 1984) (a) Invoices shall be submitted in an original and 3 copies to the Government office .designated in this contract or on the delivery order to receiveinvoices. To constitute a. proper invoie, ?the invoice must include the following information -and/or attached documentation: (1) Name of the business concern and invoice date. (2) Contract number. (3) Delivery order number or other authorization for delivery of property or services. (4) Item number, national stock number (NSN) or other product identification number, description, price, ad quantity of property or services actually -delivered or rendered. (5) Shipping and payment terms. (6) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent. The "remit to" address must correspond to the remittance address in the contract. (7) Information necessary to enable the Government to make payment by wire transfer shall be furnished in accordance with the method of pument clause in Section II-I of this contract. .(b) To assist the Government in making timely payments, the Contractor is requested to furnish the following additional information either on the invoice or on an attachment to the invoice: (1) Data as prescribed in clause 52.232-25 (Feb 88). ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000-800010003-6 REFERENCE: 5(7/1)ffiC.40,2--37 G.3. Contractor's Responsibility (a) Neither the Government's review, approval or accep- tance of, nor payment for any of the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract, and the Artist shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the Artist's negligent performance of any of the services furnished under this contract. The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided:by law. (b) Warranties. The Artist guarantees all work to be free from defective or inferior materials and workmanship for one year after the date of final acceptance by the Government. If within one year the contracting officer finds the work in need of repair because of defective materials or workmanship, the Artist shall, without expense to the Government, promptly and satisfactorily make the necessary repairs.. (c) Slippage. Should the Government review and approval time extend beyond a five (5) day review period and cause slip- page, the contract period will be extended for a like number of days. The Artist is required to report immediately when slippage in the schedule is evident and to submit a revised schedule for approval to the Contracting Officer as soon as practicable thereafter. G.4. Artist's Recognition/Credit . (a) General. The Government will allow the Artist to prepare and install at the site an "approved" plaque identifying the Artist, the title of the work, year of installation and the commissioning office. The plaque may be provided by the Government. G73 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: _.5-IIPS'gre-O,2-37 PART I - SECTION G Contract Administration Data G.5. The Role of Government Personnel and Responsibility for Contract Administration. ? (a) Contracting Officer The Contracting Officer has the overall responsibility for the administration of this contract. He/she alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules. However, he/she may delegate certain other responsi- bilities to his/her authorized representatives. The Contracting Officer for this contract is: (b) Designation-of Contracting Officer's Representative The Contracting Officer will designate a Contracting Officer's Representative (COR) under this contract who shall act on the behalf of the Contracting Officer in the technical administration of this contract. The COR's responsibilities under this contract are to: (1) Provide technical direction within the scope and limitation provided in the contract; (2) inspect and evaluate the work performed in the contract; (3) assist the Artist in interpreting technical requirements and in obtaining other technical assis- tance as may be necessary; and (4) advise the Contracting Officer as difficulties arise which may disrupt or hinder performance. .NOTE: The COR may issue written or oral clarifications to Section C (STATEMENT OF WORK) of the contract. However, actions affecting the scope of services shall be in accordance with the CHANGES clause of this contract, and are subject to the limitation of authority granted to the COR by the Contracting Officer. G -+ STAT Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008-00010003-6 - REFERENCE: G--51/ArrEC-4137 PART I - SECTION G Contract Administration Data G.6. The Contracting Officer's Representative (COR) for the technical administration of this contract is: ARTHUR J. CARLUCCI, GSA's Site Construction Project Manager. G- 5 ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5ffPgjCO37 PART I SECTION H SPECIAL CONTRACT REQUIREMENTS I ?H Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 immnig Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 05///YS'ECOp237 PART I - SECTION H Special Contract Requirements H.1. Ownership The works created under this agreement shall be the sole property of the United States Government. The General Services Administration will convey the approved presentation study (model, design, rendering) to the National Museum of American Art, the Smithsonian Institution. H.2. Copyright The copyright of the work and related materials shall belong exclusively .to the Artist. The Artist, however, shall not publicly exhibit the final work nor make any actual size repro- ductions of the finished work except by written permission of the Government. The Government shall have the right to include photographs or other representations of the work in publications, catalogues, reports or poster provided there is prominent reference to the fact that the work was created by the Artist. H.3. Travel ? All travel by the Artist and his/her agents or employees as may be necessary for proper performance of the services required under this contract is included in the fee amount set out in Section B and shall be at no additional cost to the Government. H.4. Site Visit Artists are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. H.5. Work Oversight in Artist Contracts The extent and character of the work to be done by the Artist shall be subject to the general oversight, supervision, direction, control and approval of the C.O.R. H-1 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: oogg'Earc,f3p:3-7 PART II ? CONTRACT CLAUSES ? II?' ? ids Declassified in Part- Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 CLAUSES 52.219-6 52.228-5 552.228-76 52.222-37 552.237-71 552.228-75 52.204-2 52.243-1 52.236-3 52.246-25 REFERENCE:GS11P57 Eoc423 SUPPLEMENTARY CLAUSES ART-IN-ARCHITECTURE SERVICES CLAUSE TITLES Notice of Total Small Business Set Aside (APR 84) Insurance - Work on a Government Installation (APR 84) Insurance (APR 84) Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 88) Qualifications of Employees (APR 84) Workmen's Compensation Laws (APR 84) Security requirements Alternate II Changes - Fixed Price Alternate II (APR 84) (APR 84)- (AUG 87)- Site Investigation and Conditions -Affecting the Work (APR 84) Limitation of Liability - Services (APR 84) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 52.232-25 52.232-8 552.232-78 552.232-79 552.232-77 552.232-73(a) 552.232-70(b) 552.232-71 52.215-2 52.215-22 52.215-23 52.203-7 52.249-4 52.249-8 52.215-24 52.215-25 REFERENCE :GS1IP i56 c237 Prompt Payment (FEB 88) Alternate II Discounts for Prompt Payment (JULY 85) Adjusting Payments (APR 86) Final Payment (APR 86) Availability of Funds (JULY 84) Method of Payment (DEC 84) Payment Due Date (APR 86) Interest on Overdue Payments (APR 84) Audit - Negotiation (APR 84) Price Reduction or Pricing Data Price Reduction or Pricing Data (APR 88) for Defective Cost (APR 88) for Defective Cost - Modifications Anti-Kickback Procedures (FEB 87) Termination for the Convenience of the Government (Services) (Short Form) (APR 84) Default (Fixed Price Supply and Service) (APR 84) Subcontractor Cost or Pricing Data (APR 85) Subcontractor Cost or Pricing Data - Modifications (APR 85) I-I-2 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE: egg-raC0,23 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET?ASIDE (APR 1984) (a) Definition. "Small business concern." as used in this clause.Imeans 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 size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A manufacturer or regular dealer submitting an offer in its own came agrees to furnish, in performing the contract, only end items manufactured or produced by small business concerns inside the United States, its territories and possessioes. the Commonwealth of Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. However, this requirements does not apply in connection with construction or service contracts. ?3 /Amer PA-SE is npriassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92.G00017R000800010003-6 REFERENCE: 5//f1riYE-C-C,,2-37 ? 32.221-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (APR 1954) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required In the schedule oc elsewhere in the contract. ? (b) Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such a period as the laws of the.State-in which this contract is to be performed prescribed or (2) until 30 days after the insurer of the Contractor gives written notice to the Contracting officer. .-_ whichever period is longer. . (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. At lease 5 days before entry of each such subcontractor's personnel on the Government installation, the Contractor shall furnish (or ensure that there has been furnished) to the Contracting Officer a current certif14. cat. of insurance, meeting the requirements of Paragraph (b) above, for each subcontractor. * a 352.228-76 INSURANCE(APR 1984) The requirements of the Insurance-Work on a Government Installation clause prescribed in FAR 52.228-5 are supplemented to provide that the general liability policy shall name The United States of America, acting by and through the General Services Administration, ssan additional. insured with respect to operations performed under. this contract. ? ? Declassified in Part- Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008-00010003-6 . REFERENCE :&,511PKgc? R37 FAR 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988) (a) The contractor shall report at least annually, as required by the Secretary of Labor on: (1) The numberanpecial disabled veterans and the number of veterans of the Vietnam era in the workforce of the contractor by job category and hiring location; and (2) The total number of new employees hired during the period covered by the report, and of that total, the number of special disabled_yeteranpL_And the_number_of veterans of the Vietnam era. (b) The above items shall be reported by completing the form entitled "Federal Contractor Veterans' Employment Report VETS-100." (c) Reports shall be submitted no later than march 31 of each year beginning March 31, 1988. (d) The employment activity report required by paragraph (a) (2) of this clause shall reflect total hires during the most recent 12-month period as of the ending date selected for the employment profile report required by paragraph (a) (1) of this clause. Contractors may select an ending date: (1) As of the end of any pay period during the period January through March 1st of the year the report is due, or (2) as of December 31, if the. contractor has previous written approval from the Equal Employment Opportunity Commission to do so for purposes of submitting the Employer Information Report EEO-1 (Standard Form 100). (e) The count of veterans reported according to paragraph (a) of this clause shall be based on voluntary disclosure. Each contractor subject to the reporting requirements at 38 U.S.C. 2012(d) shall invite all special disabled veterans and veterans of the Vietnam era who wish to benefit under the affirmative action program at 38 U.S.C. 2012 to identify themselves to the contractor. The invitation shall state that the information is voluntarily provided, thwtthe information will be kept confidential, that disclosure or refusal to provide the information will not subject the applicant or employee to any adverse treatment and that the information will be used only in accordance with the regulations promulgated under 38 U.S.C. 2012. (f) Subcontracts. The contractor shall include the terms of this clause in every subcontract or purchase order of $10,000 or more unless exempted by rules, regulations, or orders of the Secretary. -rr / Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP912G00017R000800010003-6 ' _ REFERENCE: .5/tArra--C-Eic-'37 552.237-71 QUALIFICATIONS or EMPLOYEES (APR 1184) The Contracting Officer may require dismissal from the work of employees which he deemsincompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he deems contrary to the public interest of .inconsistent with the best interests of national security. The Contractor shall fill out and cause each of his employees on the contract.. work to fill out, for submission to the Government. such forms as may be necessary for security or other seasons. Upon request of the Contracting Officer, he and his employees shall be. fingerprinted. Each employee of the contractor shall be a -citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151, or who presents other " evidence from the Immigration and Naturalization Service that employment will not affect his immigration status. 552:228-75 WORKMEN'S COMPENSATION LAWS (APR 1984) The Act of June 25; 1936; 49 Stat: 1938 (40 U:S:C: 290) authorizes the constituted authority of the several states to ? apply their workmen's compensation laws to all lands and premises owned or held by the United States. II -I - 7 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE: 31 f/95B"C.o2.37 52.204-2 SECURITY REQUIREMENTS (APR 1984 Alternate II (APR 1984) (a) This clause applies to the extent that this contract involves access to information classified "Confidential," "Secret," or "Top Secret." (b) The Contractor shall comply with (1) the Secu- rity Agreement (DD Form 441), including the Depart- ment of Defense Industrial Security Manual For Safe- guarding Classified Information (DOD 5220.22-M), and (2) any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if Ific changes cause an increase or decrease in security ' costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equita- ble adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that con- form substantially to the language of this clause, includ- ing this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. (e) The Contractor shall be responsible for furnishing to each employee and for requiring each employee engaged on the work to display such identification as may be approved and directed by the Contracting Offi- cer. All prescribed identification shall immediately be delivered to the Contracting Officer, for cancellation upon the release of any employee. When required by the Contracting Officer, the Contractor shall obtain and submit fingerprints of all persons employed or to be employed on the project. (End of clause) g Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: --:arC-0.2-3 52.243-1 CHANGES?FIXED-PRICE (AUG 198 Alternate II (APR 1984) (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. ' (4) Drawings, designs, or specifications when the sup- plies to be furnished are to be specially manufactured for - the Government, in accordance with the drawings, designs, or specifications. (5) Method of shipment or packing of supplies: (6) Place of delivery. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, fle Contacting Officer may receive and act upon a proposal submitted before final pay- ment of the contract. (d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change., the Contracting Officer shall have the right to prescribe the man- ner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the con- tract as changed. ? ? (End of clause) ? neclassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 52_236-3 REFERENCE: GS 1 1P OS E.CC--OP---7 SITE INVESTIGATION AND CONDITIONS . AFFECTING THE WORK (APR 1984) . (a) The Contractor acknowledgCs that it-has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to (1) conditions bearing upon transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and roads; (3) uncertainties of weather, river stages, tides, or simi- lar physical conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during work performance. The Contractor also ac- knowledges that it has satisfied itself as to the charac- ter, quality, and quantity of surface and subsurface ma- terials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspec- tion of the site, including all exploratory work done by the Government, as well as from the drawings and specifications made a part of this contract. Any failure. of the Contractor to take the actions described and acknowledged in this paragraph. will not relieve the Contractor from. responsibility for estimating properly the difficulty and cost of successfully performing the work', or for proceeding to successfully perform the work without additional expense to the Government. (b) The Government assumes no responsibility for any. conclusions or interpretations made by, the Con- tractor based on the information made available by the Government. Nor does the Government assume re- sponsibility for any understanding reached or represen- tation made concerning conditions which can affect the work by any of its officers or agents before the execu- tion of this contract, unless that understanding or rep- resentation is expressly stated in this contract. (End of clause) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 t Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 T REFERENCE: G.S/(frre?Cie)V.17 52.246-25 LIMITATION OF LIABILITY-SERVICES (APR 1984 (a) Except as provided in Paragraph (b) and (c) ''8elow,' and except to the extent that the Contractor is expressly responsible under this contract for deficiencies in the services required to be performed under it (including any materials furnished in con- junction with those services), the Contractor shall not be liable for loss of or damage to property of the Government that (1) occurs after Government acceptance of services performed under this contract and (2) results from defects of deficiences in the services performed or materials furnished. (b) The limitation of liability under Paragraph (a) above shall not apply when a defect or deficiency in, or the Government's acceptance of, services performed or materials furnished results,.with. willful misconduct or lack of good faith on the part of any of'the Contractor's managerial personnel. The term "Contractors managerial personnel," as used in this clause, means the Contractor's directors, officers, and any of the Contractor's Managers, superintendants, or equivalent representatives who have supervision or direction of: (1) All or substantially all of the Contractor's business; (2) All or substantially all of the.Contractor's operations at any one plant, laboratory or separate location at which the contract is being performed; or (3) A separate and complete major industrial operation connected with the performance of this contract. (c) If the Contractor carries insurance, or has established a reserve for self-insurance, covering liability for loss or damage suffered by the Government through the Contractor's performance of services or furnishing of materials under this contract, the Contractor shall be liable to the Government, to the extent of such insurance or-reserve, for loss of or damage to property of the Government occurring after Government acceptance of, and resulting from any defects and deficiencies ineservices performed or materials furnished under this contract. (d) The Contractor shall include this clause, including this paragraph (d), supplemented as necessary to reflect the relationship of the contracting parties, in all subcontracts over $25,000: cs ? I ? II Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008-00010003-6 REFERENCE: _.57jigerg-wc..0,?_-3 7 52.232-25 PROMPT PAYMENT (FEB.1988) ALTERNATE II (FEB 88). _ Notwithstanding any other payment. clause in this contract, the Government will make invoice payments and contract.-financing .payments under the terms and conditions.specified4Othis Payment shall be considered as being made on the 4014 check is dated or an electronic funds transfer is made. -1)0i:titian* of pertinent terms are set forth in 32.902. All daysreferred to in this clause are calendar days., unless otherwise ipecified. OMB. ??? (a) Invoice Payments. (1) For purposes of this clause, "invoice payment" means a Government disbursement of monies to a Contractor under a contract or other authorization for supplies or services accepted - by the Government. This includes payments for partial deliveries that have been accepted by the Government and final cost or fee payments where amounts owed have been settled between the Government and the Contractor. (2) Except as indicated in subparagraph (a)(3) of this clause, the due date for making invoice payments by the designated payment office shall be the later of the following two events: (i). The 30th day after the designated billing office has received a proper invoice from the contractor. (ii) The 30th day after Government acceptance of 7 supplies delivered or services performed by the Contractor. On a. final invoice where the payment amount is subject to contract settlement actions, acceptance shall be deemed to have occurred on the effective date of the contract settlement. (3) The due date on contracts for meat and meat food products, contracts for perishable agricultural commodities, and :? contracts not requiring submission of an invoice.lhall be as follows: (i) The due date for meat and meat food products, as defined in Section 2(a)(3) of the Packers and Stockyard Act of 1921 (7 U.S.C. 182(3)) and further defined in Pub. L. 98-181 to include poultry, poultry products, eggs, and egg products, will be as close as possible to, but not later than, the 7th day after product-delivery. (ii) The due date for perishable agricultural commodities, as defined in Section 1(4) of the Perishable Agricultural Commodities Act of 1930 (7 U.S.C. 499a(44)), will be. as close as possible to, but not later than, the 10th day after product delivery, unless another date is specified in the contract. (iii) If the contract does not require submission of an invoice .for payment (e.g. periodic least payments), the due date will be as specified in the contract. (4) An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. An invoice shall be prepared and submitted to the designated billing office specified in the contract. A proper invoice must include the items listed in subdivisions- (a)(4)(i) through (a)(4)(viii) of this clause. If the invoice Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 .' ? REFERENCE: 5 7/ PS5 L.-Or-6.237 does not comply with these requirements, then the Contractor will be notified of the defect within 15 days after receipt of the invoice at the designated billing office.(3 days 'for Ameat and meat food products and 5 days for perishable agricultural commodities). Untimely notification will be takeainto account in the computation of any interest penalty owed the Contractor in the manner described in subparagraph (a)(6) of this clause. - (1) Name and address of the Contractor. (ii) Invoice date. (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contraCt line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v4--Shipping-and-payment-terms--(e.grnshipment-number and date of shipment, prompt payment discount terms.) -Bill- of lading number and weight of shipment will be shown for shipments on Government bilis of lading. (vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (vii) Name (where practicable), title, phone number and mailing address of person to be notified in event of a defective invoice. ? (viii) Any other information or documentation required by other requirements of the contract (such as evidence of shipment). (5) An interest penalty shall be paid automatically by the Government, without request from the Contractor, if payment is not made within 15 days after the due date (3 days for meat and meat food products and 5 days for perishable agricultural commodities) and the following conditions are met, if applicable: (i) A proper invoice was received by the designated billing office. (ii) A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with any contract term or condition. (iii) In the case of a final invoice for any balance of funds due the Contractor for supplies delivered or services performed, the amount was not subject to further contract settlement.-actions between the Government and the Contractor. (6),The interest penalty shall be at the rate established by the Secreatry of the Treasury under.Section 12 of the Contract Disputes Act of 1978 (41 U.S.C. 611). that is in effect on the payment date, except where the interest penalty is prescribed by other governmental authority. This rate is referred to as the "Renegotiation Board Interest Rate," and it is published-in'the Federal Register semiannually on or about January. and July 1. The interest penalty shall accrue daily on -the, invoice payment amount approved by the Government and be compoun4a.in a 30-day increments inclusive from the first day after the .due date through the payment date. That is, interest Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 ? REFERENCE: 5fiff)g7e-C9e,237 accrued at the end of any 30-day period will be added to the approved invoice payment amount and be subjecttd-interest - penalties if not paid in the succeeding 30-day..period. If the designated billing office failed to notify the contractor of a defective invoice within the periods prescribed in paragraph (a)(4) of this clause, then the due date on the corrected invoice will be adjusted by subtracting the number of days taken beyond the prescribed notification of defects period. Any interest penalty owed the Contractor will be based on this adjusted due date. Adjustments will be made by the designated payment office for errors in calculating interest penalties, if requested by the Contractor. (i) For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance shall be deemed to have occurred constructively on the 10th working day after the Contractor delivered the supplies or performed the services in accordance with the terms and conditions of tbe contract, unless there is a disagreement over quantity, quality, or contractor compliance with a contract provision. In the event that actual acceptance occurs within the constructive acceptance period, the determination of an interest penalty shall be based on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (ii) The following periods of time will not be included in the determination of an interest penalty: ? (A) The period taken to notify the Contractor of defects in invoices submitted to the Government, but this may not exceed 15 days (3 days for meat and meat food products and 5 days for perishable agricultural commodities). (B) The period between the defects notice and resubmission of the corrected invoice by the Contractor. (iii) Interest penalties will not continue to accrue after the filing of a claim for such penalties under the Disputes clause or for more than I year. Interest penalties of less than $1.00 need not be paid. (iv) Interest penalties are not required on payment delays due to disagreement between the Government and the Contractor over the payment amount or other issues involving contract compliance or on amounts temporarily withheld or retained in accordance with the terms of the contract. Claims involving disputes, and any interest that may be payable, will be resolved in accordance with the Disputes clause. (7) An interest penalty shall also be paid automatically by the designated payment office, without request from the contractor, if an improperly taken discount for prompt payment was not corrected within IS days after the expiration of the discount period (3 days for meat and meat food products and S days for perishable agricultural commodities). The interest penalty will be calculated as described in paragraph (a)(6) of this _clause on the amount of discount taken for the period beginning with the first day after the end of the discount Period t neclassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: .,c/iPere----COP-'37 through the date when the contractor is paid. (b) Contract Financing Payments. (I) For purposes of this clause, "contract :financing payment" means a Government disbursement of monies to a Contractor under a contract clause or other authorization prior to acceptance of supplies or services by the Government. Contract financing payments include advance payments, progress payments based on cost under the clause at 52.232-16, Progress Payments, progress payments based on a percentage or stage of completion (32.102(e)(1)) other than those made under the clause at 52.232-5, Payments Under Fixed-Price Construction Contracts, or the clause at 52.232-10, Payments Under Fixed-Price Architect- Engineer Contracts, and interim payments on cost type contracts. ?- (2) For contracts that provide for contract financing, requests for payment shall be submitted to the designated billing office as specified in-this-contract-or-as ?directe-d-by- tht-- Contracting Officer. Contract financing payments shall-be made on the 30th day after receipt of a proper contracting financing request by the designated billing office. In the event that an audit or other review of a specific financing request is required to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the due date specified. (3) For advance payments, loans, or other arrangements that do not involve recurrent submissions of contract financing requests, payment shall be made in accordance with corresponding contract terms or as directed by the Contracting Officer. (4) Contracting financing payments shall not be assessed an interest penalty for payment delays. (c) Electronic Funds Transfer. Payments under this contract will be made by the Government either by.check or electronic funds transfer (through the Treasury Financial Communications -System (TFCS) or the Automated Clearing House (ACH), at the option of the Government. After award, but no later than 14 days before an invoice or contract financing request is submitted, the Contractor shall designate a financial institution for receipt of electronic funds transfer payments. The Contractor shall submit this designation to the Contracting Officer or other Government official, as directed. (1) For payment through TFCS, the Contractor shall provide the following information: (i) Name, address, and telegraphic abbreviation of the financial institution receiving payment. (ii) The American Bankers Association 9-digit identifying number of the financing institution receiving payment if the institution has access to the Federal Reserve Communications System. ? (iii) Payee's account number at the financial institution where funds are to be transferred. (iv) If the financial institution does not -have access to the Federal Reserve Communications System, name, address, and telegraphic abbreviation of the correspondent financial institution through which the financial institution receiving payment ,obtains electronic funds transfer messages. Provide the Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE:GS11P SSECICOV---3 telegraphic abbreviation and American Bankers Associi-tion identifying number for the correspondent institution:?: (2) For payment through ACH, the Contractor shall provide the following information: Routing transit number of the financial institution receiving payment (same as American Bankers Association identifying number used for TFCS). (ii) deposited. Number of account to which funds are to be (iii) Type of depositor account ("C" for checking, "S" for savings). (iv) If the Contractor is a new enrollee to the ACH system, a "Payment Information Form," TFS 3881, must be completed before payment can be processed. (3) In the event the Contractor, during the performance of this contract, elects to designate a different financial institution for the receipt of any payment made using electronic funds transfer procedures, notification of such change and the required information specified above must be received by the appropriate Government official 30 days prior to the date such change is to become effective. (4) The documents furnishing the information required in this paragraph (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor's name and contract number. (5) Contractor failure to properly designate a financial institution or to provide appropriate payee bank account information may delay payments of amounts otherwise properly due (END OF CLAUSE) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 , Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008- 00010003-6 g. re? REFERENCE:GS11PS8EC-0 FAR 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (JULY 1985) (a) Discounts for prompt payment will not be considered in the evaluation of offers. However, any offered discount will form a part of the award, and will be taken if payment is *made within the discount period indicated in the offer by the offeror. As an alternative to offering a prompt payment discount in conjunction with the offer, offerors awarded contracts may include prompt payment discounts on individual invoices. (b) In connection with any discount offered for prompt payment, time will be computed beginning with the later of (1) the date of completion of performance of the services or the date of acceptance of the supplies, as determined in accordance with the payment terms of this contract, (2) the date a proper invoice or voucher is received, in the office specified by the Government, or (3) the date a release of claims is received by the Contracting Officer, if required by the payment terms of this contract. For the purpose of computing the discount earned, payment shall be 'considered to have been made on the date which appears on the payment check or the date on which a wire transfer is made. (END OF CLAUSE) II ?I ?lq Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5/Mgg&?e5Fc..6,2-3 GSAR 552.232-78 ADJUSTING PAYMENTS (APR 1986) (a) Under the Inspection of Services c1ause4f this contract, payments may be adjusted if any services-do-not conform with contract requirements. The Contracting Officer or a . designated representative will inform the Contractor, in writing, of the type and dollar amount of proposed deductions by the 10th workday of the month following the performance period for which the deductions are to be made. (b) The Contractor may, within 10 working days of receipt of the notification of the proposed deductions, present to the Contracting Officer specific reasons why any or all of the proposed deductions are not justified. Reasons must be solidly based and must provide specific facts that justify "teconsideration-and/or- adjustment-of-the-imount-to_be deducted..____ Failure to respond within the 10 day period will be interpreted to mean that the Contractor accepts the deductions proposed. (c) Payments (except for the final payment) will not be delayed or withheld until disputes over proposed deductions.are settled. If the Contracting Officer determinei that any or all of the proposed deductions are warranted, the Contracting Officer shall so notify the Contractor, and adjust subsequent payments urder the contract accordingly. GSAR 552.232-79 TI.NAL PAYMENT (APR 1986) Before final payment is made,- the Contractor shall furnish the Contracting Officer with a release of all claims against the Government relating to this contract, ether. than claims in stated amounts that are specifically excepted by the Contractor from release. If the Contractor's claim to amount payable under the contract has been assigned under the Assignment of Claims Act of 1940, as amended (31 U.S.C. 3727, 41 U.S.C. 15), a release may also be required of the assignee. GSAR 552.232-77. AVAILABILITY OF FUNDS (JULY 1984) The authorization of performance of work under this contract during the initial contract period and any option or extension period(4) is contingent upon the appropriation of funds to procure this service. If the contract is awarded', extended, or option(s) exercised, the Government's obligation beyond the end of the fiscal year (September 30), in which the award or extension is made or option(s) exercised, is contingent upon the availability of funds from which payment for the contract services can be made. No legal liability on the part of the Government for payment of any money beyond the end of each fiscal year (September 30) shall arise unless or until funds are made available to the Contracting Officer for this procurement and written notice of such availability is given to the contractor. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 51//3137-6":"--4QC-0,2-37 552.232-773 (a) METHOD OF PAYMENT (DEC 1984) (a) Payments under this contract will be made either by check or by wire transfer through.theTreasury Financial Communications System-at-the option of the Government. (b) The Contractor shall forward the following information, in writing, to the Contracting Officer not later than 7 calendar days after receipt of notice of award. ? (1) Full name (where_practicable), title, phone number, and complete mailing address of responsible official (s) (i) to whom check payments are to be sent, and (ii) who may be contacted concerning the bank account information requested below. (2) The following bank account:information required to accomplish wire transfers: (i) Name; address, and telegraphic abbreviation of the receiving financial institution. (Ti) Receiving financial institutions's 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.) (iii) Recipient's name and account number at the receiving finan- cial.institution to be credited with the funds. (iv) If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the corre- spondent financial institution through which the receiving financial institUtion receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide: (A) Address and telegraphic abbreviation of the correspondent financial institution. (B) The correspondent financial institution's 9-digit ABA identifying number for routing transfer of funds. (c) Any changes to the information furnished under paragraph-(b) of this clause shall be furnished to the Contracting Officer, in writing, at least 30 calendar days before the effective date of the change. It is the Contractor's responsibility to furnish these changes 30 calendar days before submitting invoices to avoid invoices being returned as improper. (d) The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor's name and contract number. (OMB Control Number 1510-0050). . (End of Clause) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 r Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 et? REFERENCE: _S"-//fS,TOC_Cc2-37 ? . 552.232-70(b) PAYMENT DUE DATE (APR 1986) , (a) :Payments under this contract, except as provided below Iiip-be due on the 110th calendar day after the later of: (1) The date of actual receipt of a proper invoice in the office desig- nated to receive the invoice, or (2) The date the property, other contract deliverables, or services are accepted by the Government. (b) Progress payments will be due on the 310411 calendar day after the Contract- ing Officer_receives a proper invoice/payment request, which will be payable in an amount approved by the Contracting Officer. If the Government agrees with the amount of the Contractor's payment request, payment will be based on that amount. If the Government does not agree with the amount of the Contractor's request, the Contracting Officer will try to reach agreement with the Contractor on an alternative amount. If timely agreement is not possible, the Contracting Officer will make payment based upon the Government estimate. The term "pro- gress payments," as used here, means payments made as work progresses under the contract based upon costs incurred or the percentage or stage of completion. As used herein, this term does not include partial payments for partial deliveries accepted by the Government under this contract, or 'partial payments on contract termination claims: (c) Final payment will be due on the'-, 30th - calendar day after the later of: (a)(1) or (2) above, or the equal date of receipt by the Contracting .Officer of a release of all claims'against the Government relating to this contract, other than claims in stated amounts that are specifically excepted by the Contractor- from the release..:: ' ? ? ? ? - ? (d) The Government agrees to inspect and determine the acceptability of con- tract deliverables or work completed within 30 calendar days after the date of receipt of the deliverable or completion of work. If actual acceptance occurs later, for the purpose of determining the payment due date and calculation of interest, acceptance will be dgemed to occur on the last day of the above stated inspection period. However, the Contractor is not entitled to payment of con- tract amounts or interest.unless and until actual acceptance by the Government occurs. . . - (e)? If the property, other contract deliverables, or services are rejected, thelircivisicmg of paragraph (d) ef this clause will apply t5' the date the Con- ? tractor corrects the defects in the property or services, or the date of actual reeipt by the Government. of corrected contract deliverables.' (f)' To be'considered proper; a payment invoice/payment request must satisfy the requirementg' of the "Invoice Requirements" clause. of this contract. - (g) For ifie purpose of determining the. date of payment, payment will be con- sidered to be made the date the check is issued or the date payment by wire ? .transfer is initiated through the Treasury Financial Communications System. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE: 7 552.232-71 INTEREST ON OVERDUE PAYMENTS (APR. 1984). (a) The Prompt Payment Act, Public Law 97-177 (96 Stat. 85, 31 USC 1801) is applicable to payments under this contract and requirfts the payment to Con- tractors of interest on overdue payments and improperly taken discounts. (b) Determinations of interest due will be made in accordance with the provi- sions of the_Prompt Payment Act and Office of.Management and Budget Circular A-125. (c) The Contractor shall,not-be entitled to interest penalties on progress payments and other payments made. for financing purposes before receipt of com- plete delivered items of property or service, or on amounts withheld temporarily in accordance:with the contract (e.g., retainage). The Government shall be . liable for interest penalties on only the amount of payment past due that re- presents payment for complete delivered, items of property or service accepted by the Government. (End of Clause Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 de REFERENCE: .5'f/Penr---00,2-37 52.215-2 AUDIT ? NEGOTIATION (APR 1984) (a) Examination Examination of costs.. If this is a cost?reimbursement, incentive, time?and?materials, labor?hour, or price7 redeterminable contract, or any combination of these, the Contractor shall maintain ? and the Contracting Officer or : representatives of the Contracting Officer shall have the right to examine and audit ? books, records, documents, and other evidence and accounting procedures and practices, sufficient to reflect properly all costs claimed to have been incurred or anticipated to be incurred in performing this contract. This . right of examination shall include inspection at all reasonable times of the Contractor's plants, or parts of them, engaged in performing the contract. . (10 Cost or pricing clati,7?I(iluant-tThw, the Contractor has been required to submit cost or pricing data in connection with pricing this contract or any modification to this contract, the Contracting Of or representatives of the Contracting Officer who are employees of the Government shall have the right to examine and audit all books, records, documents, and other data of the Contractor (including computations and projections) related to negotiating, pricing, or performing the contract or modification, in order to evaluate the accuracy, completeness, and currency of the cost or pricing data. The right of examination shall extend to all documents necessary to permit adequate evaluation of the cost or pricing data submitted, along with the computations and projections used. Cc) Reports. If the Contractor is required to furnish cost, funding, or performance reports, the Contracting Officer or representatives of the Contracting Officer who are employees of the Government shall have the right to examine and audit books, records, other documents, and supporting materials, for the purpose of evaluating (1) the effectiveness of the Contractor's policies and procedures to produce data compatible with the objectives of these reports and (2) the data reported. (d) Availability. The Contractor shall make available at its office at all reasonable times the materials described in paragraphs (a) and (b) above, for examination, audit, or reproduction, until 3 years after final payment under this : contract, or for any shorter period specified in Subpart 4.7, . Contractor Records Retention, of the Federal Acquisition . Regulation, or for any longer period required by statute or by other clauses of this contract. In addition ? ? (1) If this contract is completely or partially terminated, the records relating to the work termination shall be made . available for 3 years after any resulting final termination settlement, and (2) Records relating to appeals under the Disputes clause or to litigation or the settlement of claims arising under or Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: .5//flegic.,02_3 relating to this contract shall be made available until such appeals, litigation, or claims are .disposed (e) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph (e), in all subcontracts over f10,000 under this contract, altering the , -clause only as necessary to identify .properly the contracting . parties and the Contracting Officer under the Government prime contract.. -- Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5//,43.-E?QC.92-37 FAR 52.215-22 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (APR 1988) (a) If any price, including profit or fee, negotiated in connection with this contract, or any cost reimbursable under this contract, was increased by any significant amount because (1) the Contractor or a subcontractor. furnished cost or pricing data that were not complete, accurate, and current as certified in its Certificate of Current Cost or Pricing Data. (2) a subcontractor or prospective subcontractor furnished the Contractor cost or pricing data that were not complete, accurate, and current as certified in the Contractor's Certificate of Current Cost or Pricing Data, or (3) any of these parties furnished data of any description that were not accurate, the price or cost shall be reduced acordingly and the contract shall be modified to reflect the reduction. (b) Any reduction in the contract price under paragraph (a) above due to defective data from a prospective subcontractor that was not subsequently awarded the subcontract shall be limited to the amount, plus applicable overhead and profit markup, by which (1) the actual subcontract or (2) the actual cost to the Contractor, if there was no subcontract, was less than the prospective subcontract cost estimated submitted by the Contractor; provided, that the actual subcontract price was not itself affected by defective cost cr pricing data. (c)(1) If the Contracting Officer determines under paragraph (a) of this clause that a price or cost reduction should be made, the Contractor agrees not to raise the following matters as a defense? (i) The Contractor or subcontractor was a sole rource supplier or otherwise was in a superior bargaining position and thus the price of the contract would not have been modified even if accurate, complete, and current cost or pricing data had been submitted; (ii) The Contracting Officer should have known that the cost or pricing data in issue were defective even though the Contractor or subcontractor took no affirmative action to bring the character of the data to the attention of the Contracting Officer; (iii) The contract was based on an agreement about the total cost of the contract and there was no agreement. about the cost of each item procured under the contract; or ?(iv) The Contractor or subcontractor did not iubmit a Certificate of Current Cost or Pricing Data. (2)(i) Except as prohibited by subdivision (c)(2)(ii) of this clause, an offset in an amount determined appropriate by the Contracting Officer based upon the facts shall be allowed against the amount of a contract price reduction if? ...IT. T. In ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE: _.57/P,e7ECi-C_42.-7 (A) The Contractor certifies to the Contracting::.DIficer, that to the best of the Contractor's knowledge and belief,7the Contractor is entitled to the offset in the amountreguested; and (B) The Contractor proves that the cost or pi-icing data were available before .the date of agreement on the price of the contract (or price of the modification) and that the data were not submitted before such date. (ii) An offset shall not be allowed if? (A) The understated data was known by the Contractor to be understated when the Certificate of Current Cost or Pricing Data - was - signed or- ? (B) The Goverpment proves that the facts demonstrate that the contract price would not have increased in the amount to be offset even if the available data had been submitted before the date of agreement on price. -- Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G06017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: (//aggi.C.C-0,237 ? 52.21-5r.23 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA ? MODIFICATIONS (APR 1988) . (a) This clause shall become operative only1*any modification to this contract involving a pricing adjustment expected to exceed $100,000, except that this clause does not apply to any modification for which the price is? (1) Based on adequate price competition; (2) Based on established catalog or market prices of commercial items sold in substantial quantities to the general public or (3) Set by law or regulation. (b) If any price, including profit or fee, negotiated in connection with any modification under this clause, or any cost reimbursable under this contract, was increased by any significant amount because (1) the Contractor or a subcontractor furnished?cost?or priting ofitta trit?Vi-ke not and current as certified in its Certificate of Current Cost or Pricing Data, (2),a subcontractor or prospective subcontractor furnished the Contractor cost or pricing data that were not complete, accurate, and current as certified in the Contractor's Certificate of Current Cost or Pricing Data, or (3) any of these parties furnished data of any description that were not accurate, the price or cost shall be reduced accordingly and the contract shall be modified to reflect the. reduction. This right to a price reduction is limited to that resulting from defects in data relating to mdofications for which this clause becomes operative under paragraph (a) above. ' lc) Any reduction in the contract price under paragraph (b) above due to defective data from a prospective subcontractor that was not subsequently awarded the subcontract shall, be limited to the amount, plus applicable overhead and profit markup, by which (1) the actual subcontractor or (2) the actual cost to the ? Contractor, if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor; provided, that the actual subcontract price was not itself affected by defective cost or pricing data. (d)(1) If the Contracting Officer determines under paragraph (b) of this clause that a price or cost reduction should be made, the Contractor agrees not to raise the following matters as a defense? (i) -2The Contractor or subcontractor was a sole source supplier or otherwise was in a superior bargaining.position and thus the price of the contract would not have been modified even if accurate, complete, and current cost or pricing data had been submitted; (ii) The Contracting Officer should have known that the cost or pricing data in issue were defective even though the Contractor or subcontractor took no affirmative action to bring the character of the data to the attention of the Contracting ? Officer' (iii) The contract was based on an agreement about the total cost of the contract and there was no agreement about the cost of each item procured under the contract; or Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE :..57//9grEGC190,237 (iv) The Contractor or subcontractor did not fsubmit a Certificate of Current Cost or Pricing Data. (2)(i) Except as prohibited by subdivision (d)(2)(11) of this clause, an offset in an amount aetermined appropriate by the Contracting Officer based upon the facts shall be allowed against the amount of a contract price reduction if- (A) The Contractor certifies to the Contracting Officer that, to the best of the Contractor's knowledge and belief, the Contractor is entitled to the offset in the amount requested; and (B) The Contractor proves that the cost or pricing data were available before the date of agreement on the price of the contract tor price of the modification) and that the data were not submitted before such date. (ii)---An-offset shall-not-be-allowed if- (A) The understated data was known by the Contractor to be understated when the Certificate of Current Cost or Pricing Data was signed; or ? (8) The Government proves that the facts demonstrate that the contract price would not have increased in the amount to be - offset even_ if the available data had been submitted before the date of agreement on price. npriassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 52.203-7 ANTI-KICKBACK PROCEDURES (FEB 1987) (a) Definitions. "Kickback," as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided,. directly or indirectly, to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment In connection with a prime contract or in connection with a subcontract relating to a prime contract. "Person," as used in this clause, means a corporation-v, partnership, business association of any kind, trust, joint- stock company, or individual. "Prime contract." as used_in this_clause._means a contract or contractual action entered into by the United States for the purpose of obtaining supplies. materials, equipment, or services of any kind. "Prime Contractor employee," as used In this clause, means any officer, partner, employee, or agent of a prime Contractor. "Subcontract," as used in this clause, means a con- tract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract. "Subcontractor," as used in this clause (1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equip- ment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and (2) includes any person who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor. "Subcontractor employee," as used in this clause, means any officer, partner, employee, or agent of a subcontractor. ? (b) The Anti-Kickback Act of 1986 (41 U.S.C. 51-58) (the Act), prohibits any person from- (1) Providing or attempting to provide or offering to provide any kickback; (2) Soliciting, accepting, or attempting to accept any kickback; or (3) Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor. (c)(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relation- ships. rr - 2 Declassified in Part - Sanitized Copy Approved for Release 2014/0/0; : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000600010003-6 REFERENCE: GswAfre----crcog-37 (2) When the Contractor has reasonable grounds t? believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Department of Justice. (3) The Contractor-shall.cooperate fully with any Federal agency investigating a possible violation de- scribed in paragraph (b) of this clause. (4) Regardless of the contract tier at which a kick- back was_provided, accepted,-or-charged under-the ? - -- contract in violation of paragraph (b) of this clause, the Contracting Officer may- (i) Offset the amount of the kickback against any monies owed by the United States under this con- tract and/or (ii) direct that the Contractor withold from sums owed the subcontractor, the amount of the kickback. The Contracting Officer may order that monies withheld under subdivision (c)(4)(ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c)(4)(i) of this clause. In the latter case, the Contractor shall notify the Contracting Officer when the monies are withheld. (5) The Contractor agrees to incorporate the sub- stance of this clause, including this subparagraph (c)(5), in all subcontracts under this contract. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 52.249-4 TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT (SERVICES) (SHORT FORM) (APR 1984) The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Government shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. a-- I -3 o Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 REFERENCE . 52.249-8 DEFAULT. LFIXED?PRICE SUPPLY Aini:sERvIcE), (APR 1980 (a)(1) The Government may, subject to paragraphs (c) and (d) below, by written notice of default to the Contractor, :terminate this contract in whole or in part if the Contractor fails to? (i) Deliver the supplies or to perform the services within the time specified in this contract or any extension; (ii) Make progress, so as to endanger performance of this contract (but see subparagraph (a)(2) below); or (iii) Perform any of the other provisions of this contract (but see subparagraph (a)(2) below). (2) The Government's right to terminate this contract under subdivisions (1)(ii) and (1)(iii) above, may be exercised if the Contractor does not cure such failure within 10 days (or more if authorized in writing by the Contracting Officer) after receipt of the notice from the Contracting Officer specifying the failure. (b) If the Government terminates this contract in whole or in part, it may acquire, under the terms and in the manner the Contracting Officer considers appropriate, supplies or services similar to those terminated, and the Contractor will be liable to the Government for any excess costs for those supplies or services. However, the Contractor shall continue the work not terminated. (c) Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the contract arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include (1) acts of God or of the public enemy, (2) acts of the Government in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions (7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance the failure to perform must be beyond the control and without the fault or negligence of the Contractor. (d) If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is beyond the control of both the Contractor and subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted supplies or services were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. (e) If this contract is terminated for default, the Government may require the Contractor to transfer title and deliver to the Government, as directed by the Contracting Officer, any (1) completed supplies, and (2) partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and contract rights (collectively referred to as "manufacturing materials" in this clause) that the Contractor has specifically produced or acquired for the terminated portion of this contract. Upon direction of the Contracting Officer, the Contractor shall also protect and preserve property in its possession in which the Government has an interest. 31- 1 -31 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 RaFEREucz: (f)- The Government shall pay contract price for completed supplies delivered and accepted. The Contractor4tt Contracting Officer shall agree on the amount of payment forlmanufacturing materials delivered and accepted and for the protection and preservation of the property. Failure to agree will be a dispute under the Disputes clause. The Government may withhold from these amounts any sum the Contracting Officer determines to be necessary to protect the Government against loss because of - outstanding liens or claims of former lien holders. (g) If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Government. - CIO The rights and remedies of the Government in this clause are in addition to any other rights and remedies provided by law. or under this contract. ? a - - 32- nni-laccifiinri in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ? REFERENCE: _.C///aerg-&---7162-"37 52.215-24 SUBCONTRACTOR cosT OR PRICING DATA'.(ApR 1985) _ (a) Before awarding any subcontract expected to exceed 0100.000 when entered into, or before pricing any subcontract modification involving a pricing adjustment expected to- exceed *100,000, the Contractor shall require the subcontractor to submit cost or pricing data (actually or by specific. identification. in writing),. unless, the-,price-ls--' (1) Based on adequate price competition; (2) Based on established catalog or market prices of commercial items sold in substantial quantities to the general public; or (31_ _Set .hy_law or_ regulation _ (b) The Contractor shall require the subcontractor to certify in substantially the form prescribed in Subsection 15.804-4 of the Federal Acquisition Regulation (FAR)- that, to the.-best of its knowledge and belief, the data submitted under paragraph (a) above were accurate, comlete, and current as of the date of" agreement on the negotiated price of .the subcontract or . subcontract modification. (c) In each subcontract that exceeds $100,000 when entered into, the Contractor shall insert either? (1) The substance of this clause, including this paragraph (c), if paragraph (a) above requires submission of cost or pricing data for the subcontract; or (2) . The substance of the clause at FAR 52.215-25, Subcontractor:Cost or Pricing-Data- ? Modifications. ? npriaccifiari in Part - Sanitized COPY Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: ..C/(P.grCo,797 52.2I5-25- SUBCONTRACTOR COST OR PRICING DATA ---11014F I CAT I ONS (APR 1985) (a) The requirements of 'paragraphs (b) and. (c) of this clause shall Cl) become operative- only for any modification to this contract involving a pricing adjustment expected to -exceed $100,000 and; (2) be limited to such modifications.. . (b) - Before awarding-any subcontract. expected to exceed $100,000 when entered into, or pricing 'any subcontract modification involving a pricing .adjustment expected to exceed $100.000,. the 'Contractor shall require the ? subcontractor to-- submit; castor pricing-data' factually. ?or- by- specifit ...- identification-: in- writing4-,- unless- the- price-is----r (1) .Based on adequate price competition; (2) Based op' established catalog or market prices of commercial items ?sold in substantial. quantities to the general. public: or r. (3) Set by law or- regulation. (c) The Contractor shall require the subcontractor to certify in substantially the form Prescribed in Subsection ?15.804-4" of the Federal-Acquisition Regulation (FAR) that, to the best of its knowledge 'and belief, ?the data submitted under paragraph (2)1 above were accurate. Complete.- and current as of the date of agreement on the negotiated price- of- the subcontract' or subcontract modification. ? (d) The Contractor shall.: insert.-the* substance of this clause, including -this 'paragraph (d), in .each subcontract that exceeds $100,00.0 when entered into. ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 GENIER/O. REFERENCE: /09ggEo,23 SERVICE CONTRACT CLAIM 010E1 ? AmkW, 40 Qantas t WW1 Oa&Alan. (APR tssq a 1112334111 lkivanisang it Award . (Manias 1) (APR 1914 3 Eta 14?211/ Oder a PreCederCe UM MN 62.1111.33 4 u.2334 Praise Mr Amyl WO tile $ St 21114 Clauses incorporated I* iftelarence (APR IMO $ SU 23241 Aotronzed Devistioni or %visions In dawns (JUL IWO CDVRATION FAR 62.11124 STAPDAROS r, ' $22001 CRUM% Not bans% OFOONOUCT (APR 1964) ? 12.203.3 Cirstuidas (APO MN) Covenant Against Condnoort- II 52200.5 Fees (APR 1064) 10 52.20$4 Conlicts (APR MR BUT .04.4EFICAN11 522264 Buy Arrartan-Sucobos (APR 1064) ENYAROPILENT AL 12 112.2234 Clean Air and Waler(APR 1164) PROTECTION LABOR STANO/ADS 13 S2222-1 Notice kk Pie Ocrrenwrient et ' Labor *amiss (APR 1064) 14 62.U2-3 Convict Labor (APR 1964) 15 62.2224 Catered Work Hours and Safes Standards Act ? Omni,* . Cornosnsabon General 1996) (MAR Eoual Opoortunier (APR 1964) 16 62.222-3S 17 S2.222-36 Nfinnative Action for Soecial ..- Disabeol arri Yetnern Era Veterans (APR 11641 Is 52.222-36 Affirmative Acton for Nandicaeoed Workers (APR 1114) suisoPaR4cr110 52.2114 Utf1zadon of Sinai &sine= Corcerna and Serial Disadvantaged tkoinass Concerns (JUN 1965) SUISCONTRACTINO 20 522110 Saul Buenas and Sinai Obadveritaged Business Sub- contracting Plan (APR low ? 21 52.2t11-13 Utilization at Woman-Owned Small &erase (APR 1960 22 522304 Ukkzation of Labor Surplus Area Concerns (APR 1964) 23 $22204 Labor Surplus Area Subcontracting Program (APA 1964) GE iitess S16,0aS ACtiemsteefoOft 35- To CenIrsels giS2111011 $ 0 1 0 $ 0 $ 0 $ 0 $ 1 C0.000 # 0 $ 0 . $ 2.500 II 10.M0 1 10.033 . $ 2.300 $ 10.000 11500.000 $ 23.003 $ 23.000 1300.000 GSA FORM 3504 PAGE 1 {Rev. 11461 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ---- ? . _ Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G0001-7R-005800010003-6 t REFERENCE: .S(//ogr---c;ico P-3 CATEGORY ? all CFR St ? TAXES 24 22229-3 52 229-5 PERFORMAICE 52.2374 . . PAYMENT 27 52.232?11 52.232?17 29 52.232?23 552.232-71 . 31 S2.2.15-1 . ' a -. ? 32 . S.52.21340 . ADJUSTMENTS 33 552.243-70 TERMINATION 34 5.32.20142 OLSPUTES 36 S2.233-1 33 SS2.233-70 -I. Aeoicaokii gamma% Federal. SUN. and Loud Taus (APR tug TIANI?Contracte Peionnad Ii U.S. Poasentione or Paolo Rios (APR 1944) Protection et Derienitnen? t SvildInge. Eaviornent. and Vegetation (APR Nigel Extras (APR 1164) ? - interest (APR 1E00 Assignment at Claim (JAN 1966) 'newest Oft OverdueP (APR tge) Alt. etAnrkatio - Examinalion of Rociwds bit - Cornoirogar Gamed (APR tosq Examination ot Records 1N OSA (APR 1900.) ' ? *. - .- ' u ? ? 'II ? ??? To Contracts Cluggma ? S 25-000 1125.000 ? 0 g 0 ? 0 $ I000 $0 $ 10.000 . 1125.= Pricing al Adiussensnix (APR MO 0 - Tennnation-Erronecms Racieloontation $ 25.000 Concerning Crimea. Osbanvisn11. Siaornisons. erat?13etamits (APR 11114) Dioutee (APR 1934) AH-. Disoutea-(Usity Conerecal (APR 1904). ? . . ? ' ? It WA CORM 3104 PAGE 2 (sec t1-94) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: _sy/ifoegre-c--6.7"3 I. Si 122-1-001141TIONS (APR lege) ifiNerirefiff (C:1 et VA Odds dose net &locos, se coNsfacia 10, irchitact?eiterwaring tiacid4 441 "Hula al IP* iiierarr Oise cassd -agency heed" al -Secretor des 214CrOtarf (Or Anoth,/ Ganef*. Adretiresitator. Governor. ChlOperson. or Ober Owe official. as ItackroOriets) el the foamy. Inckellng ery dowdy or asoistare official re Via Wavy. dd. in the Olosnieseit el Odense. Me Leder Seastere end INT Aiiietaid Socrefary al the ? OioartmwesV lie Msg. Neve. end eh force ant the Director ard Dewy Dread of Wino Amon; and Ms lene ?Nalhorioad haProbantallig" misers soy person. persold. or boot loiter VW Ihe Overacting Officer, aulhorised le act tor Os heel V the sitemAr 61014.17* Vorkffecline OffIcse meow same ea Pie limilltwity Id Anew Mts. Idiririatif. entior ? eirminele wows and make feasted desenrinalcas ard Irdinga The low arcludes certain affneartwil recinementadves et lie Contracdng Officer acting within Vie *Ws al tow arena* as delegated by the Contracting Officer. IC) &blot se Wharvesl groveled at Me contract the term "subctmerects- includes. but is not Ilmilsd W. mochas. orders ard changes and modfficsions Is porches* odors tinder Min contract. ? 2. 552.20340-4 OVERTISINO OF AWARD (a PA 1964) (Does not apply to Nay contractS4 The Contractor agrees not to refer to imam in cornmercial latomliaing in arch a manner es so state or emery lilt Pie predict or surface Orcriklud to indorsed or preferred by the 'Federal Govenuhant or is cornidOed by the Government so he superior 10 other prodricts or services. 32.214-2P/32.21S-31?COIDER.OF-PRECEDOCCI (JAN 1990) - Any inconsistency In Via eolkitation or contact shall be resonied by ghleig precedence in fese following order (a) the UPROAR KR:ludirg the ?Ciscificationlit (b) reoreeentationa and ocher instruction': (c.). contract ClaRRINI: (d) ROW docUmentl. eehibita. and attachmentA and (e) fie asecificsions- 4. U.233?3-PROTEST AFTER AWARD (.11iN 196S) (a) Upon receipt Vs raft* or protest (as defined Si 33.101 _ ot doe FAR) 04 Contacting Officer may. by *rotten order to the Contractor. direct Me Contractor to stoo performance of Me vivre called for by this contract. ? The order slue be metrically identified as a asop-aors order issued under Vie clause. Won receipt ot the ceder. Me Contractor she immediately comply vraft Its Isms and take al reasonable steps so minimize the incurrence case ssocable to the woe ca.di?d by he order during the period of swore stoppage. Upon meek* of he find decision Si lie prated. the Contraciirg Calicer well either- (1) Come the stotlwora order: or (2) Terminate the Were covered by re order as provided Si me Oefsue. or Me Termination for Convenience V the Government. douse of this contract. (b) I a stop-wore &do' issued urger lid clause is canceled either before or shot a feral decision in me woad. the Contractor shall resume Ivo& The Contracting Officer shed mole an .0%1404 adentrient Si Me delivery scriedule or contract twice, or both. and the contract Owe be *defied. in writing. accordingly. 11- (1) The stoo-viont order resift in an increase in the time recnored for. or in Pis Contractor's cost property 'Macaws to. the tierformarice of any pert of this contract and (2) The Contractor nmests an adiuStmitAt orthin X) days after me end of me period of wort stoocrasie 04.rded mar 4 me Contracting -Ceficer decides he faces nate(' IP,* PC60" th, Contracting tifficer may wawa and act isdon tnot tleutit at any WPM before tin* Payment under this contract (c) If a stop-worti order is not canceled and trir area ccivered by vie order is terminated for the co?iie....ence of the G?"Innment? the C0'41110004 Ott ice, 0111 1110e. AletitOtus liont lie Modeort Order 01 Arriving S ths termetation _ lettlement. Ed) Is Ittiowrint NOW ali?lt CanCesed and the 'gra Covered by VW Order iS larminalod 'tar &Nut. ow Contracting Ohm r ONO We. ? W echritabie ithirstment or otherwise ressonable Coati resureng from the eloOmorli order. (e) The Orivernmanre arid le'lenitirdle Ms contract at any Win We ROL ablicled by Wien Wen Wear Pus tihria. I. 111.7S2.2-CLAUSES1.140.1004A11(0 et, *crewed/ (APR 1111141 ? - Tbis Contract Incorporstee Id lolifiming clauses be Adarence. Met Su Wires Roca end effect as if they rem given in kg bort Upon rogvait. 94 Cdritracang Otter ad make Mee Ill Not 'addable. IFWERAL ACQUISITION REGULATION 446 CPR CHAPTER 11CLAUSES ? (Applicable to Seared lid Contracts.) ? 12 214.21 Autfil.Seeled Bidding (APR IWO) .42.214-27 Price Reduction for Defective Cod or Pricing Oeta Modifications, Sealed 'gelding (APR 1963) ? 12.214.211 Subcontractor Coo and Pricing ? Oats ? AilotidiCafione - Seated Bidding ? (APR 1?35) (l1141cTicribie to Negotiated Contracts) 12.215.2 ? Audit ? **Iodation (4001 1964) .52.216.22 Pict Reourttior? For Defective Odel or Pricing Data 'APR IWO 112.215.14 Subcontract*, Cast or Pricing Data ? (APR 1960 S. 632.2S2.6-AUTNORIZEO DEVIATIONS OR VARIATIONS IN CLAUSES (DEVIATION FAR 52.232.6) (JUL 1985) ? (a) The use in this soticitation Or contract of any Federal Acquisition Regulation (48 CFA Chapter I) ? Clause with an flartliorized deviation or variation is indicated by the addition 1DEVIATION)" IVAMATIONr after the date of ow clause. if Atm clause is not pubashed Si the General Services Administration Acquisition Regulation (NI CFR Chaffer 2). The use rel thtS solicitation of any Federal Acquisition Regulation (FAR) clause verb an authorised deviation or variation that is pubrianal in ow General Services Administration Acquisition Regulation is Indicated by the addition or "(DEVIIITON (FAR clause no.))" -VAS:RATON (FAA clause nor after lie doe of the clause. (b) The use in MO solicitation of any Genets Services Aprriiiistration Acouisition Regulation clause with an authorised deviation or venation is indicated by the addition or -(0EVIATICeir or -(VARIATION)- after Me daft of the clause. (c) Changes in wording of provisions Mat we prescribed tor use on a "substentially me some as" ? basis are not considered deviation.. Therefore. when such provisions are riot worded exactly Pie sone as the FAA or OUR .DrOviMOR. IhRY identified by Ma word "(VARIATION).- 7. 112.203-1-OfFIGIALSNOT TO BENEFIT (A PP 1964) No member of or defecate to Congress. or resident commissioner. IMO be 'admitted to any share or Dan al rrwa contract or to any benefit arising from C. However. this clause does not apply to this convect to the erten( that MI contract is triads with a comorstion for Pis corporation's general benefit. ??52.203.3.411ATUIT1ES (APR 1914) (a) The right of the Contractor to proceed may be terminated by written nooce 4. after notice and hearing, the agency need Gs ? designs, getertemes that lie Cerereaer. its agent. or eneeief ireWeeentetive.. (1) Offered or ;aye a gratuity to 9.. an enteneourient gift) to an officer Oficial. or employee of the Government (2) Intended, by the gratuity. to potain a conlitcr fa.iiittle treatment under a contract (p) The facts supporting this determination May be by any Ceurt having lawful jurisdiction GSA PORm 3104 PAGE 3 Mei. 111161 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 _ tr. Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 (cli NB COMM! termingast lode, Peragr11011 la) atillinc Govetement is entlied- ? (I) To puma Ole ems ielladiee WI in e breach Cit14 contra= aria (2) St atellen W arty ether damages aroveled by law. to itemplary damages et not lees lhan 3 nor mare than 10 in ?Ihe cost moored by he C.orwecut ingivins gratuities to he Person concerned. WI delerifinsd by he aitanct bead if a designee. (This subparagraph (c)(2) fe sixties** only I We centrict uses money appropriated 10 the Otwertmete 011 Ostense.) (d) The tights and remedies 01 14 GOvernment provided in 14 hal not be esclithe and We in addition to any ether rights ant remedies previded by law or wider his contact. 12.2034--00VENANT AGAINST CONTINGENT FEES (APR 1984) (a) The Contactor warnings that no person or Wince tele been emitted or retained to aolicd or obtain this contract upon an agreement or understanding for a contingent lee. secant a bona fule employee or agency. For breach or violation of this warranty. Me Gouinwnent shag have the right lo annul 1114 - contract without Mbar, or. in its discretion. to deduct from the contract price or consideration. or ?Mantis, recover. he NI amount et he Contingent lee. , (b) "Eiona Ilde agency." as used in this clause. means an established comenerciil or selling agency. maintained by a contractor for the purpose at securing noisiness. that neither 'aorta mot PreOcase OD *cart imOroper nnuence to solicit or obtain Government contracts ftor holds duff out u being able to eotain any Ooneffirnent contract or contracts through improper influence. -Sots Ade envittes.- es used in his eteuee. means a person. weeptoyed by a convector and subiect M the ceritactoes supervision and control as to its. place, and manner of periorineme. who Miner exerts nor proposes to exert improper ietuence to *ogee ot obtain (internment contracts nor holds out as being obis to obtain any Government contract or contracts ? evoucth inwroPer influence. -Contingent lee.- as used in this clause. Mina any commission. percentage, brokerage, or other fee that is contingent upon the success that a person or concern has in securing a Government contract. -imOrooter influence.- as used in Ind clause. means any influence Mat induces or lands to induce a Government employee or officer to give consideration or to set regarding a Government contract on any basis other than the meta of the matter 10. S2.2084--CONFUCTS (APR 1984) (Of* 1005es to utility convent) To the extant of any kiconsistency between the terms of this contract ard any schedule. rider, or exhibit incorporated in this contract by reference or otherwise. or any of the Convector's eves and regulations. the terms al this contract Waal cOna01 11. 225& 'AMIGA* SCT-IIPPL t ES I (APR 1984) (nodes to contracts for services involving the furnishing of supplies.) (a) The Buy american Act (41 USC. 10) provides met ow Government give preference to domestic end products -Components" as used in this clause. means those articles. materials. and supplies incorporate:1 directly into the end products. -Domestic end product - as used in this clause. means (1) an uninanufactured end product mined or produced in the United States. or (2) an end product manufactured in the United States. the cost of its components mined. produced, or manufactured it tne united States exceeds 50 percent of tote cost of all its components Components ot foreign origin of tine same class or kind as the Products referred to in sutiparagraphs (b)(2) or (3) of Pus clause snail be treated as domestic. Scrap generated colieVed. arid prepared for processing in the United States Is considered domestic. ? REFERENCE: _57/P8"SC..,e0 2-3 "End produCtil: le weed m Mae Cieuse, Insana hose antes. inageneei. wW SuPPOWI III be atquitild tot Pitille use triter nue centred. (b) The Comte:10r Wei &Aver Only dentesec end produce,. (1) For see Owilde Me Ural/ SWIM (2) Thee Me OtIoarnatent Melamine* we not mined. produced. Or Marlatacasrad in Ow United States an sufficient and teasonalay medal* eemeriercill Wienedee el a satisfactory 41111041 (3) For elicit lieWong dWermines hat domestic preterinee would be swereetere with Me public interest or (4) For ettich Iti letell JMS.n?Its cog to be enressonabie. (The terelacifill clallarechente we administered in accordance eilet &evades Orcier No. 10582. dated December 17. 1084, as amended. ard Subpart 25.1 el he Federal Acquisition Begteseen.) ? 12. 52.223-2-CLEAN AIR AND WATER (APR 1984) (Applicable only 1he contract exceeds 1100.003. or he Contracting Officer has determined het the enters under an indefinite quantity, Contract in any yew will exceed $100.000. or a facility to be used Ma been the subject ed a conviction touter the applicable pOrbein of IN Air Mt (42' U.S.C. 7413(c)(1)) or the Wafer Act (33 ate. 1310(c)) and is isted by EPA as a violating facility, or the contract is not otherwise exempt) (a) "kr Act" se weed in his clause. swans the Caen Air Act (42 :SSC. 7401 or seq.). -Olson tur standards." h used in this clause. insane- (1) Any enforceable nine, regulations, qui:Wines standards. imitations. orders, controls, prohibitions. wore practices, or other requirements contained M. issued tinder, or otherwise adopted under the Air Act or Executive Order 1173e: (2) An makable imotetnentation Wen as described in section 110(d) el the Air Act (42 U.S.C. 7410(d)); (3) An approved imeiernentation procedure or plan under section 111(c) at section 11.(d) of he Air Act .(42 U S.0 7411(c) or (d)); or (4) An approved imptementsion procedure tower section 112(d) of he Air Act (42 U.S.C. 7412(d)). "Clean water standards.- as used in his clause, means any enforceable limitation. control. condition. prohibition, standard, or otter requirement promulgated tinder Me Water Act or contained in a permit issued to a aischarper by the Environmental Protection Agency or by a State under an approved proses", es authorized by section 02 of Ma Water Act (33 U.S.C. 1342), or by local government to ensure compliance wadi pretreatment regulations as rewired by section 307 ot tine Wow% Act (33 U.S.C. 1317). -Compliance." as used in this clause, means compliance with- (1) Clean air or water standards; or (2) A Schedule or plan ordered or aooroved by a court of competent jurisdiction. Me Environmental Protection Agency. of ? an air Or water pollution control agency under the requirements of the Air Act Or Warm Act and refaced regulations. . . ~Facility." as used in this clause, means any building, plant. installation, structure. mine ?essel or other floating craft, location. or site of operations. owned, leased. or Supervised by a Contractor or subcontractor, used in the Performance of a contract or subcontract When a location or site of operations includes more than one building. went installation, or structure. the entire tocation or *de shall be deemed a facility except when the Administrator, or a designee, of the Environmental Protection Agency. determines that independent facilities are collocated in one geograpnical area -Water Act.- as used in this clause. means Clean wire. cf (33 USC. 1251 et seq ). (b) Trie Contractor agrees- (i) To comply with all INi requirements sr v.v.."' 'Id 30 the Clean Air Act (42 USC 7414) and section 308 er GSA FoRM 3504 PAGE 4 tee.. 11.141 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: 6IA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: G,5/7,131re-c_DA-3 7 Water Act (33 U.S.0 1316) relating to inspection. monitoring. entry. reports. and ..inlontiation. as wee as other requirements emceedNI Section 114 or section 336 of the Air Act and the water Act, arid all regulations anti weeklies issued to kndernent Voss acts before the award 0114 contract (2) That ro portion d lii work reauired by this prime contract wall be performed in a facility tisted on Me Erwiranniental Protection Agency LIM 01 Vkiisting Facilities on the date when asis Contract was awarded Wein arel tonal Ito EPA eliminates lie nwne of the facility from lie listing; (3) TO use best efforts to comely with cio* r stargiarea and dean wet standards at Ma twiny in which the contract is being perfornied: and (4) To insert the substance of Otis clause into any reeferce subcontract including MO subparagraoh (b)(4). 13. S2.222-1--NOTICE TO THE GOVERNMENT OF LA904 DISPUTES (APR 1954) Moss not amity to utility contracts) (a) If Me Contractor has knowledge that any actual or potential labor dispute ia delaying or threatens to delay the timely performance of this contract. Me Contractor shall immediately give roam kiduding al relevant ir/ormation. to the Contracting Mew. (b) The Contrackor agrees to insert is substance of this dame. indicting this parsons* (b). i Inv subcontract 10 which a labor dispute may daisy Me Wooly perfot-nance of NS Central* freCeld that each subcontred Man Orovioe that in Me event its timely performance is delayed or threatened by delay by any actual or potential tabor depute, the subcontractor shall immediately notify the next higher der subcontractor or the prime Contractor. as the case may be. of all relevant information concerning the dispute. 14. 52.222-3?CONVICT LABOR (APR 1664) The Contractor agrees not to *moan any Osman itoder9oriell sentence or imprisonment in performing this contract except as Orovided by II U.S.C. 4082(cK2) and Executive Ceder 1755. December 29, 1973. IS. 12.222-4--CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION (MAR 1966) (a) Overtime Requirements. No Contractor or subcontractor contracting for arry pan of Vie contract work vAtich may require or involve ate empininent d laborers or mechanics (see Federal Acquisition Regulation (FAR) 213C0) shell require or pent* any such laborers or mechanics in any vrortvreelt in which the inetiviclual is employed on such work to work in excess al 40. bouts in such workweek wtiess wadi laborer or mechanic receives compensation at a rale not less than 1 1/2 times Ihe basic ram of pay for IS hours sported in excess of 40 houto in such wattweek. (b) Volatiatc liability for unpaid wags*: liouidatect damages. In the event of any violation of the pronsons set forth in paragraph (a) a this deuse. Ow Contractor aott anY subcontractor reationeible therefor it be table for the unpaid wages. In addition. such Contractor and subcontractor shall be rode to the United States (in Me case of work done under contract for Ohs District d Cokonbia or a territory. to such Oistrict or as such territory& for liquidated damages: Such llooldaMd damages shall be computed with respect 10 each individual laborer or trodierric employed in violation of the proons set forth M peragraph (13 al Via clause in the sum Of $10 for each calendar day on whit* such intinidual was required or permitted to watt in excess of the standard workweek of 40 hOurS without payment of the overtime wages umpired by provisions set teeth in ttioregratel (a) at this clause. (c) vtithhoidine for unpaid wages arel rettridased daniegos The Contracting Officer WWI upon his or her own actiOn Or worm wrelen request of an authorised trepreeentative of the Department al Labor Menotti or cause to be witriheld. from any monallt Whet* in aCCOirld Td nark Performed by Me Contractor or suocontractor under any such contract or any whet Fedoras -contract 'nth the semi Prime Contractor, or any ?ow Feu/arty. misted contract subject to Me Contract Wort Hours and Safety _standards act %mkt is nett by Me UM Prime Contractor. such sums as may be determined to be necessary to satisfy any looarties. of such Contractor or subcontractor for unpaid wages etid liquidated dameges as winkled in Me proveiOna set forth in paragraph (b) of this clews . Payrolls anti basic records. ;(1) The Contractor or subcontractor shag maintain payrolls and basic Devoe records -during tie course of contract work and she mune them for a paned of 3 years from the eompletios of the contract for all laborers and mechanics working on the contract. Such records shall contain the name anti address of each such employee. social security number, correct clusifications. hourly rates it wages paid, daily anti weekly number of hours marked. deductions mad*. anti actual wages paid. Nothing in this paragraph shoe require the duplication of records required to be maintained for consvuction were by Department of Labor regulations at 29 CFR S.titao(3I implementtrig the OtrarrElacon Act. . (2) The records to in etarntoned under paragraph (d)(1) of Ihis Ouse shad be made MIAOW by the Contractor or subcontractor for inspection. copying, or transcription by authorized reoresentatives it the Contracting Officer or the Department of Labor. ? The Contractor or subcontractor shall permit such representatives to inteniew employees during sparking hours on the lob. (e) Subcontracts. The Contractor or subcontractor shall insert in any subconvacta the PrOwili3n11 let WV% in WE/rat/ha (a) trough (a) 01 mar douse and abo a clause requiring the subcontradors to include these provisions in any Surer her- sugeontrpcm The .Prime Contractor shell be responsible for compliance by any subcontractor or low tier subcontractor with Me provisions set forth in paragraphs (4 through (a) of thee dame. is. S2.222-211--EOUAL OPPORTUNITY (APR 1994) (a) I. during any 12-rnwei period- (incledng the 12 months preceding Ile award al MI contract). Me Contractor has been or is awarded nonexernd Federal contacts and/or subcontracts that have an aggregate value in excess ci $10,030. the Contractor Vial comply with suboartreaOhil (bK1) Waugh (11) below. Upon request. the Contractor Shad provide infortoadonLriecessary to determine the 100liCsallier 0114 clause. (b) During performing this contact. Me Contester agrees as follows: (1) The Contractor shed nal discrioninmea against any erredelell'er applicant for employment because alk reqL color. reigion, sere..or national origin. (2) The Contractor shall teas affkmetive action to ensure me %applicants are employee, end that employees are treated during employmenL Mtiout regard to Voir race, color. religion. sex, or national origin. This sheet include. but not be ignited to. ()employment, (ii) upgrading. (it) thleobee- 00 transfer. (s) recruitnient or recruitment advertising. (in) Hyatt or termination. rates of pay or odor tonna of compensation. and (via) selection for training. including actorenticsahip. (3) TM Contractor shall post in corm:cum' pieces available to employees and asoficants tor employment Me notices to be provided by the Contracting Officer that explain this clause_ (4) The Contractor shall. to MI solicitations or advertisement for erndoyess placed by or on behalf of the Contractor. state Mat all qualified aooticants me receive consideration lot 'motormen( without repaid 10 race. coke religion. sex. or national origiet ? ? (5) fhe Contractor slue sent to sock tebor union or representative of *Oaten with which 4has a collective %mtge....we erernent or other contract or unclermanding. Me notice to se Provided by the Contacting Cwicer advising the tabor union ai workers' reoresentatipt of me Contriceses contMetffient, trftlat INS COMAS. and post codes of Me notice in ainsocuuus meltable to employees fed 1100ficooto for elvldierlient GSA FOAM 3604 PAGES taws. 1141111 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92b00017R000800010003-6 REFERENCE: (8) The Gontractor comet, with Executive Order 11346. as amended. and the rules. esginetions end orders 01 the Secretary of Labor. (7) The Contractor shall furnish to the contracting agency an information required by Executive Order 11246. u emended. - and be the flies. regulation.. and oreers of Vii Secretary of Labor. Stindant Form 100 (EEO-fl. or any successor tom. is Vie prescribed fonn to be filed vislhin 43 days following the award. tints= Med within 12 months preceding the dais of award (11) The Contactor Shall permit access to ile books. records. and accounts by the contracdng agency or the Ohne of Federal Contract Candling Pregnant* (OFC) for .hie purpose of investigation to ascertain the Contractors compiance with the aocifigble rine& regulation& and orders. (9) * the OF OCP determines that the Contractor is not in cornoliance with this clause or any nols. regulation. or order of the Secretary of Labor. this contract may be cenceied. terminated. or auspened in whole or in pan arid the Contractor mil be declared iislloli for Ounrier Government contracts. ? under the procedures authorised in Executive Order 112441. as amerded. In addition. serrations may be invoosad and remedies invoked iraainet the Contractor as provided in Executive Order 11248. as amended. Ilitt AM& regulations. an orders of the Secretory of Labor, or as attuseuriss Droned by law. (10) The Contractor shall inchme the arms arid conditions of subparagraph (bX1) through 011 at Ihis clause in every subcontract or purchase order that to not exempted by the rules. regulations. or orders of the Secretary of Labor issued under Executive Order 11246. as amended. so that these terms and Conditions will be biriling upon each subcontractor or vendor. (11) The Contregx shall take such action viral respect to any subcontract or purchase order ea the contracting agency may direct as a mean ci ardorcing these lense and condition& eraluding semitone tor nancomarsancc provided. SW I this Contractor becomes inwohed in or as threatened vie% litigation with a subcontractor or milder as e'reent of any direction. the Contractor may request the United States to enter into the itigation to protect the interests of the tinned Stales. (c) Notwith.standing any other douse in the contact. dismiss ?Native to Vie clause vidi be governed by the talicitharee in 41 CFR 00-1.1. 17.32.222.35-AFFIRMA1IVE ACTION FOR SPECIAL OISABLE0 ANO VIETNAM ERA VETERANS (APR 1944) . (a) Oefinadons. -Aoxopriase office ofthe State emprayment WA:0 tryStem." U used in this clause. means the local office of tha redetal?Stais national system of public einoloymer* ?Mole eill9nt4 tosioni Pie area where the employment opening is to Ise fleet including Vie District d Columbia. Guam. Puerto Rico. Virgin Wanda. American Samoa. arid des Trust Terribry of die Pacific hands. -Openings that Wee Contractor prpposes to is from within its Own Ottani:Aden: as imsd in this clause. means empioyment ovenaras for which no one onside the Contractor's organ:cation (including any affiliate& subsidiaries. and the Went companies) wet be considered and includes any openings that the Contractor proposes to is from reguLerty establish 'Vogt' ists -Opening lhat dee Contactor stooges to is wider a customary and traditional Onotoyer.union hiring arrangement. ? as used in evis cisme. mew ernoloyment nrrenin9i 'Mt Ihn Contractor ProlratmeU GO from union Mits. under Inair customary and traditional entdoyer-union hiring relasilnehra -Sunenid erndoyment o4 ripe" as used in eirs claims- (1) Include& but is not limited U. menage that occur in jobs categorized se- (i) Production and nonproduction: Plant end attic& (ii) Laborers and mechanic& (iv) Supervisory end nonsuperveory. (v) Technical: end (vi) Executive. administrative. and prolestional position compensated on a salary basis al less than 47S CM a feer end (2) Includes fuLtime employment. temporary emcsoyment rd Over 3 days. and parttime employment. but net openings that the Contractor worries to 14 from within its own organication or wet a customary . and .?Iradibonal employer-union hiring arrangement. nor commove in an educational institution that are restricted 10 Studenti 01 Mat ingitution.,. . ? (b) Genera (I) Peginian9 any lineation kw which the employee or apoticerit tor employment I Qualified. the Contractor Shall not discriminate against the iservideral because die individual is a special disabled or Vietnam Era veteran. The Convector agrees to take affirmative action to emploe advance it eingnoyment. and otherwise teat quismied special disabled and Vietnam Era veterans without discriminadon based upon their disability or veterans' statm in all enratornent practices such U' (I) Employment (ii) Upgrading; (m) Oenimon or trans's: (iv) Recruitment (v) Advertising-. (w) Layoff or ierminabOn. ' (vii) Rates of gay or other forms cd compensation: and (vii) Selection for training, including apprenticeship (2) The Contractor agrees to comply with the rules. regulations. ard relevant orders di the Secretary a Labor (Secretary) issued order the Vietnam Era Veterans' Readjustment Assistance Act d 1972 (the Act). as amended. (C) lilting openings. (1) The Contractor agrees o kit all seeable employment openings existing st contact award or occurring Gunn contract conformance. d an NraroOriate Office ci the State employment service system in the..iocality where die ooening occurs. These openings include lige occurring at any Contractor facility. including one not connected with performing NS contract. An indedendent corporate affiliate is exempt from Viii reouiterrient (2) State arid local covernmant agencies holding Federal contracts of 910.000 or more shall also list all their suitable ognings wits the sopropnate office of the. State erriptoyment service. (3) The listing of suitable emoloyment with !ha Stale employment service system to required it to concurrendy with using any other recruitment source or effort and involves the .obligations of placing a bona fide job order. including accepting referrals 01 veterans and nonvetetens. This listing does nqt now, hiring any par6cisar job sodicant or hiring from any particular group of job applicants and as not intended to Wien Pie Contractor from any reguiremente of Esecuthei orders or regulations concerning nondiscrimination in employmeet. ? (a) Whenever the Contractor becomes contractually bound to the listing sew d this inause.? it shall advise the State employment service system in each Stet& where it has establishment& of the name ard location of each hiring location in the State. As long u the Contractor is contractually bound to these lama and has so advised the Stale system. 4 Med not edWee the SUM Itretent al subsequent contacts. The Contactor may advise the State Ityillein when it is no longer bound by Ns contract clause. - ? (5) Under the meet COmpildtrig? circolsetemee. an gotolerrient opening may nOt be suitable for Siam including situation when (i) the GoveirwhenCe needs cannot reasombly be supplied. cal listing would be contrary to Nationia waxily, or (iii) Vie requirement of lng would not be in Vie Government's wooed. Id) oraplicabaity. (1) Tres clause does not acrotvlo the %Wind 04 strooklosent openings anicti OCCUI Sod ars Mad outside the SO states the Distract of Columbia. Puerto Rico Guam. Virgin Islands Airwincen Samoa and the TAM forreory of the PeCdiC felons (2) The Weis 31 paragraphs (C) Odra di this clause 3o not moil to openings that See Contactor proposes to Ill from within is organitiltion or weds, a"stestorsarv anti traditional *moor*, uniun hiring arrangement. This exclusion dors not *soy to I Daiuevtar opening -once en ernprayer deCdOS OSA ItOnis 35oe PAGE It 'Arc 11411i Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 aEFERENCE:--5/f/IrrC-642'57 consider eopicanti oirtede of el own organization or employer- whip% arrangement tor Mat mening. (e) Postings. (1) The Contractor agrees 10 owl ernelornent reitices Stating (I) OS Contractors obligation under Vie "kw to tate affirmative action M orreaoy and advance ii employment Qualified Itecial disabled veterans and veterans of Me Vietnam ere. and (a) ad rights of applicants and midterms ? ? (2) These notices Mal be posted in conspicimas places Mat we available Is enteloreell and Wks^s for grn01?)4Tis"e? They Mel be in a form onescribed by the Oireclor. CMGs of Federal Contract Complance Programs. Department of Labor (Director). and provided by or through Ile Contracting Mew. ? (3) The Contractor Mee realty each labor union dir recresentative of workers with which It hes a col4clve bargaining agreement or other contract undentarding. ihat lie Contractor is bound by the germs of the. Act. and is committed Is tale ?affirmathe action to -amid* and advade M emoloyment. Quatified medal diesbled and Vietnam Era veteran& (t) Noncompliance. 11 lie Contreetor does not essivsply nen V40 requirements of the Clem. appropriate actions may ae Wen unSer Pie noes. reputations. and tolerant beers of the Sweeter, imered pursuant to the ea. (g) Subcontractb The Contractor Mel inckide the tonna of Mis douse Ii awry twbcontract or mochas* order of 110.023 or more erases mtempsed by nies. regulations. or cedars of the Secretary: The Contractor Mal act Ale ebsbifial by To Director Is enforce the Senna. inctoding action tor noncontomanco. IS. 32.222.36-wARISINATIOLACT4011*POR NANDICNIPEDI WORKERS (APR 1104) (e) Denera. (I) 14017a0loS any Polito% ko ofuldi Vie moor* or agaticare for eimitoyment is atiarlid. Me Contractor anal not discriminate affirm any erneloree or alladir-em alma* of physical or envoi hen:kelt. The Contractor egress ao bee affirmative action to imam Wren= ii eirolormem oro ?elands* tea Qualified hardicadOed individual' without discrimination based wailm Mar Orrteicei or merest helelltell ii employment practices such ea., (1) Employment (1) 0003redieg: (ii). Demotion or banter: (Iv) Recruitment (v) Advertising: (.4) Layoff or terminstion. (vie) Rahn of pay or emir forms of compensation; and ? (vi) Selection for training. including sperenticashio. (2) The Contractor agrees to convoy with Its rules. regulations. and relevant orders of Me Secretary of Labor (Secretary) imbued voider the Rehabaitation Act of 1173 (21 RIX (the Act). as emended. (b) Postings. (1) The Oherecter agrees to post endaerrent notices stating (I) Me Contractor's obligeson under the law as lake affirmative action Is entelOy arel advance di employment Quaker/ otioar-eatied Irdirkluala sad (ii) the rights ofatiolicanis and ernoktyeeb ? ? (2) These imams Mal be mead in conspicuous IS met we martable as etreloyese and awakenso for mnoloyment. They anal be lat 'a bbla arescreted by Ms Director. Cam of Federal Convect Carnelian?, Programs. Cisoanment of Labor (Director). and provided by or through eve Contracting alicar. (3) The Contractor alma reify each Mbar WIWI Or 'sermonisers of graders mei whichI Ms a collective bergamot) agreement or &nor contract understardirm. mat eve Contractor is bowed by the Series of Section 503 of the Act and is committed to tate anirrnathe action Is emptoy. and whams in ontalormer4 auatiriaa physicely and ~telly handicapped indirdisela (C) Navernokante. I EV CentraCtor does not Cam* mil ple radurernents of this dews. actoroodate actions may be Wan iiivier Vie rues. reputation& end relevant orders of Ihe Secretary awed birsuant to the Act. (d) SubcontracM The Contractor Mall include the Writs of 1114 Clew** in every subconarsct et Purchase *Oa ii n?Cnin of 12.500 unties *tempted by ruts& regulation& or ordem 01 Ilse Secretary. The Convector shall act as soecifind by eve Director - ? to enforce the isms. air-Wing action lorlioncomdiarice. It UTILIZATION OF SMALL BUSIIIEIrCONCE- ANS AND SMALL DISADVANTAGED suptgss coNceaNs (JUN 1911S) r- ? :.?AntiO?zr..--.1:- ??? (a) it is the ;clay of Me United4States Met small business ,concerns end IMO business ConCenti*Ined and Miontr011ed by ? socially aria acasamicaly disathentagedIrdividusts dial have the maxim" practicable opportunity te ciarlicipate hi performing - contracts let by any Federal agency. including contracts and - subcontracts for subsystems. essembies. components. and misted ? goyim* for meta Mame. Itis hinter lie policy of the United 2:Statos that its prime contractors seteblish procedures to ensure Vie emelt, 011ymant of amounts due pursuant to the terms of Moir ?Stitcontrecta mat email business concerns and small baandie - concerns owned and controlled by eocially and economically disadvantaged irdhdva (b) The Contractor hereby agrees 10 carry ovt 115 Oak" in Me (twanging of subcontracts to Ms Meet extent consiskwit with ? efficient contract performance. The Contactor further agrees to ?cooperate in any swags or surreys as may be conducted by line ? - United States. Small Starnes Adminharation or ese awarding agency of the UMW States as may be nacoaaanY to determine 1111 extent ti Vie Contractor's corm:Once with this claim. ? 44 As aged M this contact. Me term "small business concern" shall mem ? 'smell business as defined purmient to Section 3 of the Small Business Act and relevant regulations . promuigated pursuant thereto. The lam "amid business concern owned and controlled by socially ard economically disadvantaged .individuals" WWI awn a salaa business concern- .. - (I) Which is at least Si percent owned by one or more socially end economically disadvantaged intilvidualt or. in me case of any publicly awned business. .at lead SI per centum of the Mock of valid+ is owned . by one or: more sociallyaM, economically direcivantaged individualx Orel ? ? . (2) whom management and daily buskin' operations we controlled by one or mon of such indiviivialt The Contractor Mel presume Met socially and economically disadvantaged individuals inclide Maris Americans. Hispanic /Misdoing. Native Arnentena. AsenPacdic Americana. Asien?Indien Americans and other minorities. or any ether individual found to be disadvantaged by "the Administration pursuant to Section Ilal of the Smell Business_AcL (d) Contractors acting sr (pod faith may golf on written ?deoresentations by Moir subcontractors regarding their status as either a sense business concern or a and business toricervi aimed and contraltod by socially and economically /advantaged ircrnidualb 30. 112.2111?11.ISMALL BUSINESS AND SMALL DISADvANTAGEO BUSINESS SUBCONTRACTING PLAN (APR 10114) (a) This clause does not apply to small business taverna.. GO "Commercial product." as used in this Meuse, mews a ? ',edict in regular ?reduction that is said In substantial evannnes to all Wane public andlor industry st established catalog or amend prices. also Mena a Oradea forbid% in MS Manion of the Contracting Officer. Ohre only insigniticeney Orem She ? Conuectoes commercial product. "Subcontract." es teed in Mb dem& means any agreement (other Man one irwohine an einployerendloyee relationship) emoted iners by Federal Goverment Vim UMW?, or subcomactor Wing for lueelise or senical maim/ roe perforroance of the contract or subcontract. fc) (Negotiated contracts.) ThS 0,11101. 40001% request by the Corwactrig Deicer. Mel submit and itegoliale a Subcontracting alas. anere.seuScelle. which addresesS Moans* subcontracting lona and laranen taverna end seta digadventagid business concerns. and Mich Mal be inctuded In and odds a oad of otia resultant contract. The subcontracting Men seal be weeorirvd Within eV tine lataned by Me Cenaratine Officer Paiute to GSA PORI*. 3504 PAGE 7 Mir. 11411 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: /Itcrge?coc.2-3 submit and negates VW SubcontrOcline 1001 snail mass tne offeror ineligible for avian at a contract. (Smiled bid contracts.) The apparent low bidder. upon fewest by Me Contracting Officer. she submit a subcontracting plan, where appricab4. which addresses separately subcontracting with. small business concerns and anise disadvantaged business concerns. me *rich Will be included in and "made Oen ol die resultant contrect The subcontracting Man Will be submitted within the time specified by the Contracting Officer. Failure to submit the subcontracting ptan shall make Me bidder Indic/die for Ms award of a contract. (d) The offeror's subcontracting Man shall inckele VW 101/owintr (1) Goats expressed in -terms of percentages of total penned subcontracting dales. for the wee of will business contents owl assil disadvantaged business concerns its subcontractors. The offeror shall include all subcontracts Mat contribute to contract performance. and may include a proportionate sham of products and services Mat are normally &located as indirect oasts (2) A seemed of? (9 Total dollars planned lo be subcontracted. (ii) Total dollars planned to be subcontracted to will business contents and (Si) Total donate planted to be subcontracted lo will disadvantaged business concerts (3) A description of the minciall ntass of euivgkol and services 10 be subcontracted and an identdication of Ms types roamed for subcontracting to (i) will business concern and (ii) small disadvantsoed business concerns. (4) A description at Me method used to denims Ora subcontracting pools in (1) above. ? - (5) A description of the method used to identify potential sources for sciellation popsies (e.g.. misting company 00unte loft.- Vol Procurement Automated Source System (PASS) of the Sing Business Administration. Ms National Aimorfty Purchasing Council Vendor information Service. Ms Research and Indentation division of Me Atinority Business development Agency in Me Oesseroment of Commerce. Or small arid men disadvantaged business concerns trade associations). ? (g) A statement as to whether or not the offeror included Maroc* costs in establishing subcontracting goats -and a description of Me method used to doiermine vie propoilioness Mars of indirect costs to be incurred with (i) small business concern said (ii) small disadvantaged business concerns. (7) The risme of the individual employed by Vie offeror vAvo will administer Me offerors subcontracting program; and a description of the duties of the individual. (e) A description of Me afore She offeror will man So assure that said business concern and small disadvantaged' business concerns have an equitabis *apeman:iv ID compete for subcontracts CA Assurances that Me offeror ..4 include Me clause in mis contract untitled -1Jblizatton at Small tidiness Ceverns and Smas Disadvantaged Business Concerns* in al adulterate Mat offer further subcontracting ?0000ttunitiss. and Mat Die abiro,adl requireii sitcontrectors (except who business concern) who receive subcontracts vi mess of 1500.003 (11.000000 for construct:an of any public laciest to Wept a plan ID Ike plan agreed to by Me offeror. (10) Assurances diet the Offerer w4 (1) C0001wit; vi any saevs or surveys as may be mound. (M) submit 00(1004 reports it order to 'Pow the Gcnernment to desornins ms sawn of compliance by ths offeror imilh Vie subconrectirms ear% Submit Standard Form (SF) 29e. SutcorearacOnfl Amor) bel Individual Contracts. and/or Si 2101. Summary Siditonract bitoort. in accordance with ths instruction on lhe forms and Oil ensure that its subconsraclore agree lb submit SiOndo'd roma 294 and 295. ? (11) A reCibffien Of the types Of records the offeror we maintain SO demonstrate procedures Mat have been Wooed to comely won die rectimiernems and .gosas -in are man. inciuoing establishing smote kw and a description :01 its efforts to Soule . small and saran disadvantaged business concerns and **ad '104000ntrocti to Vow. The records Will isick?S? at east Me -following (on a plant.vnie Co.:-Cornigerty-ine basis. vole's OthOrroWe joaCOWV): -?-. . Scott* WO. 4000011. and other data that await will and and disadvantaged business concerns. OrganitatiOne contacted in an anima to total* emotes that are Small or small disadvantaged business COMOlott (ii) Retools on each subcontract solicitation resulting in an award at more than S1(110.000. indicating (A) whether small biding' concerns 008nt soticitsed and if not. why not. On whether will disadvantaged business concerns were satiated and if not, why not, and (C) 1 applicable. tha reason Sward was -not made tea small hams= concern. (iv) Records of any outreach efforts to contact (A) Wads associations. (11) business development orgenicatinne. an (C) conferences and trade fairs So locate small and small disadvantaged business sources. (v) Records of internal goodSoCe and encouragement Provided to buyers Mrough (A) workshops. 'winos& trioniq. etc.. and (8) monitoring performance to evaitsals comptiance watt le Program's requirements. (v9 On' a coritract-breoritract basis records to -suppool award data submitted. t,die offeror to gra daverivnee. -including this name. address.. ? .arid business site of secn ? subcontractor. Contractors having caorpary or diveitsconde annual plans need not cones' with dtifi requirement (e) in order to effective/ implement this plan to the edam consisiont wilt efficient contract performance. Me Contractor Will perform Ms fotbouring functions. - (1) Assist smell business Sol .ontal disadvantaged tidiness concerns by arranging Solicitations. -erre for the preparation of bids. ?quansties. elecfficatlione. and dissent echeduias so We Ise-Mats ther participation by such concerns Where the Contractor's lists of 00100011 mai business and snag disadvantaged subcontractors are massively long. temorWt0e. Oat Shall be nide lo give al such small business concern an opportunity to compete over a period at time. (2) Provide adequate and lkoOty.? coMidotation Or Ms potentialities of arnall business and lone disadvantaged business ? contents in all "make-or-bur decisions ? (3) Counsel and discuss subcontracting opportunities rm reprnantatives of small said sing disadvantaged business time. (f) A maser subcontracting plan on a Mare or division-wide basis which contains all the elements required bp- (d) above. except goals may be incorporated by reference as al Dart of the Subcontracting Otan required Of Me offeror by iris clause: provided. (I) the master plan hes been araormed. (*the colony provides copies of Me wormed miser plan and evidence at its aoorovel to As Contracting Officer, VW (3) goals Win mrf deviations Inn he master plan deemed notoreary by mo -Contracting Officer to satisfy the requirenerist of this contract ad set forth in she individual suocontratting Man. WOO If a commercial oroauct S offered. Vie subcontracting plan required by Mrs clause may relate to the offoroell Production generally. for bah commercial- and noncommercial products. nthe than sassy to lie Gousrnment contract. In Mese cases. the eerie shag. men Ma concurrence of the Conirscling Officer. Submit one coffelinviide Or: Ovistion-ivide amen pleff. ? (2) The onewol plan Will be reviewed for annival by Me . agency awarding Ms offeror its arse prime cataract reouirieg a Subcontracting Man during Me bent year. Or Or an agency SitiStOCtOr, 10 the coreacene Omar. (3) Tne Wormed Olen stem mum vi elect during Me offerors fiscal yew her at at lie ewer's conwhomie products (h) Prior compliance of the Offeror wee other seri subcontracting Olen wider Menus Contracts Mg be considered by Ibe Convecting Officer ii deteresning Ihir resporiebility of mit OntrOt for award of Ms Contract 11- I? *2 GSA FOAM 3504 PAGE II Mrs. 1 I fat Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R0008-00010003-6 REFERENCE:I Plrg"-cr_.:z5c2:3 7 9) The failure cif le Contractor or airocontrector to Canals in 9000 lath with (t) the Nauss of this contract entitled -Utilization at $mell Business Concerns and Snell Disadvantaged ause'ess ConCerni." Or (2) an 600roved plan required by thee clause. shall be a materiel breach of the contract. 21. 32.219.13-UTILIZATION OF WOMEN-OW=eMlL BUSINESS 644104.900f-CAMat St.) S. me who are the busies& -Control.- as to mete policy -Operate." as teed invohled A the day-to-dal -(b) It is lie poScy of Vie small beinesses shed to participate A agency. (c) The eseetert sing the power means being actively of the business. Staten that eromen-owned max m practicable opportunity contracts ded by 'any Foetal actor agrees to use its be one es vv. small businesses the nexinerrit acticaole So participate in the subcontract it aw the extent consistent Met the efficient pertonnance ? 22 S2.220.3..UTIItZATION OF LABOR SURPLUS AREA CONCERNS (APR I984 44) Andlicabaity. This clause it spericable d ewe contract exceeds the appropriate small purctese iinmation et Part 13 bf Me Federal Acquisition Regulation. (b) Policy. It is the policy at Me Government to sward convects to concerns that agree to perform substantially in labor surplus areas (I.S.41) wilen this can be done consistent with the efficient performance of Vie contract and at prices no nialtar than ere obtainable 'nowhere. The Contractor agrees to use its best efforts to piece subcontracts In accordance with this policy. (c) Order of preference. In conveying with paragraph (b) stove and with paragraph (c) Ci the clause al this contract wetted Utilisation of Small Business Concerns and Small Disadvantaged Business Concerns, the Contractor shall observe . the Wowing circler of preference in awarding subcontracts: (1) 'small business concerns that are LSA concerns. (2) other small businers concerns and (3) other ISA concerns. (0) Oefinitione. -Labor surplus area.- as used A this elites. Roam becograolical area identified by the Osoartment ol Labor is acconlaree with 20 CFR 654. Subpart A. as an area of Concentrated iinetnolOymOnt Of underemployment or UN area of tabor surplus. -labor "undue ansa concern:* es used A this dame. means ? a concern Met together with iht first-tier subcontractors wil Perform substantially in tabor Surplus wets. Performance is iirbstantially in labor surplus areas 4 Vie costs incurred tinier the contract on account of rnanidacturino. prachaction. or performance Ci loproortate services in labor surplus areas exceed SO percent of the contract once. 23. 52.220-4-LABOR SURPLUS AREA SUSCONTRACTING PROGRAM (APR 1954) (a) See tha Utaization of Labor Serene Area Concern* datele of this contract for aceficalste definitions. (0) The Connector egress 00 estabgsh and conduct a programs to encourage tabor surplus area (LSA) careenns to compete for sufscontrace within Molt comb:fides mownme oubcontrocht Ore consistere with the efficient performance of the contract at prices at no higher Men obtainable eteewhers. The Contractor shall- (1) Designate a teem ?mow limo we (i) maintain liaison with authorized rooresentathee of fie Government on LSA matters. cii) supervise compliance with the Unfisation of Labor Seagate Arts Concerns clause. arid (le) ficirmnrater me Contractor's labor auttikis NOS ItitiCeints*Oling Diagram: (21 Provide adequate and timely consaltration Of the OciNndafitiet of ISA concerns A all max* oiOvy decisions. 13) Ensure mat ISA concerns have an eaeiteete. ooportuivty to commie for subcontracts. .perticularty by a/Temente soticitations. time for the prioerstion offers. Quantities. :specifications. end delivery schedules so' as to facilitate the oeilicipabon of LSA concern (4) Include the Utoisstion Of Labor Surplus Area Concerns. clause A subcontracts that offer .eutistantial LSA subcontracting 000orturtibee: and (3) Maintain record' showing the procedures edisoted and (1) the Contractor's performance. lo comply with this clause. The record* wIt be MIX eveilene for review by the Government until the expiration of 1 year atilt the award of this convect or for such longer period as may be niquired by any oder clause of 18 contract of IN =West:ft taw or regulations. (c) The Contractor *further agrees to inert is any milted subcontract that may exceed S603.000 and that contains the UtMsation of Labor Surplus Area Concerns demos. terms that centrum suostannally to Me tongue.", of this clause. inr.luding this oaragrent (o). ano to notify me Contracting Officer of Me names of subcontreCtOre. 24. 52.229.3.410ERAL.STATE.ANOLOCALTAXES (APR 1984) (Does not toory?to utility contracts) (s) "Contract date." INS used in this Claus.. means the date sat ter bid Opaniera or. If this is a negotiated contract or a modification, the effective date of Ude contract or modification. "As applicaole Federal. State. and focal taxes and duties.- as ? used in this clause. means all taxes and duties, in effect on the contract dila. that the taxing %Went?4 imposing are eettecting on the transactions or protterty covered by me contract. -Atter-imposed Federal ex." as used et this ctause. means any new or iv:Mosel Federal excise tax or duty, or tax that was exempted or excluded an die contract date but whose exemption ?wes later revolted or reduced during the contract period, on the transactions or property covered by this contract that OW Contractor is hOuirad to Pay or bear as the Noun of lett;Mative. judicial. or administrative action taking effect after trio contract data. it aces not include social security tax or other employment ttiaOS ? "Afterieleved Federal tax." as used In this clause. Mina any amount of Federal asCilialts or duty, except social security or other emaioyinent taxes that would -otherwise have been Oliyabitt on the transactions Or property covered by this contract but which Me Convector is not required Is pay or bear.- dr for sitlich OW Contractor obtains a refund or drawl:40. OS OW result Ot legislative judictat or administrative action taking effect atter die contract date. (e) The convict once includes an applicable Federal. State. and local taxes and dirties. (c) The convict ? Price shall be increased by the amount of any after..mposed FOciefil tax. provided the Contractor warrants in wnting that no amount for such ntrody emceed Federal excise tax or duty or rate increase wee included A Vie contract price. Its a contingency reserve or otherwise. Id) The convect once shall be idealised by 'he onwatrra Ci are after.retieved Federal bot. (a) The Contract once Wee be decreased by the amount 01 any Federal *seism tam or duty. except social security or other erntetrrilern tame Mat the Contractor is required to Owl of bear. or does not obtain a retard Of. Waugh MO Contractors fault. negligence. or failure to Wow. Astructlare 01 .1ho Contracting Officer. (f) No adjustment shell be made- in the contract vice +mid*, Ifis clause souses the amount of Vie acTerstmenl exceeds $100. (g) The Contractor anal prone*, notify Vie Convecting Officer of ad matters *elating So any Federal excise tax or duty Mat reasonably nue be ***KIWI to Mutt in enter an inCiltasit or decrease in the contract price and shall SAC appropriate ?Cdon as the Contracting Officer directs. MA FORM mil PAGE e taw 11.151 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: (Is)- The Government Mal. without Mobley. furnish evidence appropriate to twat,* ezemotion from any Feder at State. or local to.. when the Contractor reeves* such evidence and a reasonable basic testa to sustain the ereemobort. 25. 52.229-5-TAXES-00NTRACTS PERFORMED IN U.S. POSSESSIONS OR PUERTO RICO (APR l084) ? : (Does not aoply to utility contracts.) The term -local taxes." as used in be federal. State and Local Taxes clause at this contract *chafe Imes imposed by a possession of tie United Stales or by Puerto Pico. 25. 52.237-2-PROTECTION OF GOVERNMENT (BUILDINGS. EQUIPMENT. ANO VEGETATION (APR 191141 (Applies when services are performers on Government installation.) The Contractor shed use reasonable can to avoid damaging existMll StratinGla. otteionient. and ',potation on the Government instaiadoh If the Contractor's failure to use reasonable care causes- damage to any of this property. 'ate Contract*, wise replace or mei, the damage at no expense to the Government as be Contracting Officer directs. . I the Contractor fails or refuses to maks such repair or replacement. the Contractor shall be Sabi* for eis cost. which may be deductad from the contract price. 27. 52.232-11-EXTRAS(APR tette) I Excite as otherwise provided in this Contract no payment for extras snag be made unless such extras arid be price therefor have bean authorized in writing by the Contracting Officer. 26.12.232-1 7-INTEREST (APR 1$114) (a) Notwietstanding any ether clause of Mis COntleCt. aM am:moils that become payable by the Contractor to the Government tender OW contract (net of any Itpcskable tax credit - tinder the Internel Revenue Code (26 U.S.C. 1461)) *at bear *hole interest from Me date due veldt paid unless paid within 30 days of becoming duo. The interest rate shall be the interest rale established by the Secretary of the Treasury as provided ii Section 12 of the Contract Disoutes Act of 187S (Public Law 9E0 563). which is apPicable to be period in wfich tie amount becomes due. as provided in paragraph (b) of this claims, and ben at be rate appicatte for each six-monde period as fixed by the Secretary tenet the amount is pod. ? (p) Amounts shad be dim at the emSest of the Wowing .dates. (1) The date fixed order this contract. ? (2) The date of lie Seat written demand for payment. consistent with this contact including any demand resulting from a default termination. (3) The date the Government transmits to the Contractor a proposed Supplemental agreement- to confute competed negetiatione este:As/Wig the amount of debt (4) I the contract provide' for revulies Of Once& the date of written notice to the Contractor Mating Me amount of refund Obable in connection with a pricing proposal Of a negotiated Pricing agreement not confereed by contract auxlification (C) The interest' Owego made tender be clause may be reduced woks Ma procedures prescribed in 32 614.2 of the Federal Aceuisition Reguladon in effect on be date of this contract ? 2e. 52.232-23-ASSIGNMENT OF CLAIMS LOAN 111661 (a) The Contrector. weir the Assignment of Claims Act. as amended. 31 U.S.C. 3727. 41 U.S.C. IS (hereafter **erred to as tie -the Ater). may assign its Ogles 10 be part oniounts due or -to become due es a result at the 0*de/ethane.* oil Mei comrset to a bank. trust company, or otter financing institulion. includinp any Federal lending agency. The amines order such an assignment may Member hatter assign or reamer* Its nght tontif the original assignment to any type of financing mssitution described in the preceding sentence. ? ? (b) any assignetutte or reasaignmint authorised softie. me Act arid this ciause shall cover MI unpaid amounts payable under thrs contract. and shall not be made to more Man one pipty trcetil mit an assignment or realignment may be made to one party as *gem or trustee for two or more penes participating in the financing of the contract " (ci The Contractor shall -not or disclose to an, Sia4see under be contract any Classified document (including Vii. contract) or MI onneoon related 10 work under' the contract until the Contracting Officer authoress such action in writing. 33. 552.232- 71- INTEREST OR Tatum PAYMENTS (APR 1984) ' (Doss not sooty to contracts tar utility services that include provisions for tate payment charges established by tare, or State regulatory commissions-) (a) The Prompt Payment Act. Public Law 97.177 (96 Stat. 115. .31 U.S.C. isoi) is applicable to Orients under this contract and Muir* be payment to Contractors of Mares* on owertue payments and improperly taken discounts. (b) Determinations of interest due we be made in accordance with the provision al Si, Prompt Payment Act and Office of Management end Budget Grew's, A 429 31. 52.215.1-EX AMINATION OF RECOROS SY COMPTROLLER . GENERAL (APR 1964) (a) This Pause ? &pokes if eentrect exceeds $10000 and use entered into by negotiation (b) The Comoros*. General of Me United States or a duly authorized representative front the General Accounting Office %?? Wee 3 years after final Payment under this contract or for any shorter snood specified ii Federal Acquisition Regulation (FAR) Subpart 4.7. Contractor Records Retention, have access to and the right to examine any of Me Contractors trim* pertinent books. documents, papers, ce ober records involving transections related to this contract (c) The Contractor agrees to include in first?der subcontracts under this contract a clause to the effect that the ComOtroller ' denote or a duly authorised reoresantathe from the General Accounting Office matt until 3 years attar final payment under the subcontract or for any Monet period specified in FAR Subpart 4.7; have access to and the right to examine any of the Subcontractors directly pertinent books. documents. MOWS, or other records involving vansections tome to the subcontract. **Subcontract." as used in this clause. excludes (1) purcnase -orders not exceeding 310.030 met (2) subiontracte or purchase orders for public utility services -at rates a:stab/shed to *poly uniformly to Me public, On any appiicabie reesonabie connection charge. ? (d) The periods of access arid examination in paragraohs (b) and (c) above for records relating 10 (1)- appeals under Vie Oisputes clause. (2) litigation or settlement of claims arising from the performance of this contract. or (3) costs self expenses of this contract to wftich the Comproser General or a duly authorized reoresentative from the General ACCouneng Office has taken exception snag continuo sad such SoCillath Paine, or exceptions are diseased of. (a) The Contractor anal insen a clause containing all the Wm of Me craws. inciuding this paragraph (e). in aS subcontracts am, 110.030 under this contract, altering the clause Only as nocesiorY to *entity Oreceny be contracting partite and me Contracting Ceficer undo. the Governmsed pries contract 32 552.215.70-.EXAmiNATION OF RECORDS a? GSA (APR?11.64) (Does not eoofy to utility contracts.) The Convector egress that Me Adminierstor of General Solaces or any of his duty authorized representatives shall. Iowa be expiration of 3 teen after final Memo' ends' this contract. or of the ems periods tor lbe particular records specified in &Open ? 7 of me Federal Acauisition Regulation KB CFR 4 71 ? an11cN1.41, elates earlier, have access to and the night to examine any books. documents.. OaPerh sftd *cords Of I" Contractor **Owns irensections related to this contract or comp:ence wet any Chkeeith IhOrOtOrder. The Convector %other agrees to include ii at he subcontracts hereunder a orovision to efle?cl bat IOW .11AIMIWOCtalr apneas that be Administrator If 11- I - if+ Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 GSA FORM 3504 PAGE lb IRer. 11.981 f' Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G0001.7R000800010003-6 REFERENCE :...-S'llionfc.,0?-3 General SWAN* or ant 411 his duly authorized reoresenleeves die& tine ths expiration el 3 years elm final pernent under the eubcontred. or al Irte One period* kir Me particular records specified in Subpart 4.7 d lhe Federal Acoudition Regulation (MI CFR 43), enichever excites earlier. hews access le and the girl to examine any books. documents. payers. end records of such subcontractor. involving transactions reamed to the subcontract or compliance with any clauses thereunder. TM term *subcontract" as used in this clause excludes ge3 Purchase orders no, exceeding $10000 and (b) subcontract& or marchase orders for OtrOfie eddy services at raise established for uniform appficability to Me Genera pubik. 31. 532.243?70-PRICING OF ADJUSTMENTS (APR Igge) (loas not booty to Welty terereCte) When costs we a factor in any determinatiOn of a contract Price adiustment pursuant to Me -Changer clause Or any other clause of Ws contract. such costs stud be in accordance with Vie cowed cog arinCialee and procedures in Part 31 el the Federal Acquisition Regulation (4$ CFR 141) 111 effect on the date 01 14 convect. 34. 1152.209-72-TERMINAT1ON ? ERRONEOUS REPRESENTATION CONCERNING CRIMES. DEBARMENTS. SUSPENSIONS AND DEFAULTS (APO 1984) .(13oft not ad* to %neer convects/ The certification regarding previews crimes. debarments. suspensions, and defaults contained in Me reoresentstion and ceroficadon preon 01 this soficiteeen is a material reareelenta000 et fact won ettich the Government reties when ensiling award. 11 It is tater determined Oist the certification urea erronseue. in addition to ether tentedies available 10 Ms Coci.rd Vie Govenuwent raterves ihe noht to terminate for Maid Orircartirset resulting front Me solicitation. 3:1.. 52. 233%1 DISPUTES PR 19541 (Atte mate 1) (a) This contract I subject to the Convect Diemen Act el 197$ (41 U.S.C. 001413)0m Ac). - (0) Except as provided in Ms Ace. ea disoutes wising under Or relating to Ns contract shall be resolved under this Clang. (c) "Claim.- as used in this claus& smarts a %widen demand or ...linen assardort by one d Me contracting parties seeking. as a matter of tight. 14 0Ornen4 of money in a certain sum. Vii 144.011rnent Or ilelergeetteon et conduct terms. or other Meet arising under or retedng to this contract. A claim arising under a contract. vreilue a claim relating 10 141 contract. kJ a etaira can be reached under a contract clause Mat provides for ad refief sought by the dainiant. Howtwor. a *Intim 68~0 or %mitten essertion by Me Contractor seekin' g 14 Myrikliu monde exceeding $50000 is not a dim under the Act and certified as reQuirld by OubDeragreah (d)(2) Odom. A voucher. invoice. or other routine regwests for Dernent that is not m dispute when submitted is not a dein %oder ed A. Thi sibinisaark twoy be convened to a claim under irn Act- by sondlyirq weli the reeeffilesion and certificetion rettivernents 0114 clause. it 4., disown: saner is is Oat**, to amount or is not tested moon en a reasovise?e Wm. WOO A Cie" by Me Contractor viall be made m wirmng ono submitted to the Contracting Officer (or-a written CIOVIVA. A owe by the Govorninent QIliet owtontractor.snall be subject to a written &teethe:1(1'bl Me Contracting Officer. (2) For Contractor claims ,-,:siiceeding $50.030. iie Connote: shall submit with the ctaire i_cenificadon mat- Ii) The claim is made in 90414 lift ? -CO Supporting data its accurate and complete to mo bast al She Contractoecknowtedpe and belief: and (ii) The amount rosuested accurately reflects the contract adjustment for *Mich the Contracdf believes the Government is Sabi.. (3)(1) 11 the Contractor is an individual. Vie certification IMO be executed by that indiwdusl. (i) if the Conoactor 4 not an euthithist. 14 -certificadon IMO be eseeweedbp- (A) A senior widen, inficial in chores at the .Coneactee dant or location invoved or (e) An Wow or general portrait of Me Contractor tuning overal t0000reitokity for Me condi/et el the CorereCklell affair& ? ? (*) For Contractor claims ot $30.033 or km 114 Comment? Officer nurse. if remission in wrg by the Caiitractor. reeds, a decision within SO days of the 'quest For Corwsbow.bojoheo claims over $50.000. vie Contracting Officer must. with 60 days. decide me clam or notify me CofteeCtor el Vie date by which Pie dedliOn i4 be feed*. 41) m? Contracting Officer's de:oa 'Mad be final unless che Convector Soma* or Mos a suit as provided in the ea. ? (9) The Government shall pay lusted on the amount found due and wiped front (1) Me date die Contesting Officer receives Me claim (Prootirly Certified I roauemli. or (E) the dawr 0eIrme^1 edienwite would be dim. I Met date s tater. until the date of payment. Simple interest on dailwe Owl be paid at the rate axed by Id Secretary of Vie Treawity IS provided in the Act. which is apdiicable to Me period during %which Vie Contracting Cerise, MOMS the dein and then at the .rate aoplicable for each 6-month period as fixed by Me Tressury=a0wring the perclency of Me claim. See. rioin-? (hi of this conrsect west 'or relief. Oven. L.' COMP? 311. 1152.233?70-DISPUTES (UTIUTY CONTRACTS (APR 11184) The recniirernente 01 Me Disputes clause at FAR S2.23341 are sioceendreed le provide Mat matters involving the interpretation of retail nngs. rate schedules. tariffs. riders. and twee rotated were provided under this contract ard conditions of sent. we - subject to the jurisdiction and regulation of the inky rale commission having jurediction GSA 110040 3504 FAG( 11 VW. hut Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part- Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: ATTACHMENT TO GSA FORM 3504 21. 52,219-13 UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES (AUG 1986) (a) "Women-owned small businesses," as used in this clause, means small business concerns that are at least 51..-percent owned by women who are United States citizens and who also control and operate the business. - "Control," as used in this clause , means exercising the power to make policy decisions. *- "Operate," as used in this clause, means being actively involved in the day-to-day management of the business. "Small business concern," as used in this clause, 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 and size standards in 13 CFR 121. (b) It is the.policy of the United States that women-owned small businesses shall have the maximum practicable opportunity to. participate in performing contracts awarded by any Federal agency. ? (c) The contractor agrees to use its best efforts to give women- owned small businesses the maximum practicable opportunity to participate in the subcontracts it awards to the fullest extent consistent with the efficient performance of its contract. (d) The contractor may rely on written representations by its subcontractors regarding their status as women-owned small businesses. 30. (continued): 552.232-71 (Alternate I) .(APR 86) (c) "The Contractor shall not be entitled to interest penalties on progress payments and other payments made for financing purposes before receipt of complete delivered items of property or service, or on amounts withheld temporarily in accordance with the contract (e.g., retainage). The Government shall be liable for interest penalties on only the amount of payment past .due that represents payment for complete delivered items of property or service accepted by the Government." 35. (continued): 52.233-1 (Alternate i)(APR 84) (h) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under or relating to the contract, and comply with any decision of the Contracting Officer. i?zt6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017RonnAnnn1nnnq_A Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: ...s-//togge?c_0,2...37 ? PART. III. SECTION J LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS The iolun6 inchided lit th.1.4 Settion 3 mat be pitepcuted lit ait olticsinat. and 3 copie6 o6 each, and be Au.brnated tai.th pax ptopo4at.(4). III ?J - Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000806010003-6 gr-f-e-izerice: 5/(PSY&----arc62_37 CONTRACTOR'S QUALIFICATIONS AND FINANCIAL INFORMATION FORM APPROVED OMB NO.3090-0007 SECTION ?GENERAL INFORMATION 1. NAME AND ADDRESS (Sattet, Cit. State and ZIP Code) 2. TYPE OF ORGANIZATION Ia. LOCATION OF BRANCHES (Spaeth. City and Samar) SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION OTHER (Specify) Z. DATE ORGANIZATION ESTAB- STATE OF INC(R)RATION at LISHED applicable) - 3. KIND OF BUSINESS MANUFACTURER RETAI LER JOBBER CONTRACTOR WHOLESALER OTHER (Specify) 4. OWNERSHIP INFORMATION ? GENERAL PARTNERS ? PRINCIPAL STOCKHOLDERS ? PARENT NAME TITLE (If Director so state) 16 BUSINESS OWNEC 5. NAME AND ADDRESS OF PARENT (If aPialeable) 6. KIND OF PRODUCT OR SERVICE PROVIDED SECTION II ?SUPPLIERS AND BANKING INFORMATION 1. PRINCIPAL MERCHANDISE OR RAW MATERIAL SUPPLIERS (Not less than 5) NAME TELEPHONE NO. CONTACT PERSON ADDRESS ' (St/et CVO, and ZIP Cods) AMOUNT NOW OWING LARGEST AMT OWING PAST 12 MONTHS . I., . . I 2. BANKING RELATIONS (Including Finance ComPariles) 3. ARE YOU NOW N. OR PENDING 0 AULT ON ANY OBUGATIONS TO BANKS OR OTHER FINANCIAL INSTITUTIONS? 0 YES 0 NO at l'7213..'otoolde detailed information. Section V27. Remarks on PAS, 4) EF 4. PROSPECTIVE CONTRACTORS FINANCIAL AR RANGEMENTS (Check appropriate boxes) A. USE OF OWN 1-7 8. USE OF BANK RESOURCES LJ YES NO CREDITS 1-1YES 0 NO C. OTHER (Specify) SECTION III ? GOVERNMENT FINANCIAL AID AND INDEBTEDNESS 2. EXPLAIN " 1.TO BE REQUESTED IN CONNECTION WITH PERFORMANCE. ANY YES" ANSWERS TO ITEMS 1. I; and c OF PROPOSED CONTACT (Check) YES NO a. PROGRESS PAYMENT ? b. GUARANTEED LOAN c. ADVANCE PAYMENTS 3. FINANCIAL AID CURRENTLY OBTAINED FROM THE GOVERNMENT a. IS GOVERNMENT FINANCING BEING - RECEIVED BY YOU AT PRESENT? 0 YES.' 0 NO COMPLETE trEms BELOW ONLY IF ITEM. IS MARKED "YES" b. IS LIQUIDATION CURRENT? c.. AMOUNT OF UNLIQUI- DATED PROGRESS PAY- MENT OUTSTANDING $ DOLLAR AMOUNTS (a) AUTHORIZED (b) IN USE ? 1. GUARANTEED LOANS $ $ DYES NO _ ..:-. t".1 n mr,r-mor-Innn17pnnnR1I1I1)1n003-6 Dari - Saniti7ed Copy Approved for Release . n Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 LAASI I HACT NOS. 4. INDEBTEDNESS TO THE U.S. GOVERNMENT ? DELINQUENT (OMB Circular A-129) 4a. LIST THE GOVERNMENT AGENCIES INVOLVED - ? 4b. SHOW THE APPLICABLE CONTRACT NOS. 1. BALANCE SHEET AS OF SECTION IV ? BALANCE SHEET , 19 FISCAL YEAR ENDS .19 ASSETS Current assets Cash and short term cash investments Accounts receivable, less allowance for doubt- ful accounts of Inventories Other current aunts atembel Total Current Assets Property. plant and equipment Land Buildings and equipment Leasehold improvements Less accumulated depreciation and amortization Teed property. plant and equipment Other Assets Investments in and advances to affiliated company Goodwill, less amortization Due from officers, employees Other (itemize) To other assets TOTAL ASSET $ LIABILITIES AND OWNERS EQUITY Current fiabitities Accounts Payable Notes payable (current) Current portion of long term debt Accrued Onenses Accrued taxes on income/emcees Welts Other current liabilities (Iternize) Other liabilities Mortgages Bonds Deferred income taxes Other icing term debt- Total Current Liabilities Total other liabilities - .TotelliabilIties Minority interest in subsicfiary Stookholder/owners equity Preferred Stock Common Stock Additional paid-in capital Retained comings . Lass Treasury stock Total stockholderv/owners equity TOTAL LIABILITIES ANO OWNERS EQUITY $ Declassified in Part- Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 3-67) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 / I 0.c.c....o;."--.37 2. INVENTORY VALUATION METHOD (Check) 0 FIFO 0 LIFO 0 AVERAGE COST 0 OMER (SPecilY) a - PAsr DUE ACCOUNTS ACCOUNTS PAYABLE 4. CONTINGENT UARILITIES ACCOUNTS RECEIVEABLE $ 5. JUDGMENTS OR PENDING SUITS et "yes" co:plain on Page 4) nyes n No 6. HAVE YOU OR ANY OF YOUR AFFIUKES EVER FILED FOR BANKRUPTCY? W YES, PLEASE EXPLAIN IN SECTION VII OF PAaE 4. 0 Yes 0No 7. (DANS SECURED ETV COMPANY'S ASSETS -REAL AND PERSONAL PROPERTY . - SECURED PARTY (a) SECURING ASSETS (Specify by balance sheet category) .4.-.5,1tDUE (b) "' DATE (C) MONTHLY PAYMEI (d) . . ,e... ? ' ' (e) Are any of the assets shown on the Balance Sheet pledged, mortgaged or otherwise hypothecated, except as stated above? 0 `its 0 f% If "yes" explain on page 4. If applicant Is a partnership or sole proprietorship, are the individual liabilities of the proprietor(s) for Federal a State income andlor excess profit taxes included on the balance sheet? 0 .Yes 0. Na. If "no" what is the total liability? SECTION V INCOME STATEMENT 1. FROM .19 2. SALES BACKLOG AND SALES FORECAST Net Sales COST AND EXPENSES Cost of products and seiViC811 sold excluding depreciation and sunortization Depreciation and Amortizelon Setting, general and administrative expense Interest Expense Other expenses (itemize) - Minority interests in earnings of subsidiaries Total costs and expenses EARNINGS BEFORE TAXES ON INCOME - Taxes on income Income before extraordinary items Extraordinary gains (losses) net of taxes NET INCOME CATEGORY (PRIME AND SUBCONTRAG7) ? ANTED CURRENT DOLI.AR ADOMONAL DOLLAF BACKLOG OF SALES FORECAST SALES FOR NEXT 18 MONTH GOVERNMENT b. COMMERCIAL ? 1?L $ 3. When financial statements are prepared or certified to by Independent accountants and transcribed to this form, please furnish the name and address of accountant or accounting ffrm. Name Address Cfty, State and Zip Code If transcribed statements differ from Independent accountants, please describe adjustments. 1. CONTRACTS IN FORCE SECTION VI? CONSTRUCTION/SERVICE CONTRACTS INFORMATION (PBS ONLY) LOCATION (a) OWNER'S NAME AND ADDRESS (I)) BRANCH OF WORK (c) CONTRACT AMOUNT OA % COMP. (e) EST. COM DATE (f) - .7-Zr ? ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: - - Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 LOCATION OWNER'S NAME AND ADDRESS BRANCH OF WORK CONTRACT AMOUNT AMOUNT SUBLET _ . , .. -. _ - NAME TELEPHONE NO. CONTACT PERSON ADDRESS (Street. at,. ZIP Code) 4. CHECK PROPER BOX (Explain each "YEr' loader Remarks) A. HAVE YOU, DURING THE PAST TWO YEARS BEEN CHARGED WITH A FAILURE TO MEET 7'HE CLAIMS OF YOUR SUBCONTRACTORS OR SUPPLIERS? ' DYES NO B. HAS YOUR APPLICATION FOR SURETY BOND EVER BEEN DECUNED? DYES [:=1 NO SECTION VII ? REMARKS t-. REMARKS (Cite those sections of the form relating to your remarks. If additional space is required attach additional sheetli). ? CERTIFICATION For the purpose of. establishing financial responsibility with or procuring credit from the General Services Administration. we furnish the above as a true and correct statement of our financial condition on . 19 ? -and further certify that all other statements are true and correct. There has been no material change in the applicant's financial condition since the date of the above state- ment. We agree to notify you immediately in writing of any materially unfavorable,change in our financial condition. in the absence of such notice or of a new and full financial statement this is to be considered as a continuing statement NAME OF BUSINESS DATE BY pp:nature of authorised official) TITLE ci Prir-MAC-02:3 ?7 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 umt3 No. ?????????? ? ? sr-11v ? ? ? sow??????? ? ? ?????? .#.JF-& JVCfl oricc I -5//pgjeig2.-37 NOTE: This form is used in contract actions if sutrniuson of cost or pricing data is resulted. ace FAR 15.8114-15(01). 9000-0013 Ajyo.AOOAESS OF OFFEROR yinciude ZIP Coded 3A. NAME AND TiTi,E OF OFFERORS POINT OF CONTACT 38. TELEPHONE NO. 4. TYPE OF CONTRACT ACTION (Cheek) A. NEW CONTRACT D. LETTER CONTRACT B. CHANGE ORDER E. UNPRICED ORDER C. PRICE REVISION/ REDETERMINATION F. OTHER (Specify) 5. TYPE OF CONTRACT (Check) 0 FFP 0 CPFF 0 CPIF 0 FPI 0 OTHER (Specify) 7. PLACE(S) AND PERIOD(S) OF PERFORMANCE CPAF 6 PROPOSED COST IA ?13.C1 A. COST B. PROFIT/FEE C. TOTAL 8. List and reference the identification. Quantity and total once proposed for each contract line item. A line item cost breakdown supporting this recap is re - (Wired unless otherwise specified by the Contracting Officer. (Continua on reverse. and then on plain paper. If necessary. Use acime headings4 A. LINE ITEM NO. 8. IDENTIFICATION C. QUANTITY D. TOTAL PRICE E. REF. r . , 9. PROVIDE NAME. ADDRESS. AND TELEPHONE NUMBER FOR THE FOLLOWING (I( avaikible) A. CONTRACT ADMINISTRATION OFFICE B. AUDIT OFFICE 10. WILL YOU REQUIRETHE USE OF ANY GOVERNMENT PROPERTY IN THE PERFORMANCE OF THIS WORK? (If -Yea," adentIlY) DYES [3 NO 11A. DO YOU REQUIRE GOVERN- MENT CONTRACT FINANCING TO PERFORM THIS PROPOSED CONTRACT? (If "Yes," complete Item 115) DYES fl NO 118. TYPE OF FINANCING Wong) El ADVANCE n PROGRESS PAYMENTS PAYMENTS GUARANTEED LOANS 12. HAVE YOU BEEN AWARDED ANY CONTRACTS OR SUBCONTRACTS FOR THE SAME OR SIMILAR ITEMS WITHIN THE PAST 3 YEARS? at -Yes... identify Demist. customer(s) and contract situmber(s)) YES DNa 13. IS THIS PROPOSAL CONSISTENT WITH YOUR ESTABLISHED ESTI- MATING AND ACCOUNTING PRACTICES AND PROCEDURES AND FAR PART 31 COST PRINCIPLES? (If 'Wee," captain) ? YES DNO 14. COST ACCOUNTING STANDARDS BOARD ICAS81 DATA (Public LAVA 91.379 a' amended and FAR PART 30) A.WILL THIS CONTRACT ACTION BE SUBJECT TO CASS REGULA- B. HAVE YOU SUBMITTED A CASS DISCLOSURE STATEMENT TIONS? (if 'Wee.'" captain in proposal) (CASH DS-1 or 21! (If **Yes.- specify in proposal the office to which submitted and If determined to to adequate) 0 YES 0 NO 0 YES El NO C. HAVE YOU BEEN NOTIFIED THAT YOU ARE OR MAY BE IN NON. COMPLIANCE WITH YOUR DISCLOSURE STATEMENT OR COST ACCOUNTING STANDARDS* Of Yea explain th PrOPOMI) DYES DNO D. IS ANY ASPECT OF THIS PROPOSAL INCONSISTENT WITH YOUR DISCLOSED PRACTICES OR APPLICABLE COST ACCOUNTING STANDARDS?(If -Yes," explain In proposal) YES DNO. This proposal is submitted intetnia to ihe RFP. contract, _modification. etc. in Item 1 and reflects our best estimates and/or actual costs as of this date and conforms instructions in FAR 15.804-6(b) IV. Table 15-2. By submining this ptoposal. the offeror. if selected for negotiation. grants the contracting officer or an author-iced ntpresentatiye the right to examine, at any _time before award, those books. records. documents end other types of factual information. regardless of form or whether such supporting information is specifically ref- erenced or included in the aromas! SS the basis for pricing, that will permit an SCMCMStlieveluation of the proposed price. 1S. NAME ANO TITLE (Type) lb. NAME OF FIRM U.. SIGNATURE 14. DATE OF SUBMISSION P4SN 7S413-01-142-41166 ?? 1. CPO. tsat-tai.ist.e.s% 1411-102 31E- .7"--5 STANDARD FORM 1411 (REV. 7.17) PniKKbeel by GSA FAR (44 CFR) 53.215-2(c) Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 I Declassified in Part- Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 5'.1//6.8rEa-00(2-37 PART IV. SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS IV?K Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 11: Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: ?_5/MgYECt0c2.17 PART IV SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS IV?L Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 - SOLICITATION PROVISIONS (Negoliated).. FAR 52.215.5-SOLICITATION DEFINITION: (JUL 87) 6. FAR 52.215-9-SU8MISSION OF OFFERS (APR 1984) "Offer" means "proposal" in negotiation. (a) Otters and modifications thereof shall be submitted ir "Solicitation" means a request for proripecpteirrrenFIFP) orna sealed envelopes or packages (1) addressed to the attic( request for quotations (RF Q) in negotiation. specified in the solicitation and (2) showing the time specified fel mans United States vernment. receipt, the solicitation number, and the name and address of the 2. FAR 52.215-13-PREPARATION OF OFFERS offeror. (APR 1984) - OTHER THAN CONSTRUCTION (b) Telegraphic offers will riot be considered unless authorized (a) Offerors are expected to examine the drawings..specifica- by the solicitation; however. offers may be modified by written of tons. Schedule, and an instructions. Failure to do so will be at telegraphic notice if that notice is received by the time specdied the offeror's risk, for receipt of offers. - (b) Each offeror shall furnish the information required by the (c) Item samples. if required, must be submitted within the solicitation. The offeror shall sign the offer and print or type its time specified for receipt of offers. Unless otherwise specified in name on the Schedule and each continuation sheet on which it the solicitation. these samples shall be (1) submitted at no ex? makes an entry. Erasures or other changes must be initialed by pease to the Government and (2) returned at the sender's re. the person signing the offer. Offers signed by an agent shall be accompanied by evidence of that agent's authority, quest and expense, unless they are destroyed during preaward unless that testing. evidence has been previously furnished to the issuing office. (c) For each item offered, offerors shall (1) show the unit 7. GSAR 552.215-71-TELECOPIER SUBMISSIONS. price/cost, including, unless otherwise specified, packaging. pack- MODIFICATIONS. OR WITHDRAWALS OF PROPOSALS ing. and preservation and (2) enter the extended price/cost for (APR 1984) the quantity of each item offered in the "Amount" column of the Telecopier proposals, or modifications or withdrawals of Schedule?fnr-case-of--discreparicy-between-a-urdrpticelcoVrarRI?pronossM-arrelierriermitted and will be disregarded if received. an extended price/cost, the unit price/cost will be presumed to 8. FAR 52.215-15?FAILURE TO SUBMIT OFFER (APR 1984) be correct, subject, however, to correction to the same extent and in the same manner as any other mistake. (This provision does not apply to construction) Recipients of this solicitation not responding with an offer (d) Offers for supplies or services other than those specified Should not return this solicitation, unless it specifies otherwise. will not be considered unless authorized by the solicitation. Instead, they should advise the issuing office by letter or postcard (e) Offerors must state a definite time for delivery of supplies or for performance of services, unless otherwise specified in the whether they want to receive future solicitations for similar re- solicitation. quirernents. If a recipient does not submit an offer and does not (f) Time, if stated as a number of days, will include notify the issuing office that future solicitations are desired. the Saturdays. Sundays. and holidays, recipient's name may be removed from the applicable mailing list. 9. FAR 52.215-10-LATE SUBMISSIONS. MODIFICATIONS, 3. GSAR 552.215-73-PREPARATION OF OFFERS CONSTRUCTION (APR 1984) (DEVIATION AND WITHDRAWALS OF.PROPOSALS (APR 1984) FAR 52.215-13) (a) Any proposal received at the office designated in the (a) Offers must be (1) submitted on the forms furnished by solicitation after the exact time specified for receipt will not be considered unless it is received before award is made and it? the Government or on copies of those forms. and (2) manually signed. The person signing an offer must initial each erasure or (1) Was sent by registered or certified mail not later than change appearing on any offer form, the fifth calendar day before the date specified for receipt of of. (b) The offer form may require offerors to submit offer prices fers (ea.. an offer submitted in response to a solicitation requir- for one or more items on. various bases, including? ing receipt of offers by the 20th of the month must have been mailed by the 15th); (1) Lump sum offer; (2) Alternate prices; (2) Was sent by man (or telegram if authorized) and it is (3) Units of construction; or ? determined by the Government that the late receipt was due (4) Any combination of subparagraphs (1) through (3) solely to mishandling by the Government after receipt at the above. Government installation; or (c) If the solicitation requires an offer on all items, failure to (3) Is the only Proposal received. 1,1 do so will disqualify the offer. If an offer on all items is not re- (b) Any modification of a proposal or quotation, except a quired, offerors should insert the words "no offer" in the ipace modification resulting from the Contracting Officer's request for provided for any item on which no price is submitted. "best and finar' offer is subject to the same conditions as in sub- (d) Alternate offers will not be considered unless this solicits, paragraphs (a)(1) and (2) above. tion authorizes their submission. (c) A modification resulting from the Contracting Officer's re- quest for "best and final" offer received after the time and date specified in the request will not be considered unless received before award and the late receipt is due solely to mishandling by the Government after receipt at the Government installation. (d) The only acceptable evidence to establish the date of mail- ing of a late proposal or modification sent either by registered-or certified mail is the U.S. or Canadian Postal Service postmark on the wrapper or on the original receipt from the U.S. or Canadian Postal Service, ff neither postmark shows a legible date, the proposal, quotation, or modification shall be processed as if mailed late. "Postmark" means a printed, stamped, or otherwise placed impression (exclusive Of a postage meter machine impres- sion) that is readily identifiable without further action as having been supplied and affixed by employees of the U.S. or Canadian Postal Service on the date of mailing. Therefore, offerors or quoters should request the postal clerks to place a hand cancella- tion bull's-eye postmark on both the receipt and the envelope or wrapper. (e) The only acceptable evidence to establish the time of receipt at the Government installation is the time/date stamp of that installation on the proposal wrapper or other documentary evidence of receipt maintained by the installation. D e .S.'S7I (71-i-n-13-a-rti-Sanzed Copy Approved for Release 20171/01/07 : CIA-RDP92G0.0017R000800010003-6 -he) 4. FAR 52.215-14-EXPLANATION TO PROSPECTIVE OFFERORS (APR 1984) Any prospective -offeror desiring an explanation or interpreta- tion of the solicitation. drawings, specifications, etc., must request it in writing soon enough to allow a reply to reach all prospective offerors before the submission of their offers. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a prospective offeror concern- ing a solicitation will be furnished promptly to all other prospec- tive offerors as an amendment of the solicitation. If that informa- tion is necessary in submitting offers or if the lack of it would be prejudicial to any other prospective offerors. 5. FAR 52.215-8-ACKNOWLEDGEMENT OF AMENDMENTS TO SOLICITATIONS (APR 1984) Offerors shall acknowledge receipt of any amendment to this solicitation (a) by signing and returning the amendment (b) by identifying the amendment number and date in the space provided for this purpose on the form for submitting an offer; or (c) by letter or telegram. The Government must receive the ac- knowledgment by the time specified for receipt of offers. i- Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 ; tcr...c .r. &sr, cit.. L. i C......".>1 1 roc......c.,?,,...? i ., I- ? . 15. FAR 52.222-46-EVALUATION OF COMPENSATION-FOR PROFESSrONAL EMPLOYEES (APR 1984) . . (This provision applies to service contract over- $250.004) (a) Recompetition of service contracts may in some cases result in lowering the compensation? (salaries and fringe benefits) paid or furnished professional emdtbyees. This lowering can be detrimental in cbtaining the quality of ''. itrofess;onal services needed for adequate contract perforrhance.' It is therefore in the Government's best interest that "professional employees, as defined in 29 CFR 541, be properly and fairly compensated.-As a part of their proposals. offerors ,will submit -a total compensation plan setting forth salaries and fringe benefits pr000sed for the professional employees who .will Work under the contract.. ? The Government will evaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment Alf the offeror's ability,to provide uninterrupted high.quality .wofk. -The professional compensation proposed will be considered in -terms of its impact upon recruiting and retention, its realism. and.. its consistency with a total plan for compensation. Supporting in- formation will include data, such as recognized national :and regional compensation surveys and studies of professional, public and private organizations, used in 'establishing the total compensa- bnn_structure. cf) Notwithstanding. paragraph -(al above. a late. modification of in otherwise successful proposal that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (g) Proposals may be withdrawn by written notice or telegram (including mailgrem) received at any time before award: Proposals may be withdrawn in person by an offeror or an authorized representative, if the representative's identity is made known and the representative signs a receipt for the proposal before award. 10. FAR 52.215-7-UNNECESSARILY ELABORATE PROPOSALS OR QUOTATIONS (APR 1984) " ? Unnecessarily elaborate brochures or 'Other presentations beyond those sufficient to present complete and effective response to this solicitation are not desired. and may be con- strued as an indication of the offerors or quotes lack of cost consciousness. Elaborate art work, expensive paper and bind. ings, and expensive visual and other presentation aids are neither necessary nor wanted. 11. FAR 52.215-12-RESTRICTION ON DISCLOSURE AND USE OF DATA (APR 1984) Offerors or quoters who include in their proposals or quota- tions data tWfthey -cca-r-fto ""trarirclisc?lirised-T5-iftt?priblic-tor any purpose or used by the Government except for evaluation pur- poses, shall? (a) Mark the title page with the following legend: -This proposal or quotation includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed?in whole or in part?for any purpose other than to evaluate this proposal or quotation. If, however, a contrtct is awarded to this offeror Of quoter as a mufti of in connection with?the submission of this data. the Government "shall have the right to duplicate. use, or disclose the data to the extent provided in the resulting contract This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets (insert numbers or other identification of sheets"; and. (b) Mark each sheet of data it wishes to r4strict with the fol- lowing legend: *1.1se or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." ? 12. FAR 52.222-24-PREAWARD ON-SITE EQUAL - OPPORTUNITY COMPLIANCE REVIEW (APR 1984) (This provision does not apply to construction) An award in the amount of $1 million cir more will not be made under this solicitation unless the offeror and each of its known first-tier subcontractors (to whom it intends to award a subcontract of $1 million or more) are found, on the basis of a compliance review, to be able to comply with the provisions of the Equal Opportunity clause of this solicitation. 13. FAR 52.237-1-S1TE VISIT (APR 1984) ?..te (Applies when services other than construction are to be per- formed on Government instigations) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent -that the information is reasonably obtainable. kt no event shall failurekto inspect the site constitute grounds for a claim after contract award. 14. FAR 52.247-6-FINANCIAL STATEMENT (APR 1984) (Applies to solicitations for transportation or for transportation related services.) The offeror shall, upon request, promptly furnet>1 the Govern- ment with a current certified statement of the offeror's financial condition and such data as the Government may request with respect to the offeror's operations. The Government will use this information to determine the offeror's financial responsibility and ability to Worm under the contract Failure of an offeror to comply with a request for information will subject the offeror to possible rejection on responsibility grounds. ? . (b) The compensation levels proposed should reflect a clear ? understanding of work to be performed and snould indicate the capability of the proposed compe9sation' structure to obtain and keep suitably qualified personnel tow meet mission obieciives.- The salary rates or ranges must take infAaccount differences in skiffs. the complexity of various disciplines and professional job. dif- ficulty. Additionally, proposals ...envisioningcompensation levels. lower than those of predecessor contractors for the sathe 'work will be evaluated on the basis of maintaining program continuity. uninterrupted high quality work, and' availability of required com- petent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professional work may indicate lack of sound management judgement and lack or understanding of the requirement. (c) The Government is concerned with the quality and stability ci the work force to be employed on this contract. Professional compensation that is unrealisticaltir low or not is reasonable relationship to the various job categories. since It may impair the' Contractor's ability to attract and retain competent professional service employees, may be viewed asevidence of failure to com- prehend the complexity of the contract requirement .- 16. FAR 52.215-16-CONTRACT AWARD (APR 1985) ' - ? OTHER THAN CONSTRUCTION .. ? (a) The Government will award a contract resulting from this ' solicitation to the responsible offeroc .whose offer conforming to the solicitation will be most advantageous to 'the Government. cost or price and other factors, specified elsewhere in this solicita- tion, conSidered. - ? (b) The Government roae (1) reject any or an offers if such ac- tion is in the public interest. (2) soceptiother than the.lowest of- fer. and (3) waive informalities and, minor irregularibeein otters received. . (c) The Government may award E-contract on the basis-Of ini- tial offers received, without discusgionS. Therefore, each initial of- fer should contain the offeror's best terms from a cost cit_ptice-- and technical standpoint (d) The Government may accept iny item or group of metre of an offer, unless the offeror qualifies. the. offer by specific. trthetk: tions. Unless otherwise provided in the Schedule, offers may},be" submitted for quantities less than thole specified. The Govern- - ment reserves the right to make an award on any item fo?..ir quantity less than the quantity offered, at the unit cost or -prices offered, unless the offeror specifies otherwise in the offer. (e) A written award or acceptance of offer mailed or Other- wise furnished to the successful (Oteror within the time for.iccep- lance specified in the offer shall result in a binding ciittraot without further action by either party..ijefore the offer's specifiEd" expiration time. the Government may .iccept an offer (or part' of an offer, as provided in paragraph. Id) above). whether .or _not there are negotiations after its receipt?unless a written 'notice withdrawal is received before award.-Negotiations conducted after Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 v 2."" Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 51//grECeic237 .pt of an offer do not constitute a rejection or counteroffer by Government. (f) Neither financial data submitted with an offer, nor representations concerning facilities or financing, will form a part of the resulting contract. However, if the resulting contract con- tains a clause providing for price reduction for defective cost or pricing data the contract price will be subject to reduction if cost or pricing data furnished is incomplete, inaccurate, or not current. 17. GSAR 552.215-74-CONTRACT AWARD-NEGOTIATED CONSTRUCTION (APR 1985)(DEVIATION FAR 52.215-16) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government. cost or price and other factors, specified elsewhere in this solicita- tion. considered. (b) The Government may (1) reject any or all offers if such ac- tion is in the public interest. (2) accept other than the lowest of- er, and--(3) - waive -informaiities-and-rninor-irregularities-in-offem--a received. (c) The Government may award a contract on the basis of ini- tial offers received, without discussions. Therefore, each initial of- fer should contain the offerors best terms from a cost or price and technical standpoint (d) The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the offer. (e) A written award or acceptance of offer mailed or other- 'wise furnished to the successful offeror within the time for accep- tance specified in the offer shad result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer, as provided in paragraph (d) above). whether Of not there are negotiations after its receipt unless a written notice of withdrawal is received before award. Negotiations conducted after receipt of an offer do no-(14anstitute a rejection or counterof- fer by the Government (1) Neither financial -illati7submitted with an offer, nor representations concerning facilities or financing, will form a part of the resulting contract However, If the resulting contract con- tains a clause providing for- price reduction for defective cost or pricing data, the contract price will be subject to reduction if cost or pricing data furnished is incomplete, inaccurate, or not current. 18. GSAR 552.252-5 -AUTHORIZED DEVIATIONS IN PROVISIONS (JUL 1985) (DEVIATION FAR 52.252-5) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized devia- tion or variation is indicated by the addition of "(DEVIATION)" or '(VARIATION) after the date of the provision. if the provision is not published in the General Services Administration Acquisition Regulation (48 CFR Chapter 5). The use in this solicitation of ny-Federal-Acquisition-Regulation-(FAR)- provision-with- an- authorized deviation or variation that- is-published in the General Services Administration Acquisition Regulation is indicated by the addition of "(DEVIATION -(FAR provision no.))" or "(VARIATION (FAR Provision no.))" after the date of the provision. (b) The use in this solicitation of any General Services Administration Acquisition Regulation provision with an authorized deviation or variation is indicated by the addition of "(DEVIATION)" or (VARIATION)" after the date of the provision. (c) Changes in wording of provisions that are prescribed for use on a "substantially the same as" basis are not considered deviations. Therefore, when such provisions are not worded ex- actly the same as the FAR or .GSAR provision, they are identified by the word "(VARIATION)." ? 1V-L-3 ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 4z, Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: 0511PriCe92-37 552.214-16' MINIMUM BID ACCEPTANCE PERIOD (OCT 1985) ADEVIATION FAR 52.214-16) (a) "Acceptance period," as used in this provision ,means the number of calendar days'available to the Government-for awarding a contract from the date specified in this solicitation for receipt of bids. (b) This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this solicitation. (c) The Government requires a minimum acceptance period of 60 calendar days. (d) In the space provided immediately below, bidders may specify a longer acceptance period than the Government's minimum -- requirement. The bidder allows the following total acceptance period: calendar days (e) A BID ALLOWING LESS THAN THE GOVERNMENT'S MINIMUM ACCEPTANCE PERIOD WILL BE REJECTED. (f) The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid Is accepted in writing within (1) the acceptance period stated in paragraph (c) above or (2) any longer acceptance period stated in paragraph (d) above, or (3) any extension of the offered acceptance period as may be subsequently agreed to by the bidder. ? Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 SECTION L - OFFERORS/BIDDERS 1. 552.219-70 REFERENCE: 5/1Per-C- INSTRUCTIONS, CONDITIONS ANDNOTICES TO STANDARD INDUSTRIAL CLASSIFICATION AND SMALL BUSINESS SIZE STANDARD (MAR 1987) The standard Industrial Classification Code applicable to the supplies/services being procured is no. 8999 , and the applicable small business size standard is $ 3.5 million 2. INSURANCE REQUIREMENTS: Liability insurance coverage, written on the comprehensive form of policy, is required in the following minimum amounts: (a) Bodily Injury - $250,000 per occurmnce. (b) Property Damage - $260,000. (c) (d) Completed Operation and Product Liability - $250,000. General Liability - $2515,000. neclassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000-800010003-6 REFERENCE: 5///611/7/E-6C.,37 552.237-1 QUALIFICATIONS OF OFFERORS (APR 1984), (a) Offers will be considered only from responsible organizations or individuals now or recently engaged in the performance of building services contracts comparable to those described' in this solicitation. In order to determine his :qualifications each offeror may be requested to furnish a narrative statement listing comparable contracts which he has performed; the general history of 'his operating organization; and his complete experience. Each offeror may also be required to furnish a statement of. his financial resources; show that he has the ability to maintain a staff of regular employees adequate to insure continuous performance of the work; and, demonstrate that his equipment and/or plant capacity for the work contemplated is sufficient, adequate, and suitable. P (b) Competency in performing comparable building service contracts, demonstration of acceptable financial resources, personnel staffing, plant, equipment, and supply sources will be considered in determining the offer to be accepted. (c) Prospective offerors are advised that in evaluating these areas involving any small business concern or group of such concerns, any negative determinations are subject to the . Certificate of Competency procedures set forth in the Federal Acquisition Regulation. ? ?IV - L- nprlaccifiari in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 Declassified in Part - Sanitized Copy Approved for Release 2014/01/07: CIA-RDP92G00017R000800010003-6 REFERENCE: _57//61rirC-0X37 552.233-2 SERVICE OF PROTEST (MAY 1985) (DEVIATION FAR 52.233-2) A copy of any protest, as defined in FAR 33.1010-that is filed with the General Accounting Office (GAO) or the General Services Administrationaoard of Contract Appeals (GSBCA), shall be served on the Contracting Officer, cf. SF-33 Blocks 7 & 26 and the Assistant General Counsel (LR), GSA, Wash., DC 20405. The copy of any such protest must be received in the offices designated above on the same day a ?protest is filed with the GSBCA, or within one day of filing a protest with the GAO. 52.21671 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 11/-L-7 nne-ImccifiPri in Part - Sanitized Copy Approved for Release 2014/01/07 : CIA-RDP92G00017R000800010003-6 -