You are on page 1of 66

SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3.

DATE ISSUED PAGE OF PAGES


AND AWARD SEALED BID (IFB) 07-Oct-2010
W5K9ZM-11-R-0002 1 OF 66
(Construction, Alteration, or Repair) X NEGOTIATED(RFP)

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.


W915WE02045180

7. ISSUED BY CODE W5K9ZM 8. ADDRESS OFFER TO (If Other Than Item 7) CODE
GULF REGION DISTRICT (TAG)
W31R ENDIS GULF REGION
OPERATION IRAQI FREEDOM
See Item 7
APO AE
IRAQ

TEL: FAX: TEL: FAX:


9. FOR INFORMATION A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)
CALL: KIMBERLY M ROBINSON

SOLICITATION
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS(Title, identifying no., date):

Complete Construction of Al Nuaymia School

Period of Performance 180 calendary days.

Magnitude of Construction is between $500,000.00 and $1,000,000.00.

10
11. The Contractor shall begin performance within _______ 180
calendar days and complete it within ________ calendar days after receiving
award, X notice to proceed. This performance period is X mandatory, negotiable. 52.211-10
(See _________________________ .)
12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? 12B. CALENDAR DAYS
(If "YES," indicate within how many calendar days after award in Item 12B.)
YES X NO

13. ADDITIONAL SOLICITATION REQUIREMENTS:


1
A. Sealed offers in original and __________ 04:00 PM
copies to perform the work required are due at the place specified in Item 8 by ___________ (hour)
01 Nov 2010
local time ______________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers
shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.
B. An offer guarantee is, X is not required.

C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.
90
D. Offers providing less than _______ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)


Prescribed by GSA
FAR (48 CFR) 53.236-1(e)
SOLICITATION, OFFER, AND AWARD (Continued)
(Construction, Alteration, or Repair)
OFFER (M ust be fully completed by offeror)
14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

16. REMITTANCE ADDRESS (Include only if different than Item 14)

See Item 14

CODE FACILITY CODE

17. The offeror agrees to perform the w ork required at the prices specified below in strict accordance w ith the terms of this solicitation, if this offer is
accepted by the Government in w riting w ithin ________ calendar days after the date offers are due. (Insert any number equal to or greater than
the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

AMOUNTS SEE SCHEDULE OF PRICES

18. The offeror agrees to furnish any required performance and payment bonds.
19. ACKNOWLEDGMENT OF AMENDMENTS
(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN 20B. SIGNATURE 20C. OFFER DATE
OFFER (Type or print)

AWARD (To be completed by Government)


21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO
(4 copies unless otherwise specified) 10 U.S.C. 2304(c) 41 U.S.C. 253(c)

26. ADMINISTERED BY CODE 27. PAYMENT WILL BE MADE BY: CODE

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE


28. NEGOTIATED AGREEMENT (Contractor is required to sign this 29. AWARD (Contractor is not required to sign this document.)
document and return _______ copies to issuing office.) Contractor agrees Y our of f er on this solicitation, is hereby accepted as to the items listed. This award con-
to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation and
on this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document is
contract. The rights and obligations of the parties to this contract shall be necessary .
gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,
representations, certif ications, and specif ications or incorporated by ref er-
ence in or attached to this contract.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)
TO SIGN (Type or print)

TEL: EMAIL:
30B. SIGNATURE 30C. DATE
31B. UNITED STATES OF AMERICA 31C. AWARD DATE
BY

NSN 7540-01-155-3212 STANDARD FORM 1442 BACK (REV. 4-85)


W5K9ZM-11-R-0002

Page 3 of 66

Section 00010 - Solicitation Contract Form

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001
AL NAUYMIA SCHOOL RE-AWARD
FFP
Complete construction of the Al Nauymis School, URI 127634. The total sum of
CLINs 0001AA through 0001AJ.
FOB: Destination
MILSTRIP: W915WE02045180
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AA 1 Lump Sum
SOW Section 1.22.1
FFP
Mobilization and Demobilization and Security
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT
W5K9ZM-11-R-0002

Page 4 of 66

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AB 1 Lump Sum
SOW Section 1.22.2
FFP
Investigation and Surveys
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AC 1 Lump Sum
SOW Section 1.22.3
FFP
Security Wall
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AD 1 Lump Sum
SOW Section 1.22.4
FFP
Build Classroom Building
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT
W5K9ZM-11-R-0002

Page 5 of 66

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AE 1 Lump Sum
SOW Section 1.22.5
FFP
Administration Building
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AF 1 Lump Sum
SOW Section 1.22.6
FFP
Toilet Building
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT
W5K9ZM-11-R-0002

Page 6 of 66

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AG 1 Lump Sum
SOW Section 1.22.7
FFP
Guard House
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AH 1 Lump Sum
SOW Section 1.22.8
FFP
Workshop Building
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001AJ 1 Lump Sum
SOW Section 1.22.9
FFP
Plaground Construction and Landscaping
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT
W5K9ZM-11-R-0002

Page 7 of 66

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002 1 Lump Sum
DBA Insurance
FFP
The amount listed by the Offeror on this CLIN is the estimated DBA Insurance
premium (estimated payroll of the Offeror and its subcontractors times the
applicable rate(s)). The DBA Insurance premium amount varies with payroll and
the nature of services and will, therefore, be taken into account during price
evaluations of offers. The actual amount paid by the Government under this CLIN
will be based on the amount CNA invoice submitted by the Offeror after contract
award. In the event of recalculation of the premium by CNA based on actual
payroll amounts, the Contracting Officer will adjust this CLIN by contract
modification to reflect actual premium amounts.
FOB: Destination
PURCHASE REQUEST NUMBER: W915WE02045180

NET AMT
W5K9ZM-11-R-0002

Page 8 of 66

Section 00100 - Bidding Schedule/Instructions to Bidders

SUBMISSION REQUIREMENTS
SUBMISSION AND EVALUATION

1.0 Submission of Quotations

(a) Complete SF 1442, Price Schedule, and Representations and Certifications, Past Performance
Worksheets.

(b) Submit a written quotation to the following electronic address


Kim.M.Robinson@usace.army.mil on or before 01 November 2010 by 4:00 pm Local Iraq Time.
In the subject line it should read “Proposal for Re-Award for Complete Construction of Al
Nuaymia School”.

(c) When completing the SF 1442, Offerors shall complete blocks 30a, 30b, and 30c. Complete all
line items 0001 through 0002.

(d) When completing Price Schedule Offerors shall complete the total price for each contract line
item (CLIN). In case of a discrepancy between the total price and the CLIN price, the CLIN price
will govern.

(e) Contractor must submit all of the following documents to be considered for award:

1. Completed SF 1442
2. Pricing Schedule
3. Completed Vendor Table (yellow highlighted portions)
4. Completed EFT (vendor information on SF 1442, Vendor Table must match)
5. Completed Past Performance and Experience Sheets (Appendix A, B, and C).

2.0 Evaluation of Quotations

(a) Quotations will be evaluated in an impartial manner.

(b) In order to make an award the Contracting Officer must ensure that the proposed quotation is fair
and reasonable. Award will be made on the basis of Lowest Price Technically Acceptable Offer.

(c) Price reasonableness will be based on competitive offers.

(d) If a quoted price appears unusually low, the Contracting Officer may require additional
information to justify the price.

(e) Contractor must submit the following to be considered Technically Acceptable:

a. Pricing for each item


W5K9ZM-11-R-0002

Page 9 of 66

b. Past Performance (must be satisfactory or above rating) – past performance must be


verifiable.
c. Past Experience for similar magnitude and scope projects in the Fallujah area with
USACE or other U.S. Forces.
d. Completion Time/Work Schedule
W5K9ZM-11-R-0002

Page 10 of 66

APPENDIX A – OFFEROR PAST PERFORMANCE PROJECT SHEET


The purpose of this form is to provide information regarding your Past Performance.
This form is to be completed by the Offeror. Only projects that fit within the parameters
for this factor as defined in the solicitation will be evaluated. All other projects will be
removed and discarded prior to evaluation.

1. Project No.: -1 -2 -3 -4

2. Contract Number, Delivery/Task Order Number, Title, and Location:


3. Award Date (mm/dd/yy):

4. Award Amount:

5. Completion Date (mm/dd/yy):

6. Final Contract Price (including all options):

7. Customer/Owner Information:

Name/Point of Contact: Contact Number: FAX Number:

E-mail address:

8. List separately all teaming partners/subcontractors that worked on the project:

9. Provide a description of the project:

10. Discuss any problems encountered and corrective action taken:

11. Provide a self-assessment of your firm’s overall performance on this project:

12. Attach any legible copies or photographs of industry awards/special recognitions,


etc., received for this project (maximum of one page):
W5K9ZM-11-R-0002

Page 11 of 66

APPENDIX B: PAST PERFORMANCE REFERENCE QUESTIONNAIRE

PROJECT No. (Check applicable project from Attachment A): -1 -2 -3 -4


The US Army Corps of Engineers, Gulf Region Central District (USACE-GRC) is considering the
Offeror listed below. Your comments would be appreciated regarding this firm’s past performance. Your
comments are considered Source Selection Sensitive. You are advised that Federal Acquisition
Regulation Section 15.506 prohibits the release of the names of individuals providing reference
information about an Offeror’s past performance. The solicitation requires the Past Performance
Evaluation Questionnaire be sent directly to the US Government. Please email this completed form to:
Kim Robinson at kim.m.robinson@usace.army.mil by the proposal due date in Block 13 of the
SF1442.
In order to maintain the integrity of the source selection process, it is respectfully requested that you do
not divulge the name of the Offeror nor discuss your comments on this questionnaire with any other
individuals.
Past Performance Information:
Name of Offeror being evaluated:
Contract Number/Delivery or Task Order Number, Title, & Location:
Evaluator: (The following will assist in the analysis of the data. Information will be kept confidential)
Name of Evaluator:
Address & Phone Number:
Position held or function in relation to project:
Please evaluate the performance in the areas highlighted in paragraphs a. thru f. on Page 2 using
only the following ratings:
Excellent: Performance met often exceeded contractual requirements to the Customer’s benefit. The
element being assessed was accomplished with few minor problems for which corrective actions taken by
the contractor were highly effective in maintaining the element assessed.
Good: Performance met and sometimes exceeded requirements to the customer’s benefit. The element
being assessed was accomplished with some minor problems for which corrective actions taken by the
contractor were effective.
Satisfactory: Performance met contractual requirements. The contractual performances of the element
being assessed contained some minor problems for which corrective actions taken by the contractor
appear or were satisfactory.
Marginal: Performance did not meet some contractual requirements. The contractual performance of the
element being assessed reflects a serious problem for which the contractor has not yet identified
corrective actions or the contract's proposed actions appear only marginally effective or were not fully
implemented.
Unsatisfactory: Performance did not meet most contractual requirements and recovery is not likely in a
timely manner. The contractual performance of the element being assessed contains serious problem(s)
for which the contractor's corrective actions appear or were ineffective.
Not Applicable: Unable to provide a rating. Performance in this area not applicable to the effort assessed.
W5K9ZM-11-R-0002

Page 12 of 66

APPENDIX C: PAST PERFORMANCE REFERENCE QUESTIONNAIRE

a. How well did the contractor provide Quality of Product and Services? The Government will assess
the quality of the actual construction undertaken and the standards of workmanship exhibited by the
Offeror’s team, and the Offeror’s ability to execute a quality control program.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

b. How well did the contractor provide Timeliness of Performance? The Government will evaluate all
information available with respect to the Offeror’s ability to develop a project schedule, execute
according to that schedule, and complete projects within the scheduled completion times.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

c. How well did the contractor perform in a Cooperative Manner? The Government will evaluate
whether the Offeror has cooperated in achieving the customer’s goals, particularly with respect to
resolution of construction problems and minimizing cost and time impacts.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

d. How well did the contractor provide Customer Satisfaction? The Government will evaluate whether
prior customers are satisfied with the Offeror’s completed work, i.e., would prior customers choose to do
business with the Offeror again if given the choice.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

e. How well did the contractor perform in respect to Safety? The Government will evaluate whether the
Offeror has completed projects in a safe manner in compliance with all appropriate safety standards.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

f. How would you rate your Overall Satisfaction with this contractor? The Government will evaluate
any other information that would have a bearing on how well the contractor satisfies its customers,
complies with contract requirements, or delivers a quality product in a timely manner.

󲐀 Exceptional 󲐀 Very Good 󲐀 Satisfactory 󲐀 Marginal 󲐀 Unsatisfactory 󲐀 N/A

REMARKS: (Please provide any additional comments on Marginal or Unsatisfactory ratings):


_____________________________________________________________________________________
_____________________________________________________________________________________
____________________________________________________________________________________
W5K9ZM-11-R-0002

Page 13 of 66

REQUEST FOR FOREIGN VENDOR TABLE INFORMATION


(PD2/CEFMS DATABASE)
______________________________________________________________________________

TAC DATABASE: GRD DATABASE: PD2 & CEFMS

*VENDOR NAME:

TAX ID (if available):

*ADDRESS:

*CITY: STATE: ZIP CODE:

*COUNTRY:

*PHONE NO.:

FSC: C20 SIC: 1542 NAICS: 236220

CONTACT:

E-MAIL:

PAYMENT INFORMATION (CEFMS):


______________________________________________________________________________
INFORMATION TO BE PROVIDED BY TAC:

DUNS: CAGE/LOCAL CODE:


W5K9ZM-11-R-0002

Page 14 of 66

Payment by Electronic Funds Transfer (EFT)

(a) Method of payment.

(1) All payments by the US Government under this contract shall be made by electronic funds transfer (EFT). In the
event the US Government is unable to release a payment by EFT, the government will authorize a cash
or check payment in accordance with the Prompt Payment Act.

(b) Submission of Contractor's EFT information.

(1) The Contractor is required to provide the US Government with the information required to make payment by
EFT by filling in the form provided. The Contractor shall return this information directly to the
payment office. In the event that the EFT information changes, the Contractor shall be responsible for
providing the updated information to the paying office.

(2) If the Contractor provides EFT information applicable to multiple contracts, the Contractor shall provide the
contract numbers to which it applies. The contractor will inform the contracting officer of previously
awarded contracts for which the contractor requests EFT payment.
W5K9ZM-11-R-0002

Page 15 of 66
W5K9ZM-11-R-0002

Page 16 of 66

WIRE TRANSFER AUTHORIZATION FORM


PRIVACY ACT STATEMENT
The following information is provided to comply with the Privacy Act of 1974 (P.L. 93-579). All
information collected on this form is required under the provisions of 31 U.S.C 3322 and 31 CFR
210. This information will be used by the U.S. Army Corps of Engineers, hereinafter called
USACE, to transmit data by electronic means to vendor’s financial institution. Failure to
provide the requested information may delay or prevent the receipt of payments.

I hereby authorize USACE to initiate direct deposit credit entries to my (our) account indicated
below and the financial institution named below, hereinafter called DEPOSITORY, to credit the
same to such account.
Name or (Company as shown on invoice)
(1)
Address:
(2)
City: State: Country: Postal Code:
(3)
Mailing Address (If different):
(4)
Daytime Phone or Email Address:
(5)
Contract # (Optional):
If more than one contract, please list on a separate sheet.
Name of Financial Institution:
(6)
Address:
(7)
City: State: Country: Postal Code:
(8)
SWIFT (BIC) Number:
(9)
Account Number:
(10)
Depositor Account Title:
(11)

Name of Corresponding Bank:


(12)
Address:
(13)
City: State: Country: Postal Code:
(14)
SWIFT (BIC) Number: ABA Number:
(15)
Account Number of Bank listed above:
(16)

Name of Corresponding Bank:


(17)
Address:
(18)
City: State: Country: Postal Code:
(19)
SWIFT (BIC) Number: ABA Number:
(20)
Account Number of Bank listed above:
(21)

SIGNATURE of Payee: ______________________________ DATE: __________________


W5K9ZM-11-R-0002

Page 17 of 66

INSTRUCTIONS FOR COMPLETING WIRE TRANSFER AUTHORIZATION FORM


1. Include the name or Company as it appears on the invoice. This should be the same as the name on the
contract.
2. This address should be the physical address of the business.
3. The city, state, country and postal code should be for the physical address.
4. The mailing address should include any and all Remit to/payment addresses that are different from the
physical address.
5. Include daytime phone number or email address in case there are questions concerning the completed
form.
Payee’s Banking Information:
6. The name of the bank for the person or company listed in block 1.
7. Bank address
8. City, state, country, and postal code of the bank.
9. The SWIFT or Bank Identifier Code (BIC) of the bank.
10. The account number at this bank of the person or company listed in block 1.
11. Exact name on the above account at this bank. Bank will not credit the account if the recipient of the wire
transfer is different than the name on the account.
1st Corresponding Bank:
12. Name of corresponding bank. If this bank is not located in the United States, completion of blocks 17 –
21 is also required.
13. Address of corresponding bank.
14. City, state, country and postal code of corresponding bank.
15. SWIFT or Bank Identifier Code (BIC) (if bank is located outside the US) or ABA number of
corresponding bank.
16. Account number at corresponding bank of bank listed in block 6.
2nd Corresponding Bank:
17. Additional corresponding bank if first corresponding bank is not located in the United States.
18. Address of this corresponding bank.
19. City, state, country, and postal code of this corresponding bank.
20. SWIFT (BIC) code or ABA number of this corresponding bank.
21. Account number at this corresponding bank of the bank listed in block 12.

Blocks 17 thru 21 will only be necessary if the first corresponding bank is not located in the US
W5K9ZM-11-R-0002

Page 18 of 66

EFT-Capable Iraqi Banks

HQ Phone Web Site / email


Baghdad / Karada Kharge /
District 902
Bank of Baghdad (964) 1 717-4182
Street 6, near sports stadium,
Erbil
Byblos Bank 964.750.478.440 www.byblosbank.com.lb
Baghdad / Al-wehda area /
Commercial Bank of Iraq Kawla Bint Al-azwar Street
Credit Bank of Iraq 964-1-7196020
Baghdad / Tunis street / Distict
101 St. No. 23 / Building
Dar As-Salaam Investment Bank No.39/1 info@desiraq.com
Emerald Bank +964 66 2227557 www.emeraldbank.net
Investment Bank of Iraq (+964) 1 7180996 www.ibi-bankiraq.com
Baghdad /Babil area/ Arasat
Iraqi Middle East Investment Bank Alhindia
Trade Bank of Iraq (+964 -1) 5433561/2/3 tbiraq.com
Warka Bank (964) 1 717-4182 www.warka-bank.com

CLAUSES INCORPORATED BY FULL TEXT

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)

(a) Definitions. As used in this provision--

“Discussions” are negotiations that occur after establishment of the competitive range that may, at the Contracting
Officer's discretion, result in the offeror being allowed to revise its proposal.

“In writing or written” means any worded or numbered expression which can be read, reproduced, and later
communicated, and includes electronically transmitted and stored information.

“Proposal modification” is a change made to a proposal before the solicitation's closing date and time, or made in
response to an amendment, or made to correct a mistake at any time before award.

“Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed
by a Contracting Officer as the result of negotiations.
W5K9ZM-11-R-0002

Page 19 of 66

“Time”, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include
Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then
the period shall include the next working day.

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended
remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time
specified in the amendment(s).

(c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic
commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted
in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii)
showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror.
Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the
information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision.

(2) The first page of the proposal must show--

(i) The solicitation number;

(ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the
solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each
item;

(iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized
to negotiate on the offeror's behalf with the Government in connection with this solicitation; and

(v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be
accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing
office.

(3) Submission, modification, or revision, of proposals.

(i) Offerors are responsible for submitting proposals, and any modifications, or revisions, so as to reach the
Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in
the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that
proposal or revision is due.

(ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after
the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is
made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the
initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date
specified for receipt of proposals; or

(2) There is acceptable evidence to establish that it was received at the Government installation designated for
receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(3) It is the only proposal received.

(B) However, a late modification of an 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.
W5K9ZM-11-R-0002

Page 20 of 66

(iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp
of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or
oral testimony or statements of Government personnel.

(iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be
received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent
Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be
deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal
Government processes resume.

(v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to
oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be
withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at
52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative,
if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal
before award.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of
items.

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the
solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is
included in the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time,
and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer.

(8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the
Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on
the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want
disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall--

(1) Mark the title page with the following legend: This proposal 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. If, however, a contract is awarded to this offeror as a result of--or 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

(2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on
this sheet is subject to the restriction on the title page of this proposal.

(f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to
the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors
and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government's interest.
W5K9ZM-11-R-0002

Page 21 of 66

(3) The Government may waive informalities and minor irregularities in proposals received.

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except
clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's
best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if
the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number
of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition
can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest
number that will permit an efficient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at
the unit cost or prices offered, unless the offeror specifies otherwise in the
proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative
costs, it is in the Government's best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the
Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced
between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the
price of one or more contract line items is significantly overstated or understated as indicated by the application of
cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of
balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in
evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the
time specified in the proposal shall result in a binding contract without further action by either party.

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following
information, if applicable:

(i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past
performance information on the debriefed offeror.

(iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(iv) A summary of the rationale for award.

(v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection
procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the
agency.

(End of provision)
W5K9ZM-11-R-0002

Page 22 of 66

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an
agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served
on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
U.S. ARMY CORPS OF ENGINEERS, GULF REGION DISTRICT, USACE-GRD-CT, APO AE 09342

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with
the GAO.

(End of provision)

52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting
the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters
are urged and expected to inspect the site where the work will be performed.

(b) Site visits may be arranged during normal duty hours by contacting:
Name: ENGR HARITH ALJOBURY
Address: HARITH.AJOBURY@USACE.ARMY.MIL
Telephone: CELL 07902599202

(End of provision)

52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997)

(a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2)
manually signed. The person signing a proposal must initial each erasure or change
appearing on any proposal form.

(b) The proposal form may require offerors to submit proposed prices for one or more items on various bases,
including--

(1) Lump sum price;

(2) Alternate prices;

(3) Units of construction; or

(4) Any combination of paragraphs (b)(1) through (b)(3) of this provision.

(c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being
rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no
proposal” in the space provided for any item on which no price is submitted.

(d) Alternate proposals will not be considered unless this solicitation authorizes their submission.

(End of provision)
W5K9ZM-11-R-0002

Page 23 of 66

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is
cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its
quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by
paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this/these address(es):

HTTP://WWW.ARNET.GOV/FAR
HTTP://FARSITE.HILL.AF.MIL
HTTP://DTIC.MIL/FARS

(End of provision

252.236-7006 COST LIMITATION (JAN 1997)

(a)Certain items in this solicitation are subject to statutory cost limitations. The limitations are stated in the
Schedule.

(b)An offer which does not state separate prices for the items identified in the Schedule as subject to a cost
limitation may be considered nonresponsive.

(c)Prices stated in offers for items subject to cost limitations shall include an appropriate apportionment of all costs,
direct and indirect, overhead, and profit.

(d) Offers may be rejected which--

(1)Are materially unbalanced for the purpose of bringing items within cost limitations; or

(2)Exceed the cost limitations, unless the limitations have been waived by the Government prior to award.

(End of provision)

JCCI CLAUSES
C3 PROVISION 952.225-0012 NOTICE OF LIMITED COMPETITION (JUL 2010)

(a) This procurement is restricted to a particular source or sources from Iraq or Afghanistan in accordance with
Defense Federal Acquisition Regulation Supplement (DFARS) 225.7703-1(a)(3).

(b) “Source from Iraq or Afghanistan” is defined by DFARS 225.7701 as a “source that (1) is located in Iraq or
Afghanistan; and (2) offers products or services from Iraq or Afghanistan”.

C3 PROVISION 952.225-0014 NOTIFICATION OF SUBCONTRACTING REQUIREMENTS (JUL 2010)

(a) Performance of work by a host nation contractor when utilizing a subcontractor.

The offeror shall provide, with its proposal, the following for each subcontractor:
W5K9ZM-11-R-0002

Page 24 of 66

(i) The total proposed amount of the work (in terms of proposed price/cost) to be performed by the offeror;
(ii) Name and address of the subcontractor;
(iii) A copy of Iraqi/Afghan business license;
(iv) The banking information for each subcontractor to include but not limited to the bank name, routing identifier,
account number and name(s) on account(s);
(v) The information on the subcontractors’s key personnel (to include full name, address, nationality, passport # - as
applicable, date of birth); and
(vi) The total proposed amount of work (in terms of proposed price/cost) to be performed by the subcontractor under
the contract, task order, or delivery order, or other contract mechanism.

(b) If the offeror intends to subcontract work to be performed under the contract, task order, delivery order, or other
contract mechanism, the offeror shall identify in its proposal a description of the added value provided by the offeror
as related to the work to be performed by the subcontractor (s).

(c) If any subcontractor proposed under the contract, task order, delivery order, or other contract mechanism, intends
to subcontract to a lower-tier subcontractor for work to be performed under its subcontract, the offeror shall identify
in its proposal:

(i) The amount of the subcontractor’s costs applicable to the work to be performed by the lower-tier
subcontractor(s); and
(ii) A description of the added value provided by the subcontractor as related to the work to be performed by the
lower-tier subcontractor(s).

(d) If any contractor and its subcontractors at all tiers require arming or private security under this contract they shall
agree to obey all respective laws, regulations, orders, and directives applicable to the use of private security
personnel in Iraq and Afghanistan, including U.S. CENTCOM, United States Forces – Iraq (USF-I) and United
States Forces – Afghanistan (USFOR-A) Commander orders, instructions and directives. Contractors will ensure
that all employees, including employees at any tier of subcontracting relationships, armed under the provisions of
this contract, comply with the contents of clause 952.225-0001, Arming Requirements and Procedures for Personal
Security Services Contractors and for Requests for Personal Protection.

C3 PROVISION 952.228-0002 DEFENSE BASE ACT INSURANCE RATES – LIMITATION – FIXED-


PRICE CONTRACTS (JUL 2010)

(a) The U. S. Army Corps of Engineers (USACE) has entered into a contract with CNA Insurance to provide all
Defense Base Act (DBA) insurance to USACE and C3 contractors and subcontractors at a contracted fixed rate.
Compute total compensation or total payroll, (salary, plus overseas recruitment incentive and post differential, but
excludes per diem, housing allowance, travel expenses, temporary quarters allowance, education allowance and
other miscellaneous post allowances) to be paid to employees who will be covered by DBA insurance. The fixed
rates for this insurance are as follows:

Service $4.00 per $100 of employee remuneration


Construction $6.00 per $100 of employee remuneration
Aviation $17.00 per $100 of employee remuneration
Security $10.00 per $100 of employee remuneration

(b) Compute the cost of DBA insurance by utilizing the spaces provided below for the base period and whatever
extension there may be thereafter, if applicable.

1. Compensation of Covered Employees:____________________


(Total Payroll Not total Contract Value) Ex: if total payroll is $100K

2. Applicable DBA rate:_________________________


(Use appropriate Rate) Ex: If a service, the rate is $4.00/$100 or 4%
W5K9ZM-11-R-0002

Page 25 of 66

3. Total DBA COST:_________________________


(Amount of DBA Premium) Ex: $100K multiplied by 4% is $4K

(c) Bidders/Offerors shall include a statement as to whether or not local nationals or third country nationals will be
employed on the resultant contract.

(d) Use of the coverage under the USACE contract with CNA is mandatory. CNA Insurance is utilizing Rutherfoord
International as their managing broker. The primary point-of-contact (POC) is the USACE DBA Program
Administrator: Ramoan Jones, 001- 703-813-6571 ramoan.jones@rutherfoord.com. The alternate POC is Sara
Payne, Senior Vice President, 001-703-813-6503 sara.payne@rutherfoord.com.

C3 PROVISION 952.232-0001 NOTIFICATION OF PAYMENT IN LOCAL CURRENCY (IRAQ) (JUL


2010)

(a) This contract/purchase will be awarded in Iraqi Dinar (local currency) if awarded to a host nation vendor. The
contractor will receive payment in local currency via Electronic Funds Transfer to a local (Iraqi) banking institution.
Contracts/purchase orders shall not be awarded to host nation vendors (Iraqi) who do not bank locally. If awarded to
other than a host nation vendor, the contract will be awarded in US dollars. The currency exchange rate will be
determined at the official exchange rate posted by the local DoD Finance office on the date of the payment in
accordance with the Department of Defense Financial Management Regulation.

(b) By exception, the following forms of payment are acceptable when EFT using ITS.gov is determined not
available by the local finance office, in order of priority.

(1) EFT using Limited Depository Account (LDA)


(2) Check from the local finance office LDA
(3) Local currency cash payments (must be approved in writing by the local finance office and contracting office
prior to contract/purchase order award). Payments in cash are restricted to contracts/purchase orders when the
vendor provides proof via a letter from the host nation banking institution that it is not EFT capable and validated by
the local finance office that the vendor’s banking institution is not EFT capable. Cash payments will be made in
Iraqi Dinar.

C3 PROVISION 952.233-0001 C3 AGENCY PROTEST PROGRAM (JUL 2010)

(a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by
the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of
an Agency Protest decision is available through appeal to the Senior Contracting Official (SCO) in accordance with
FAR 33.103. A protest to C3 is a “PROTEST TO THE AGENCY,” within the meaning of FAR 33.103. The C3
Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within C3,
rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an
interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor
agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the
same solicitation as the Agency Protest, the Agency Protest will be dismissed.

(b) An interested party may file a written protest to the Contracting Officer under the C3 Agency Protest program for
contract solicitations issued by C3. Such Agency Protests are limited to objections to any of the following:

(1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services.
(2) The cancellation of the solicitation or other request.
(3) An award or proposed award of the contract.
(4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the
termination or cancellation is based in whole or in part on improprieties concerning the award of the contract.
W5K9ZM-11-R-0002

Page 26 of 66

(c) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (g) of this
provision for resolution of protests.

(d) For the purpose of filing a C3 Agency Protest, an interested party means an actual or prospective bidder or
offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a
contract.

(e) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-
mail address; the solicitation or contract number, identity of the contracting activity and the contracting officer's
name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of
Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request
for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and
must state it is an Agency Protest for decision by the Contracting Officer.

(f) C3 Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows)
by obtaining written and dated acknowledgment of receipt from U.S. ARMY CORPS OF ENGINEERS, GULF
REGION DISTRICT, ATTN: CONTRACTING OFFICER, USACE-GRD-CT, APO AE 09342
W5K9ZM-11-R-0002

Page 27 of 66

Section 00600 - Representations & Certifications

CLAUSES INCORPORATED BY REFERENCE

52.203-2 Certificate Of Independent Price Determination APR 1985


52.203-11 Certification And Disclosure Regarding Payments To SEP 2007
Influence Certain Federal Transactions
52.209-2 Prohibition on Contracting with Inverted Domestic JUL 2009
Corporations--Representation
52.209-5 Certification Regarding Responsibility Matters APR 2010
52.225-20 Prohibition on Conducting Restricted Business Operations in AUG 2009
Sudan--Certification
252.209-7001 Disclosure of Ownership or Control by the Government of a JAN 2009
Terrorist Country
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.225-7042 Authorization to Perform APR 2003
252.247-7022 Representation Of Extent Of Transportation Of Supplies By AUG 1992
Sea

CLAUSES INCORPORATED BY FULL TEXT

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (APR 2010)

(a) Definitions. As used in this provision--

Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a
determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This
includes administrative proceedings at the Federal and State level but only in connection with performance of a
Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or
inspection of deliverables.

Federal contracts and grants with total value greater than $10,000,000 means--

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-
quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

(b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than
$10,000,000.

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer,
that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS)
is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the
award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the
Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.


W5K9ZM-11-R-0002

Page 28 of 66

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty,
reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in--

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an
acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in
paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision,
whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as
required through maintaining an active registration in the Central Contractor Registration database at
http://www.ccr.gov (see 52.204-7).

Principal means an officer, director, owner, partner, or a person having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business
segment; and similar positions).

(End of provision)
W5K9ZM-11-R-0002

Page 29 of 66

Section 00700 - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUL 2004


52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees APR 1984
52.203-7 Anti-Kickback Procedures JUL 1995
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or JAN 1997
Improper Activity
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997
52.203-12 Limitation On Payments To Influence Certain Federal SEP 2007
Transactions
52.204-10 Reporting Executive Compensation and First-Tier JUL 2010
Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting SEP 2006
With Contractors Debarred, Suspended, or Proposed for
Debarment
52.209-8 Updates of Information Regarding Responsibility Matters APR 2010
52.211-18 Variation in Estimated Quantity APR 1984
52.215-2 Audit and Records--Negotiation MAR 2009
52.215-8 Order of Precedence--Uniform Contract Format OCT 1997
52.215-11 Price Reduction for Defective Cost or Pricing Data-- OCT 1997
Modifications
52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997
52.222-29 Notification Of Visa Denial JUN 2003
52.222-50 Combating Trafficking in Persons FEB 2009
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-14 Inconsistency Between English Version And Translation Of FEB 2000
Contract
52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984
52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003
52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002
52.232-17 Interest OCT 2008
52.232-27 Prompt Payment for Construction Contracts OCT 2008
52.233-1 Disputes JUL 2002
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.236-2 Differing Site Conditions APR 1984
52.236-3 Site Investigation and Conditions Affecting the Work APR 1984
52.236-6 Superintendence by the Contractor APR 1984
52.236-7 Permits and Responsibilities NOV 1991
52.236-8 Other Contracts APR 1984
52.236-9 Protection of Existing Vegetation, Structures, Equipment, APR 1984
Utilities, and Improvements
52.236-10 Operations and Storage Areas APR 1984
52.236-11 Use and Possession Prior to Completion APR 1984
52.236-12 Cleaning Up APR 1984
52.236-14 Availability and Use of Utility Services APR 1984
52.236-15 Schedules for Construction Contracts APR 1984
52.236-17 Layout of Work APR 1984
52.236-26 Preconstruction Conference FEB 1995
52.242-13 Bankruptcy JUL 1995
52.244-6 Subcontracts for Commercial Items JUN 2010
W5K9ZM-11-R-0002

Page 30 of 66

52.246-21 Warranty of Construction MAR 1994


52.248-3 Value Engineering-Construction SEP 2006
52.249-2 Alt I Termination for Convenience of the Government (Fixed- SEP 1996
Price) (May 2004) - Alternate I
52.249-10 Default (Fixed-Price Construction) APR 1984
52.253-1 Computer Generated Forms JAN 1991
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD JAN 2009
Officials
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008
Contract-Related Felonies
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2006
The Government of a Terrorist Country
252.215-7000 Pricing Adjustments DEC 1991
252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997
252.225-7041 Correspondence in English JUN 1997
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.232-7010 Levies on Contract Payments DEC 2006
252.233-7001 Choice of Law (Overseas) JUN 1997
252.236-7000 Modification Proposals-Price Breakdown DEC 1991
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment MAR 1998
252.247-7023 Transportation of Supplies by Sea MAY 2002
252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH


CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006)

(a) The Government suspends or debars Contractors to protect the Government's interests. The Contractor shall not
enter into any subcontract in excess of the $30,000 with a Contractor that is debarred, suspended, or proposed for
debarment unless there is a compelling reason to do so.

(b) The Contractor shall require each proposed first-tier subcontractor, whose subcontract will exceed $30,000, to
disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its
principles, is or is not debarred, suspended, or proposed for debarment by the Federal Government.

(c) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before
entering into a subcontract with a party that is debarred, suspended, or proposed for debarment (see FAR 9.404 for
information on the in the Excluded Parties List System). The notice must include the following:

(1) The name of the subcontractor.

(2) The Contractor's knowledge of the reasons for the subcontractor being in the Excluded Parties List System.

(3) The compelling reason(s) for doing business with the subcontractor notwithstanding its inclusion in the Excluded
Parties List System.

(4) The systems and procedures the Contractor has established to ensure that it is fully protecting the Government's
W5K9ZM-11-R-0002

Page 31 of 66

interests when dealing with such subcontractor in view of the specific basis for the party's debarment, suspension, or
proposed debarment.

(End of clause)

52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN CENTRAL CONTRACTOR


REGISTRATION (MAY 1999)

(a) Method of payment. (1) All payments by the Government under this contract shall be made by electronic funds
transfer (EFT) except as provided in paragraph (a)(2) of this clause. As used in this clause, the term “EFT” refers to
the funds transfer and may also include the payment information transfer.

(2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either--

(i) Accept payment by check or some other mutually agreeable method of payment; or

(ii) Request the Government to extend payment due dates until such time as the Government makes payment by
EFT (but see paragraph (d) of this clause).

(b) Mandatory submission of Contractor's EFT information. (1) The Contractor is required to provide the
Government with the information required to make payment by EFT (see paragraph (j) of this clause). The
Contractor shall provide this information directly to the office designated in this contract to receive that information
(hereafter: “designated office”') by AWARD OF CONTRACT (the Contracting Officer shall insert date, days after
award, days before first request, the date specified for receipt of offers if the provision at 52.232-38 is utilized, or
“concurrent with first request” as prescribed by the head of the agency; if not prescribed, insert “no later than 15
days prior to submission of the first request for payment”). If not otherwise specified in this contract, the payment
office is the designated office for receipt of the Contractor's EFT information. If more than one designated office is
named for the contract, the Contractor shall provide a separate notice to each office. In the event that the EFT
information changes, the Contractor shall be responsible for providing the updated information to the designated
office(s).

(2) If the Contractor provides EFT information applicable to multiple contracts, the Contractor shall specifically
state the applicability of this EFT information in terms acceptable to the designated office. However, EFT
information supplied to a designated office shall be applicable only to contracts that identify that designated office
as the office to receive EFT information for that contract.

(c) Mechanisms for EFT payment. The Government may make payment by EFT through either the Automated
Clearing House (ACH) network, subject to the rules of the National Automated Clearing House Association, or the
Fedwire Transfer System. The rules governing Federal payments through the ACH are contained in 31 CFR part
210.

(d) Suspension of payment. (1) The Government is not required to make any payment under this contract until after
receipt, by the designated office, of the correct EFT payment information from the Contractor. Until receipt of the
correct EFT information, any invoice or contract financing request shall be deemed not to be a proper invoice for the
purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an
improper invoice and delays in accrual of interest penalties apply.

(2) If the EFT information changes after submission of correct EFT information, the Government shall begin using
the changed EFT information no later than 30 days after its receipt by the designated office to the extent payment is
made by EFT. However, the Contractor may request that no further payments be made until the updated EFT
information is implemented by the payment office. If such suspension would result in a late payment under the
prompt payment terms of this contract, the Contractor's request for suspension shall extend the due date for payment
by the number of days of the suspension.
W5K9ZM-11-R-0002

Page 32 of 66

(e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the
Government used the Contractor's EFT information incorrectly, the Government remains responsible for--

(i) Making a correct payment;

(ii) Paying any prompt payment penalty due; and

(iii) Recovering any erroneously directed funds.

(2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was
revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve
System, and--

(i) If the funds are no longer under the control of the payment office, the Government is deemed to have made
payment and the Contractor is responsible for recovery of any erroneously directed funds; or

(ii) If the funds remain under the control of the payment office, the Government shall not make payment and the
provisions of paragraph (d) shall apply.

(f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with
the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal
Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date,
provided the specified payment date is a valid date under the rules of the Federal Reserve System.

(g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the
assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that
the assignee shall provide the EFT information required by paragraph (j) of this clause to the designated office, and
shall be paid by EFT in accordance with the terms of this clause. In all respects, the requirements of this clause shall
apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to
be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is
incorrect EFT information within the meaning of paragraph (d) of this clause.

(h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting
from changes to EFT information provided by the Contractor's financial agent.

(i) Payment information. The payment or disbursing office shall forward to the Contractor available payment
information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve
System. The Government may request the Contractor to designate a desired format and method(s) for delivery of
payment information from a list of formats and methods the payment office is capable of executing. However, the
Government does not guarantee that any particular format or method of delivery is available at any particular
payment office and retains the latitude to use the format and delivery method most convenient to the Government. If
the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall
mail the payment information to the remittance address in the contract.

(j) EFT information. The Contractor shall provide the following information to the designated office. The Contractor
may supply this data for this or multiple contracts (see paragraph (b) of this clause). The Contractor shall designate a
single financial agent per contract capable of receiving and processing the EFT information using the EFT methods
described in paragraph (c) of this clause.

(1) The contract number (or other procurement identification number).

(2) The Contractor's name and remittance address, as stated in the contract(s).
W5K9ZM-11-R-0002

Page 33 of 66

(3) The signature (manual or electronic, as appropriate), title, and telephone number of the Contractor official
authorized to provide this information.

(4) The name, address, and 9-digit Routing Transit Number of the Contractor's financial agent.

(5) The Contractor's account number and the type of account (checking, saving, or lockbox).

(6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the Contractor's financial agent.

(7) If applicable, the Contractor shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing
Transit Number of the correspondent financial institution receiving the wire transfer payment if the Contractor's
financial agent is not directly on-line to the Fedwire Transfer System; and, therefore, not the receiver of the wire
transfer payment.

(End of clause)

52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)

The Contractor shall perform on the site, and with its own organization, work equivalent to at least FIFTY (50%)
percent of the total amount of work to be performed under the contract. This percentage may be reduced by a
supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the
Contracting Officer determines that the reduction would be to the advantage of the Government.

(End of clause)

52.236-13 ACCIDENT PREVENTION (NOV 1991)

(a) The Contractor shall provide and maintain work environments and procedures which will

(1) safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to
Contractor operations and activities;

(2) avoid interruptions of Government operations and delays in project completion dates; and

(3) control costs in the performance of this contract.

(b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the
Contractor shall-

(1) Provide appropriate safety barricades, signs, and signal lights;

(2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and

(3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the
purposes are taken.

(c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department
of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of
U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the
solicitation.
W5K9ZM-11-R-0002

Page 34 of 66

(d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any
condition which poses a serious or imminent danger to the health or safety of the public or Government personnel,
the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate
initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the
work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After
receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to
promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until
satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the
contract price or extension of the performance schedule on any stop work order issued under this clause.

(e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation
of the parties, in subcontracts.

(End of clause)

52.243-4 CHANGES (JUN 2007)

(a) The Contracting Officer may, at any time, without notice to the sureties, if any, by written order designated or
indicated to be a change order, make changes in the work within the general scope of the contract, including
changes--

(1) In the specifications (including drawings and designs);

(2) In the method or manner of performance of the work;

(3) In the Government-furnished property or services; or

(4) Directing acceleration in the performance of the work.

(b) Any other written or oral order (which, as used in this paragraph (b), includes direction, instruction,
interpretation, or determination) from the Contracting Officer that causes a change shall be treated as a change order
under this clause; provided, that the Contractor gives the Contracting Officer written notice stating

(1) the date, circumstances, and source of the order and

(2) that the Contractor regards the order as a change order.

(c) Except as provided in this clause, no order, statement, or conduct of the Contracting Officer shall be treated as a
change under this clause or entitle the Contractor to an equitable adjustment.

(d) If any change under this clause causes an increase or decrease in the Contractor's cost of, or the time required for,
the performance of any part of the work under this contract, whether or not changed by any such order, the
Contracting Officer shall make an equitable adjustment and modify the contract in writing. However, except for an
adjustment based on defective specifications, no adjustment for any change under paragraph (b) of this clause shall
be made for any costs incurred more than 20 days before the Contractor gives written notice as required. In the case
of defective specifications for which the Government is responsible, the equitable adjustment shall include any
increased cost reasonably incurred by the Contractor in attempting to comply with the defective specifications.

(e) The Contractor must assert its right to an adjustment under this clause within 30 days after

(1) receipt of a written change order under paragraph (a) of this clause or (2) the furnishing of a written notice under
paragraph (b) of this clause, by submitting to the Contracting Officer a written statement describing the general
nature and amount of the proposal, unless this period is extended by the Government. The statement of proposal for
W5K9ZM-11-R-0002

Page 35 of 66

adjustment may be included in the notice under paragraph (b) above.

(f) No proposal by the Contractor for an equitable adjustment shall be allowed if asserted after final payment under
this contract.

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may
be accessed electronically at this/these address(es):

HTTP://WWW.ARNET.GOV/FAR
HTTP://FARSITE.HILL.AF.MIL
HTTP://WWW.DTIC.MIL/FARS

(End of clause)

252.225-7040 CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF


RESPONSIBILITY (DEVIATION #2 - 2007-O0010)

(a) Definitions. As used in this clause—

“Chief of mission” means the principal officer in charge of a diplomatic mission of the United States or if a United
States office abroad which is designated by the Secretary of State as diplomatic in nature, including any individual
assigned under section 502(c) of the Foreign Service Act of 1980 (Public Law 96-465) to be temporarily in charge
of such a mission or office.

“Combatant commander” means the commander of a unified or specified combatant command established in
accordance with 10 U.S.C. 161.

(b) General. (a) This clause applies when contractor personnel are required to perform in the United States Central
command (USCENTCOM) Area of Responsibility (AOR), and are not covered by the clause at DFARS 252.225-
7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States.

(2) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in the
contract, the Contractor accepts the risks associated with required contract performance in such operations.

(3) Contractor personnel are civilians.

(i) Except as provided in paragraph (b)(3)(ii) of this clause, and in accordance with paragraph (i)(3) of this clause,
contractor personnel are only authorized to use deadly force in self defense.

(ii) Contractor personnel performing security functions are also authorized to use deadly force when use of such
force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with the
terms and conditions contained in the contract or with their job description and terms of employment.

(4) Service performance by contractor personnel subject to this clause is not active duty or service under 38 U.S.C.
106 notes.
W5K9ZM-11-R-0002

Page 36 of 66

(c) Support. Unless specified elsewhere in the contract, the Contractor is responsible for all logistical and security
support required for contractor personnel engaged in this contract.

(d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that is personnel in
the USCENTCOM AOR are familiar with and comply with all applicable—

(1) United States, host country, and third country national laws;

(2) Treaties and international agreements;

(3) United States regulations, directives, instructions, policies, and procedures; and

(4) Force protection, security, health, or safety orders, directives, and instructions issued by the Combatant
commander; however, only the Contracting Officer is authorized to modify the terms and conditions of the contract.

(e) Preliminary personnel requirements. (1) Specific requirements for paragraphs (e)(2)(i) through (e)(2)(vi) of this
clause will be set forth in the statement of work, or elsewhere in the contract.

(2) Before contractor personnel depart from the United States or a third country, and before contractor personnel
residing in the host country begin contract performance in the USCENTCOM AOR, the Contractor shall ensure the
following:

(i) All required security and background checks are complete and acceptable.

(ii) All personnel are medically and physically fit and have received all required vaccinations.

(iii) All personnel have all necessary passports, visa, entry permits, and other documents required for contractor
personnel to enter and exit the foreign country, including those required for in-transit countries.

(iv) All personnel have received theater clearance, if required by the Combatant Commander.

(v) All personnel have received personal security training. The training must at a minimum—

(A) Cover safety and security issues facing employees overseas;

(B) Identify safety and security contingency planning activities; and

(C) Identify ways to utilize safety and security personnel and other resources appropriately.

(vi) All personnel have received isolated personnel training, if specified in the contract. Isolated personnel are
military or civilian personnel separated from their unit or organization in an environment requiring them to survive,
evade, or escape while awaiting rescue or recovery.

(vii) All personnel who are U.S. citizens are registered with the U.S. Embassy or Consulate with jurisdictions over
the area of operations on-line at http://www.travel.state.gov.

(3) The Contractor shall notify all personnel who are not a local national or ordinarily resident in the host country
that—

(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States
that would constitute an offense punishable by imprisonment for more than one year if the conduct had been
engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to
the criminal jurisdiction of the United States (see the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C.
3261 et seq.);
W5K9ZM-11-R-0002

Page 37 of 66

(ii) Pursuant to the War Crimes Act, 18. U.S.C. 2441, Federal criminal jurisdiction also extends to conduct that is
determined to constitute a violation of the law of war when committed by a civilian national of the United States;

(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of United States
diplomatic, consular, military or other Government missions outside the United States (18 U.S.C. 7(9)).

(f) Processing and departure points. The Contractor shall require its personnel who are arriving from outside the are
of performance to perform in the USCENTCOM AOR to—

(1) Process through the departure center designated in the contract or completes another process as directed by the
Contracting Officer;

(2) Use a specific point of departure and transportation mode as directed by the Contracting Officer; and

(3) Process through a reception center as designated by the Contracting Officer upon arrival at the place of
performance.

(g) Personnel data. (1) The Contractor shall enter, before deployment, or if already in the USCENTCOM AOR,
enter upon becoming an employee under this contract, and maintain current data, including departure date, for all
contractor personnel, including U.S. citizens, U.S. legal aliens, third country nationals, and local national contractor
personnel, who are performing this contract in the USCENTCOM AOR. This requirement excludes—
Personnel hired under contracts for which the period of performance is less than 30 days; and
Embarked contractor personnel, while afloat, that are tracked by the Diary
Message Reporting System.

(2) The automated web-based system to use for this effort is the Synchronized Predeployment and Operational
Tracker (SPOT). Follow these steps to register in and use SPOT:

(i) SPOT registration can be accomplished by either a Common Access Card or through an Army Knowledge Online
(AKO) account.

(ii) In order to obtain an AKO account, the Contractor shall—

(A) Request the Contracting Officer or other Government point of contact to sponsor its AKO guess account;

(B) Go to http://www.us.army.mil;

(C) Enter the AKO sponsor username; and

(D) After AKO registration, contact the sponsor to confirm registration.

(iii) Registration in SPOT.

(A) Register for a SPOT account at https://iel.kc.us.army.mil/spotregistration/.

(B) The customer support team must validate user need. This process may take 2 business days. Company
supervisors will be contacted to determine the appropriate level of user access.

(iv) Access to SPOT. Upon approval, all users will access SPOT at https://iel.kc.ur.army.mil/spotracker.

(v) SPOT Questions. Refer SPOT application assistance questions to the Customer Support Team at 717-506-1358
or SPOT@technisource.com.
W5K9ZM-11-R-0002

Page 38 of 66

(3) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency
Data card, on file with both the Contractor and the designated Government official. The Contracting Officer will
inform the Contractor of the Government official designated to receive the data card.

(h) Contractor personnel. The Contracting Officer may direct the Contractor, at its own expense, to remove and
replace any contractor personnel who fail to comply with or violate applicable requirements of this contract. Such
action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this
contract, including termination for default or cause.

(i) Weapons. (1) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the
carrying of weapons--

(ii) The CONTRACTING OFFICER may issue Government-furnished weapons and ammunition to the Contractor
for issuance to specified contractor employees.

(2) The contractor shall provide to the Contracting Officer a specific list of personnel for whom authorization to
carry a weapon is requested.

(3) The Contractor shall provide to the Contracting Officer a specific list of personnel for whom authorization to
carry a weapon is requested.

(i)Are adequately trained to carry and use them—

(A) Safely;

(B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander;
and

(C) In compliance with applicable Department of Defense and agency policies, agreements, rules, regulations, and
other applicable law;

(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and
accountability of weapons and ammunition.

(4) Upon revocation by the Contracting Officer of the Contractor’s authorization to possess weapons, the Contractor
shall ensure that all Government furnished weapons and unexpended ammunition are returned as directed by the
Contracting Officer.

(5) Whether or not weapons are Government-furnished, all liability for the use of any weapon by contractor
personnel rests solely with the Contractor and the Contractor employee using such weapon.

(j) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or
equipment necessary to perform the contractor in the area of performance.

(k) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military
clothing unless specifically authorized by the Combatant Commander. If authorized to wear military clothing,
contractor personnel must wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable
from military personnel, consistent with force protection measures.

(2) Contractor personnel may wear specific items required for safety and security, such as ballistic, nuclear,
biological, or chemical protective equipment.
W5K9ZM-11-R-0002

Page 39 of 66

(1) Evacuation. If the Chief of Mission or Combatant Command orders a mandatory evacuation of some or all
personnel, the Government will provide to United States and third country national contractor personnel the level of
assistance provided to private United States citizens.

(2) In the event of a non-mandatory evacuation order, the Contractor shall maintain personnel on location sufficient
to meet contractual obligations unless instructed to evacuate by the Contracting Officer.

(m) Personnel recovery. In the case of isolated, missing, detained, captured or abducted contractor personnel, the
Government will assist in personnel recovery actions in accordance with DoD Directive 2310.2, Personnel
Recovery.

(n) Notification and return of personnel effects. (1) The Contractor shall be responsible for notification of the
employee-designated next of kin, and notification as soon as possible to the U.S. Consul responsible for the area in
which the event occurred, if the employee—

(i) Dies;

(ii) Requires evacuation due to an injury; or

(iii) is isolated, missing, detained, captured, or abducted.

(2) The Contractor shall also be responsible for the return of all personal effects of deceased or missing contractor
personnel, if appropriate, to next of kin.

(o) Mortuary affairs. Mortuary affairs for contractor personnel who die in the area of performance will be handled
in accordance with DoD Directive 1300.22, Mortuary Affairs Policy.

(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting
Officer may, at any time, by written order identified as a change order, make changes in place of performance or
Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with
this paragraph shall be subject to the provisions of the Changes clause of this contract.

(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all
subcontractor personnel to perform in the USCENTCOM AOR.

(End of clause)

252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS


OUTSIDE THE UNITED STATES (MAR 2006)

(a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying
areas.

(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or
traveling outside the United States under this contract, shall--

(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory
basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country
nationals comply with any security related requirements of the Embassy of their nationality;
W5K9ZM-11-R-0002

Page 40 of 66

(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information
commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and
their families, to the extent such information can be made available prior to travel outside the United States; and

(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and
subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is--

(1) A foreign government;

(2) A representative of a foreign government; or

(3) A foreign corporation wholly owned by a foreign government.

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT,
COMMERCIAL PHONE 703-692-9832.

(End of clause)

252.225-7044 BALANCE OF PAYMENTS PROGRAM--CONSTRUCTION MATERIAL (JAN 2009)

(a) Definitions. As used in this clause--

Commercially available off-the-shelf (COTS) item--

(1) Means any item of supply (including construction material) that is--

(i) A commercial item (as defined in paragraph (1) of the definition of ``commercial item'' in section 2.101 of the
Federal Acquisition Regulation);

(ii) Sold in substantial quantities in the commercial marketplace; and

(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form
in which it is sold in the commercial marketplace; and

(2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. 40102), such as
agricultural products and petroleum products.

“Component” means any article, material, or supply incorporated directly into construction material.

“Construction material” means an article, material, or supply brought to the construction site by the Contractor or a
subcontractor for incorporation into the building or work. The term also includes an item brought to the site
preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency
lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or
work and that are produced as complete systems, are evaluated as a single and distinct construction material
regardless of when or how the individual parts or components of those systems are delivered to the construction site.
Materials purchased directly by the Government are supplies, not construction material.

“Cost of components” means--


W5K9ZM-11-R-0002

Page 41 of 66

(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of
incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty
(whether or not a duty-free entry certificate is issued); or

(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component,
including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but
excluding profit. Cost of components does not include any costs associated with the manufacture of the construction
material.

“Domestic construction material” means--

(1) An unmanufactured construction material mined or produced in the United States; or

(2) A construction material manufactured in the United States, if--

(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost
of all its components. Components of foreign origin of the same class or kind for which nonavailability
determinations have been made are treated as domestic; or

(ii) The construction material is a COTS item.

``United States'' means the 50 States, the District of Columbia, and outlying areas.

(b) Domestic preference. This clause implements the Balance of Payments Program by providing a preference for
domestic construction material. The Contractor shall use only domestic construction material in performing this
contract, except for—

(1) Construction material valued at or below the simplified acquisition threshold in part 2 of the Federal Acquisition
Regulation; or

(2) The construction material or components listed by the Government as follows:

NONE

(End of clause)

252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000)

(a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications,
except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen
by the Contracting Officer.

(b) The Contractor shall--

(1) Check all drawings furnished immediately upon receipt;

(2) Compare all drawings and verify the figures before laying out the work;

(3) Promptly notify the Contracting Officer of any discrepancies;

(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and

(5) Reproduce and print contract drawings and specifications as needed.


W5K9ZM-11-R-0002

Page 42 of 66

(c) In general--

(1) Large-scale drawings shall govern small-scale drawings; and

(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.

(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly
necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not
relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall
perform such details as if fully and correctly set forth and described in the drawings and specifications.

(e) The work shall conform to the specifications and the contract drawings identified on the following index of
drawings:

Title File Drawing No.


COMPLETE CONSTRUCTION OF AL NUAYMIA SCHOOL

(End of clause)

JCCI CLAUSES

252.225-7040 Contractor Personnel Authorized to Accompany U.S. Armed Forces


Deployed Outside the United States.

As prescribed in 225.7402-5(a), use the following clause:

CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES


DEPLOYED OUTSIDE THE UNITED STATES (JUL 2009

(a) Definitions. As used in this clause—

“Combatant Commander” means the commander of a unified or specified combatant


command established in accordance with 10 U.S.C. 161.

“Designated operational area” means a geographic area designated by the combatant commander
or subordinate joint force commander for the conduct or support of specified military operations.

“Law of war” means that part of international law that regulates the conduct of armed
hostilities. The law of war encompasses all international law for the conduct of hostilities binding on
the United States or its individual citizens, including treaties and international agreements to which
the United States is a party, and applicable customary international law.

“Subordinate joint force commander” means a sub-unified commander or joint task force
commander.

(b) General.

(1) This clause applies when Contractor personnel are authorized to accompany U.S.
Armed Forces deployed outside the United States in—
W5K9ZM-11-R-0002

Page 43 of 66

(i) Contingency operations

(ii) Humanitarian or peacekeeping operations; or

(iii) Other military operations or military exercises, when designated by the


Combatant Commander.

(2) Contract performance in support of U.S. Armed Forces deployed outside the
United States may require work in dangerous or austere conditions. Except as otherwise provided in
the contract, the Contractor accepts the risks associated with required contract performance in such
operations.

(3) Contractor personnel are civilians accompanying the U.S. Armed Forces.

(i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only
authorized to use deadly force in self-defense.

(ii) Contractor personnel performing security functions are also authorized to use deadly
force when such force reasonably appears necessary to execute their security mission to protect
assets/persons, consistent with the terms and conditions contained in their contract or with their job
description and terms of employment.

(iii) Unless immune from host nation jurisdiction by virtue of an international agreement
or international law, inappropriate use of force by contractor personnel authorized to accompany the
U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil
liability (see paragraphs (d) and (j)(3) of this clause).

(4) Service performed by Contractor personnel subject to this clause is not active duty or service
under 38 U.S.C. 106 note.

(c) Support.

(1)(i) The Combatant Commander will develop a security plan for protection of
Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the
Combatant Commander decides it is in the interests of the Government to provide security
because—

(A) The Contractor cannot obtain effective security services;

(B) Effective security services are unavailable at a reasonable cost; or

(C) Threat conditions necessitate security through military means.

(ii) The Contracting Officer shall include in the contract the level of
protection to be provided to Contractor personnel.

(iii) In appropriate cases, the Combatant Commander may provide security


through military means, commensurate with the level of security provided DoD civilians.
W5K9ZM-11-R-0002

Page 44 of 66

(2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed
Forces in the designated operational area are authorized to receive resuscitative care, stabilization,
hospitalization at level III military treatment facilities, and assistance with patient movement in
emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to
stabilization and short-term medical treatment with an emphasis on return to duty or placement in
the patient movement system.

(ii) When the Government provides medical treatment or transportation of Contractor


personnel to a selected civilian facility, the Contractor shall ensure that the Government is
reimbursed for any costs associated with such treatment or transportation.

(iii) Medical or dental care beyond this standard is not authorized unless specified
elsewhere in this contract.

(3) Unless specified elsewhere in this contract, the Contractor is responsible for all
other support required for its personnel engaged in the designated operational area under this
contract.

(4) Contractor personnel must have a letter of authorization issued by the


Contracting Officer in order to process through a deployment center or to travel to, from, or within
the designated operational area. The letter of authorization also will identify any additional
authorizations, privileges, or Government support that Contractor personnel are entitled to under
this contract.

(d) Compliance with laws and regulations.

(1) The Contractor shall comply with, and shall ensure that its personnel authorized
to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1)
of this clause are familiar with and comply with, all applicable—

(i) United States, host country, and third country national laws;

(ii) Provisions of the law of war, as well as any other applicable treaties and
international agreements;

(iii) United States regulations, directives, instructions, policies, and


procedures; and

(iv) Orders, directives, and instructions issued by the Combatant


Commander, including those relating to force protection, security, health, safety, or relations and
interaction with local nationals.

(2) The Contractor shall institute and implement an effective program to prevent
violations of the law of war by its employees and subcontractors, including law of war training in
accordance with paragraph (e)(1)(vii) of this clause.

(e) Pre-deployment requirements.


W5K9ZM-11-R-0002

Page 45 of 66

(1) The Contractor shall ensure that the following requirements are met prior to
deploying personnel authorized to accompany U.S. Armed Forces. Specific requirements for each
category may be specified in the statement of work or elsewhere in the contract.

(i) All required security and background checks are complete and acceptable.

(ii) All deploying personnel meet the minimum medical screening


requirements and have received all required immunizations as specified in the contract. The
Government will provide, at no cost to the Contractor, any theater-specific immunizations and/or
medications not available to the general public.

(iii) Deploying personnel have all necessary passports, visas, and other
documents required to enter and exit a designated operational area and have a Geneva Conventions
identification card, or other appropriate DoD identity credential, from the deployment center. Any
Common Access Card issued to deploying personnel shall contain the access permissions allowed by
the letter of authorization issued in accordance with paragraph (c)(4) of this clause.

(iv) Special area, country, and theater clearance is obtained for personnel.
Clearance requirements are in DoD Directive 4500.54, Official Temporary Duty Abroad, and DoD
4500.54-G, DoD Foreign Clearance Guide. Contractor personnel are considered non-DoD personnel
traveling under DoD sponsorship.

(v) All personnel have received personal security training. At a minimum,


the training shall—

(A) Cover safety and security issues facing employees overseas;

(B) Identify safety and security contingency planning activities; and

(C) Identify ways to utilize safety and security personnel and other
resources appropriately.

(vi) All personnel have received isolated personnel training, if specified in


the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD
Civilian and Contractors.

(vii) Personnel have received law of war training as follows:

(A) Basic training is required for all Contractor personnel authorized


to accompany U.S. Armed Forces deployed outside the United States. The basic training will be
provided through—

(1) A military-run training center; or

(2) A web-based source, if specified in the contract or approved by


the Contracting Officer.

(B) Advanced training, commensurate with their duties and


responsibilities, may be required for some Contractor personnel as specified in the contract.
W5K9ZM-11-R-0002

Page 46 of 66

(2) The Contractor shall notify all personnel who are not a host country national, or
who are not ordinarily resident in the host country, that—

(i) Such employees, and dependents residing with such employees, who
engage in conduct outside the United States that would constitute an offense punishable by
imprisonment for more than one year if the conduct had been engaged in within the special maritime
and territorial jurisdiction of the United States, may potentially be subject to the criminal
jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of
2000 (18 U.S.C. 3621, et seq.);

(ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal
jurisdiction also extends to conduct that is determined to constitute a war crime when committed by
a civilian national of the United States;

(iii) Other laws may provide for prosecution of U.S. nationals who commit
offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions
outside the United States (18 U.S.C. 7(9)); and

(iv) In time of declared war or a contingency operation, Contractor personnel authorized


to accompany U.S. Armed Forces in the field are subject to the jurisdiction of the Uniform Code of
Military Justice under 10 U.S.C. 802(a)(10).

(f) Processing and departure points. Deployed Contractor personnel shall—

(1) Process through the deployment center designated in the contract, or as


otherwise directed by the Contracting Officer, prior to deploying. The deployment center will
conduct deployment processing to ensure visibility and accountability of Contractor personnel and to
ensure that all deployment requirements are met, including the requirements specified in paragraph
(e)(1) of this clause;

(2) Use the point of departure and transportation mode directed by the Contracting
Officer; and

(3) Process through a Joint Reception Center (JRC) upon arrival at the deployed
location. The JRC will validate personnel accountability, ensure that specific designated operational
area entrance requirements are met, and brief Contractor personnel on theater-specific policies and
procedures.

(g) Personnel data.

(1) The Contractor shall enter before deployment and maintain data for all Contractor
personnel that are authorized to accompany U.S. Armed Forces deployed outside the United States
as specified in paragraph (b)(1) of this clause. The Contractor shall use the Synchronized
Predeployment and Operational Tracker (SPOT) web-based system, at
http://www.dod.mil/bta/products/spot.html, to enter and maintain the data.

(2) The Contractor shall ensure that all employees in the database have a current DD Form
93, Record of Emergency Data Card, on file with both the Contractor and the designated
Government official. The Contracting Officer will inform the Contractor of the Government official
designated to receive this data card.
W5K9ZM-11-R-0002

Page 47 of 66

(h) Contractor personnel.

(1) The Contracting Officer may direct the Contractor, at its own expense, to remove and
replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who
fail to comply with or violate applicable requirements of this contract. Such action may be taken at
the Government’s discretion without prejudice to its rights under any other provision of this
contract, including the Termination for Default clause.

(2) The Contractor shall have a plan on file showing how the Contractor would replace
employees who are unavailable for deployment or who need to be replaced during deployment. The
Contractor shall keep this plan current and shall provide a copy to the Contracting Officer upon
request. The plan shall—

(i) Identify all personnel who are subject to military mobilization;

(ii) Detail how the position would be filled if the individual were mobilized; and

(iii) Identify all personnel who occupy a position that the Contracting Officer has
designated as mission essential.

(3) Contractor personnel shall report to the Combatant Commander or a designee, or


through other channels such as the military police, a judge advocate, or an inspector general, any
suspected or alleged conduct for which there is credible information that such conduct—

(i) Constitutes violation of the law of war; or

(ii) Occurred during any other military operations and would constitute a violation of
the law of war if it occurred during an armed conflict.

(i) Military clothing and protective equipment.

(1) Contractor personnel are prohibited from wearing military clothing unless
specifically authorized in writing by the Combatant Commander. If authorized to wear military
clothing, Contractor personnel must—

(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to


be distinguishable from military personnel, consistent with force protection measures; and

(ii) Carry the written authorization with them at all times.

(2) Contractor personnel may wear military-unique organizational clothing and


individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or
chemical protective equipment.

(3) The deployment center, or the Combatant Commander, shall issue OCIE and
shall provide training, if necessary, to ensure the safety and security of Contractor personnel.

(4) The Contractor shall ensure that all issued OCIE is returned to the point of
issue, unless otherwise directed by the Contracting Officer.
W5K9ZM-11-R-0002

Page 48 of 66

(j) Weapons.

(1) If the Contractor requests that its personnel performing in the designated
operational area be authorized to carry weapons, the request shall be made through the Contracting
Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph
6.3.4.1 or, if the contract is for security services, paragraph 6.3.5.3. The Combatant Commander will
determine whether to authorize in-theater Contractor personnel to carry weapons and what weapons
and ammunition will be allowed.

(2) If the Contracting Officer, subject to the approval of the Combatant Commander,
authorizes the carrying of weapons—

(i) The Contracting Officer may authorize the Contractor to issue Contractor-
owned weapons and ammunition to specified employees; or

(ii) The [Contracting Officer to specify the appropriate individual, e.g.,


Contracting Officer’s Representative, Regional Security Officer] may issue Government-furnished
weapons and ammunition to the Contractor for issuance to specified Contractor employees.

(3) The Contractor shall ensure that its personnel who are authorized to carry
weapons—

(i) Are adequately trained to carry and use them—

(A) Safely;

(B) With full understanding of, and adherence to, the rules of the use
of force issued by the Combatant Commander; and

(C) In compliance with applicable agency policies, agreements, rules,


regulations, and other applicable law;

(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

(iii) Adhere to all guidance and orders issued by the Combatant Commander
regarding possession, use, safety, and accountability of weapons and ammunition.

(4) Whether or not weapons are Government-furnished, all liability for the use of any
weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using
such weapon.

(5) Upon redeployment or revocation by the Combatant Commander of the


Contractor’s authorization to issue firearms, the Contractor shall ensure that all Government-issued
weapons and unexpended ammunition are returned as directed by the Contracting Officer.

(k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to
operate all vehicles or equipment necessary to perform the contract in the designated operational
area.
W5K9ZM-11-R-0002

Page 49 of 66

(l) Purchase of scarce goods and services. If the Combatant Commander has established an
organization for the designated operational area whose function is to determine that certain items
are scarce goods or services, the Contractor shall coordinate with that organization local purchases of
goods and services designated as scarce, in accordance with instructions provided by the Contracting
Officer.

(m) Evacuation.

(1) If the Combatant Commander orders a mandatory evacuation of some or all


personnel, the Government will provide assistance, to the extent available, to United States and
third country national Contractor personnel.

(2) In the event of a non-mandatory evacuation order, unless authorized in writing


by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet
obligations under this contract.

(n) Next of kin notification and personnel recovery.

(1) The Contractor shall be responsible for notification of the employee-designated


next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated,
missing, detained, captured, or abducted.

(2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel,
the Government will assist in personnel recovery actions in accordance with DoD Directive
3002.01E, Personnel Recovery in the Department of Defense.

(o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying
the U.S. Armed Forces will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs
Policy.

(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this
contract, the Contracting Officer may, at any time, by written order identified as a change order,
make changes in the place of performance or Government-furnished facilities, equipment, material,
services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to
the provisions of the Changes clause of this contract.

(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including
this paragraph (q), in all subcontracts when subcontractor personnel are authorized to accompany
U.S. Armed Forces deployed outside the United States in—

(1) Contingency operations;

(2) Humanitarian or peacekeeping operations; or

(3) Other military operations or military exercises, when designated by the


Combatant Commander.

(End of clause)
W5K9ZM-11-R-0002

Page 50 of 66

252.225-7997 ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RELATING TO ALLEGED


CRIMES BY OR AGAINST CONTRACTOR PERSONNEL IN IRAQ AND AFGHANISTAN
(DEVIATION) (DEC 2009)

(a) The Contractor shall report to the appropriate investigative authorities any alleged offenses under-­
(1) The Uniform Code of Military Justice (chapter 47 of title 10, United States Code) (applicable to contractors
serving with or accompanying an armed force in the field during a declared war or a contingency operation); or
(2) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code).
(b) The Contractor shall provide to all contractor personnel who will perform work on a contract in Iraq or
Afghanistan, before beginning such work, information on the following:
(1) How and where to report an alleged crime described in paragraph (a) of this clause.
(2) Where to seek victim and witness protection and assistance available to contractor personnel in connection with
an alleged offense described in paragraph (a) of this clause.

(End of clause.)

252.246-9999, Safety of Facilities, Infrastructure and Equipment for Military Operations (Deviation) (April
2010)

(a) Definition. “Discipline Working Group,” as used in this clause, means representatives from the DoD
Components, as defined in MIL-STD-3007F, who are responsible for the unification and maintenance of the Unified
Facilities Criteria (UFC) documents for a particular discipline area.

(b) The Contractor shall ensure, consistent with the requirements of the applicable inspection clause in this
contract, that the facilities, infrastructure, and equipment acquired, constructed, installed, repaired, maintained, or
operated under this contract comply with Unified Facilities Criteria (UFC) 1-200-01 for--—

(1) Fire protection;


(2) Structural integrity;
(3) Electrical systems;
(4) Plumbing;
(5) Water treatment;
(6) Waste disposal; and
(7) Telecommunications networks.

(c) The Contractor may apply a standard equivalent to or more stringent than UFC 1-200-01 upon a written
determination of the acceptability of the standard by the Contracting Officer with the concurrence of the relevant
Discipline Working Group.

(End of clause)

CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF


RESPONSIBILITY (DEVIATION 2007-O0010)

(a) Definitions. As used in this clause—


“Chief of mission” means the principal officer in charge of a diplomatic mission of the United States or of a United
States office abroad which is designated by the Secretary of State as diplomatic in nature, including any individual
W5K9ZM-11-R-0002

Page 51 of 66

assigned under section 502(c) of the Foreign Service Act of 1980 (Public Law 96-465) to be temporarily in charge
of such a mission or office.
“Combatant commander” means the commander of a unified or specified combatant command established in
accordance with 10 U.S.C. 161.
(b) General. (1) This clause applies when contractor personnel are required to perform in the United States Central
Command (USCENTCOM) Area of Responsibility (AOR), and are not covered by the clause at DFARS 252.225-7040,
Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States.
(2) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in
the contract, the Contractor accepts the risks associated with required contract performance in such operations.
(3) Contractor personnel are civilians.
(i) Except as provided in paragraph (b)(3)(ii) of this clause, and in accordance with paragraph (i)(3) of this
clause, contractor personnel are only authorized to use deadly force in self defense.
(ii) Contractor personnel performing security functions are also authorized to use deadly force when use of
such force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with
the terms and conditions contained in the contract or with their job description and terms of employment.

(4) Service performed by contractor personnel subject to this clause is not active duty or service under 38 U.S.C.
106 note.

(c) Support. Unless specified elsewhere in the contract, the Contractor is responsible for all logistical and security support
required for contractor personnel engaged in this contract.
(d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel in
the USCENTCOM AOR are familiar with and comply with, all applicable—
(1) United States, host country, and third country national laws;
(2) Treaties and international agreements;
(3) United States regulations, directives, instructions, policies, and procedures; and
(4) Force protection, security, health, or safety orders, directives, and instructions issued by the Combatant
Commander; however, only the Contracting Officer is authorized to modify the terms and conditions of the contract.
(e) Preliminary personnel requirements. (1) Specific requirements for paragraphs (e)(2)(i) through (e)(2)(vi) of
this clause will be set forth in the statement of work, or elsewhere in the contract.

(2) Before contractor personnel depart from the United States or a third country, and before contractor personnel
residing in the host country begin contract performance in the USCENTCOM AOR, the Contractor shall ensure the
following:
(i) All required security and background checks are complete and acceptable.
(ii) All personnel are medically and physically fit and have received all required vaccinations.
(iii) All personnel have all necessary passports, visas, entry permits, and other documents required for
contractor personnel to enter and exit the foreign country, including those required for in-transit countries.
(iv) All personnel have received theater clearance, if required by the Combatant Commander.
(v) All personnel have received personal security training. The training must at a minimum—
(A) Cover safety and security issues facing employees overseas;
(B) Identify safety and security contingency planning activities; and
(C) Identify ways to utilize safety and security personnel and other resources appropriately.

(vi) All personnel have received isolated personnel training, if specified in the contract. Isolated personnel
are military or civilian personnel separated from their unit or organization in an environment requiring them to
survive, evade, or escape while awaiting rescue or recovery.

(vii) All personnel who are U.S. citizens are registered with the U.S. Embassy or Consulate with
jurisdiction over the area of operations on-line at http://www.travel.state.gov.
W5K9ZM-11-R-0002

Page 52 of 66

(3) The Contractor shall notify all personnel who are not a local national or ordinarily resident in the host country
that—
(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United
States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been
engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to
the criminal jurisdiction of the United States (see the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C.
3261 et seq.);

(ii) Pursuant to the War Crimes Act, 18 U.S.C. 2441, Federal criminal jurisdiction also extends to conduct that is
determined to constitute a violation of the law of war when committed by a civilian national of the United States;

(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of United
States diplomatic, consular, military or other Government missions outside the United States (18 U.S.C. 7(9)).

(f) Processing and departure points. The Contractor shall require its personnel who are arriving from outside the
area of performance to perform in the USCENTCOM AOR to—

(1) Process through the departure center designated in the contract or


complete another process as directed by the Contracting Officer;

(2) Use a specific point of departure and transportation mode as directed by the Contracting Officer; and

(3) Process through a reception center as designated by the Contracting Officer upon arrival at the place
of performance.

(g) Personnel data. (1) The Contractor shall enter, before deployment, or if already in the USCENTCOM AOR,
enter upon becoming an employee under this contract, and maintain current data, including departure date, for all
contractor personnel, including U.S. citizens, U.S. legal aliens, third country nationals, and local national contractor
personnel, who are performing this contract in the USCENTCOM AOR. This requirement excludes—
• Personnel hired under contracts for which the period of performance is less than 30 days; and
• Embarked contractor personnel, while afloat, that are tracked by the Diary Message Reporting System.
(2) The automated web-based system to use for this effort is the Synchronized Predeployment and Operational
Tracker (SPOT). Follow these steps to register in and use SPOT:
(i) SPOT registration can be accomplished by either a Common Access Card or through an Army Knowledge
Online (AKO) account.
(ii) In order to obtain an AKO account, the Contractor shall—
(A) Request the Contracting Officer or other Government point of contract to sponsor its AKO guest
account;
(B) Go to http://www.us.army.mil;
(C) Enter the AKO sponsor username; and
(D) After AKO registration, contact the sponsor to confirm registration.
(iii) Registration in SPOT.
(A) Register for a SPOT account at https://iel.kc.us.army.mil/spotregistration/.

(B) The customer support team must validate user need. This process may take 2 business days.
Company supervisors will be contacted to determine the appropriate level of user access.
(iv) Access to SPOT. Upon approval, all users will access SPOT at https://iel.kc.us.army.mil/spotracker.
W5K9ZM-11-R-0002

Page 53 of 66

(v) SPOT Questions. Refer SPOT application assistance questions to the Customer Support Team at
717-506-1358 or SPOT@technisource.com.
(3) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of
Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting
Officer will inform the Contractor of the Government official designated to receive the data card.
(h) Contractor personnel. The Contracting Officer may direct the Contractor, at its own expense, to remove and
replace any contractor personnel who fail to comply with or violate applicable requirements of this contract. Such
action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this
contract, including termination for default or cause.
(i) Weapons. (1) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the
carrying of weapons—
(i) The Contracting Officer may authorize an approved Contractor to issue Contractor-owned weapons and
ammunition to specified employees; or
(ii) The CONTRACTING OFFICER may issue Government-furnished weapons and ammunition to the
Contractor for issuance to specified contractor employees.
(2) The Contractor shall provide to the Contracting Officer a specific list of personnel for whom authorization to
carry a weapon is requested.
(3) The Contractor shall ensure that its personnel who are authorized to carry weapons—
(i) Are adequately trained to carry and use them—
(A) Safely;
(B) With full understanding of, and adherence to, the rules of the use of force issued by the
Combatant Commander; and
(C) In compliance with applicable Department of Defense and agency policies, agreements, rules,
regulations, and other applicable law;
(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and
(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use,
safety, and accountability of weapons and ammunition.
(4) Upon revocation by the Contracting Officer of the Contractor’s authorization to possess weapons, the
Contractor shall ensure that all Government-furnished weapons and unexpended ammunition are returned as
directed by the Contracting Officer.
(5) Whether or not weapons are Government-furnished, all liability for the use of any weapon by contractor
personnel rests solely with the Contractor and the Contractor employee using such weapon.
(j) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or
equipment necessary to perform the contract in the area of performance.
(k) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military
clothing unless specifically authorized by the Combatant Commander. If authorized to wear military clothing,
contractor personnel must wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable
from military personnel, consistent with force protection measures.
(2) Contractor personnel may wear specific items required for safety and security, such as ballistic,
nuclear, biological, or chemical protective equipment.
(l) Evacuation. (1) If the Chief of Mission or Combatant Commander orders a mandatory evacuation of some or
all personnel, the Government will provide to United States and third country national contractor personnel the level
of assistance provided to private United States citizens.
(2) In the event of a non-mandatory evacuation order, the Contractor shall maintain personnel on location
sufficient to meet contractual obligations unless instructed to evacuate by the Contracting Officer.
(m) Personnel recovery. In the case of isolated, missing, detained, captured or abducted contractor personnel, the
Government will assist in personnel recovery actions in accordance with DoD Directive 2310.2, Personnel
Recovery.
(n) Notification and return of personal effects. (1) The Contractor shall be responsible for notification of the
employee-designated next of kin, and notification as soon as possible to the U.S. Consul responsible for the area in
which the event occurred, if the employee—
(i) Dies;
(ii) Requires evacuation due to an injury; or
(iii) Is isolated, missing, detained, captured, or abducted.
W5K9ZM-11-R-0002

Page 54 of 66

(2) The Contractor shall also be responsible for the return of all personal effects of deceased or missing contractor
personnel, if appropriate, to next of kin.
(o) Mortuary affairs. Mortuary affairs for contractor personnel who die in the area of performance will be handled
in accordance with DoD Directive 1300.22, Mortuary Affairs Policy.

(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting
Officer may, at any time, by written order identified as a change order, make changes in place of performance or
Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this
paragraph shall be subject to the provisions of the Changes clause of this contract.
(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all
subcontracts that require subcontractor personnel to perform in the USCENTCOM AOR.

(End)
W5K9ZM-11-R-0002

Page 55 of 66

Section 00800 - Special Contract Requirements

CLAUSES INCORPORATED BY REFERENCE

52.236-5 Material and Workmanship APR 1984


52.242-14 Suspension of Work APR 1984
52.246-12 Inspection of Construction AUG 1996

CLAUSES INCORPORATED BY FULL TEXT

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)

The Contractor shall be required to (a) commence work under this contract within TEN (10) calendar days after the
date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire
work ready for use not later than ONE HUNDRED EIGHTY (180) . * The time stated for completion shall
include final cleanup of the premises.

(End of clause)

JCCI CLAUSE 800


C3 CLAUSE 952.201-0001 OMBUDSMAN (JUL 2010)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential
offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to
the source of the concern. The existence of the ombudsman does not affect the authority of the program manager,
contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation
process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another
official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must address their concerns, issues, disagreements,
and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or
performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Deputy
SCO/Competition Advocate.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, contract, delivery order, verify offer due
date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.”

C3 CLAUSE 952.232-0003 PAYMENT IN LOCAL CURRENCY (IRAQ) (JUL 2010)

(a) This contract/purchase order is awarded in Iraqi Dinar (local currency). The contractor will receive payment in
local currency via Electronic Funds Transfer to a local (Iraqi) banking institution. The currency exchange rate will
be determined at the official exchange rate posted by the local DoD Finance office on the date of the payment in
accordance with the Department of Defense Financial Management Regulation.
W5K9ZM-11-R-0002

Page 56 of 66

(b) By exception, the following forms of payment are acceptable when EFT using ITS.gov is determined not
available by the local finance office, in order of priority.

(1) EFT using Limited Depository Account (LDA)


(2) Check from the local finance office LDA
(3) Local currency cash payments (must be approved in writing by the local finance office and contracting office
prior to contract/purchase order award). Payments in cash are restricted to contracts/purchase orders when the
vendor provides proof via a letter from the host nation banking institution that it is not EFT capable and validated by
the local finance office that the vendor’s banking institution is not EFT capable. Cash payments will be made in
Iraqi Dinar.

C3 CLAUSE 952.222-0001 PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING


CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (JUL 2010)

(a) All contractors (“contractors” refers to both prime contractors and all subcontractors at all tiers) are reminded of
the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing,
removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other
actual or purported government identification document, of another person, to prevent or restrict or to attempt to
prevent or restrict, without lawful authority, the person’s liberty to move or travel, in order to maintain the labor or
services of that person.

(b) Contractors are also required to comply with the following provisions:

(1) Contractors shall only hold employee passports and other identification documents discussed above for the
shortest period of time reasonable for administrative processing purposes.

(2) Contractors shall provide all employees with a signed copy of their employment contract, in English as well as
the employee’s native language that defines the terms of their employment/compensation.

(3) Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees.

(4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for
their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee.
Upon contractor’s written request, contracting officers may grant a waiver in writing in cases where the existing
square footage is within 20% of the minimum, and the overall conditions are determined by the contracting officer
to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area.

(5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this
Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the
Government’s Quality Assurance process.

(6) Contractors shall comply with International and Host Nation laws regarding transit/exit/entry procedures, and the
requirements for visas and work permits.

(c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating
the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that
contracting officers and/or their representatives will conduct random checks to ensure contractors and subcontractors
at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports.

(d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts
under his contract.

C3 CLAUSE 952.223-0001 REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS


(JUL 2010)
W5K9ZM-11-R-0002

Page 57 of 66

Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious
injuries or deaths occur.

Report the following information:

Contract Number
Contract Description & Location
Company Name

Reporting party:
Name
Phone number
e-mail address

Victim:
Name
Gender (Male/Female)
Age
Nationality
Country of permanent residence

Incident:
Description
Location
Date and time

Other Pertinent Information

C3 CLAUSE 952.225-0001 ARMING REQUIREMENTS AND PROCEDURES FOR PERSONAL


SECURITY SERVICES CONTRACTORS AND FOR REQUESTS FOR PERSONAL PROTECTION
(JUL 2010)

(a) General. Contractor and its subcontractors at all tiers that require arming under this contract agree to obey all
laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq and Afghanistan,
including U.S. CENTCOM, United States Forces – Iraq (USF-I) and United States Forces – Afghanistan (USFOR-
A) Commander orders, instructions and directives. Contractors will ensure that all employees, including employees
at any tier of subcontracting relationships, armed under the provisions of this contract, comply with the contents of
this clause and with the requirements set forth in the following:

(1) DODI 3020.50, Private Security Contractors (PSCs) Operating in Contingency Operations;
(2) DODI 3020.41, Program Management for Acquisition and Operational Contract Support in Contingency
Operations;
(3) DFARS 252.225-7040, Contractor Personnel Supporting a Force Deployed Outside the United States;
(4) Class Deviation 2007-O0010, Contractor Personnel in the United States Central Command Area of
Responsibility
(5) USFOR-A, FRAGO 09-206, Outlines Management of Armed Contractors and Private Security Companies
Operating in the Combined Joint Operating Area - Afghanistan (CJOA-A)
(6) USF-I OPORD 10-01, Annex C, Appendix 13
(7) U.S. CENTCOM Policy Letter, Mod 1, Personal Protection and Contract Security Service Arming, dated Dec
2005
(8) U.S. CENTCOM Policy Letter, Mod 3, Civilian and Contractor Arming Policy and Delegation of Authority for
Iraq and Afghanistan, dated Nov 2006
W5K9ZM-11-R-0002

Page 58 of 66

(9) U.S. CENTCOM Policy Letter, Mod 3, Civilian and Contractor Arming Policy and Delegation of Authority for
Iraq and Afghanistan, dated Jun 2009

(b) Required Government Documentation. The unit requesting the contractor security shall provide a description of
the following to the arming approval authority and to the contracting officer:

(1) The specific location where the PSC will operate;


(2) The persons and/or property that require protection;
(3) The anticipated threat;
(4) The required weapon types; and
(5) The reason current security/police forces are inadequate.

(c) Required Contractor Documentation. Contractors and their subcontractors at all tiers that require arming
approval shall provide the following to the contracting officer representative (COR):

(d) Documentation that each employee who will be armed under the contract received the following training—

(1) Weapons Qualification/Familiarization. All employees must meet the qualification requirements established by
any DoD or other U.S. government agency, Law of Armed Conflict (LOAC); Rules for the Use of Force (RUF), as
defined in the U.S. CENTCOM Policy, dated 23 December 2005; and distinction between the above-prescribed
RUF and the Rules of Engagement (ROE), which are applicable only to military forces.

(2) Completed DD Form 2760 (or equivalent documentation) for each armed employee, indicating that the employee
is not otherwise prohibited under U.S. law from possessing the required weapon or ammunition.

(3) One (1) copy of a business license from the Iraqi or Afghani Ministry of Trade or Interior;

(4) One (1) copy of an operating license (or a temporary operating license) from the Ministry of Interior;

(e) A communications plan that, at a minimum, sets forth the following:

(1) The contractor’s method of notifying military forces and requesting assistance where hostilities arise or combat
action is needed;

(2) How relevant threat information will be shared between contractor security personnel
and U.S. military forces; and

(3) How the contractor will coordinate transportation with appropriate military authorities.

(f) An acceptable plan for accomplishing background checks on all contractor and subcontractor employees who
will be armed under the contract. The contractor shall, at a minimum, perform the following (which will be
specifically addressed in its plan and which will be documented and furnished to the COR upon completion):

(1) Use one or more of the following sources when conducting the background checks: Interpol, FBI, Country of
Origin Criminal Records, Country of Origin U.S. Embassy Information Request, CIA records, and/or any other
records available;
(2) Verify with USF-I or Afghanistan Regional Command East – Commanding General Provost Marshal that no
employee has been barred by any commander within Iraq or Afghanistan; and
(3) Certify, after completing all checks, that all persons armed under this contract are not prohibited under U.S. law
from possessing a weapon or ammunition.

(g) Required Contractor Acknowledgements. Contractors and their subcontractors at all tiers that require arming
approval will provide written acknowledgement of the following to the COR:
W5K9ZM-11-R-0002

Page 59 of 66

(h) Penalties for Non-Compliance. Failure of contractor or subcontractor employee(s) to comply with the laws,
regulations, orders, and rules (including those specified herein) governing the use of force may result in the
revocation of weapons authorization for such employee(s). Where appropriate, such failure may also result in the
total revocation of weapons authorization for the contractor (or subcontractor) and sanctions under the contract,
including termination.

(i) Criminal and Civil Liability. Arming of contractor or subcontractor employees under this contract may subject
the contractor, its subcontractors, and persons employed by the same, to U.S. and Host Nation prosecution and civil
liability. “Host Nation” refers to the nation or nations where services under this contract are performed.

(j) Lapses in Training. Failure to successfully retrain an employee who is armed under this contract within twelve
(12) months of the last training date will constitute a lapse in the employee’s authorization to possess and carry the
weapon. All unauthorized employees will immediately surrender their weapon to the contractor and will remain
unarmed until such time as they are retrained and the COR determines that the retraining is sufficient.

(k) Authorized Weapon & Ammunition Types. Unless DCDRUSCENTCOM (or a designee) provides otherwise, all
arming requests and authorizations for contractor or subcontractor employees under this contract shall be limited to
U.S. Government approved weapons and ammunition. This restriction applies to all weapons in the possession of
contractor employees, even if such weapons are required for personal protection. The following weapons and
ammunition are currently authorized by the U.S. Government for use in Iraq and Afghanistan:

(1) The M9, M4, M16, or equivalent (e.g. .45 CAL, AK-47).
(2) The M9 or equivalent sidearm will be the standard personal protection weapon unless other weapons are
specifically requested and approved.
(3) U.S. government Ball ammunition is the standard approved ammunition.

(l) Requirements for Individual Weapons Possession. All employees of the contractor and its subcontractors at all
tiers who are armed under this contract must:

(1) Possess only those U.S. Government-approved weapons and ammunition for which they are qualified under the
training requirements of section (c);
(2) Carry weapons only when on duty or at a specific post;
(3) Not conceal any weapons, unless specifically authorized;
(4) Carry proof of authorization to be armed. Employees not possessing such proof will be deemed unauthorized and
must surrender their weapon to their employer; and
(5) IAW USCENTCOM G.O. #1, consumption of alcohol in Iraq or Afghanistan is prohibited. In the event of a
suspension or an exception to G.O. #1, employees shall not consume any alcoholic beverage while armed or within
eight (8) hours of the next work period where they will be armed.

(m) Weapons/Equipment Restrictions and Responsibilities. Unless otherwise provided, the U.S. Government will
not provide any weapons or ammunition to contractors, their subcontractors, or any employees of the same. The
Contractor will provide all weapons and ammunition to those employees that will be armed under the contract. The
contractor and its subcontractors at all tiers will also provide interceptor body armor, ballistic helmets, and the
Nuclear, Biological, and Chemical (NBC) protective masks to those employees that require such equipment in the
performance of their duties.

(n) Rules for the Use of Force (RUF). In addition to the RUF and ROE training referenced in paragraph (c), the
contractor and its subcontractors at all tiers will monitor and report all activities of its armed employees that may
violate the RUF. Prompt reporting demonstrates a desire by the contractor and its subcontractors to minimize the
impact of any violations and, therefore, will be given favorable consideration. Violations of the RUF include, though
are not limited to:

(1) Taking a direct part in hostilities or combat actions, other than to exercise self-defense;
(2) Failing to cooperate with Coalition and Host Nation forces;
W5K9ZM-11-R-0002

Page 60 of 66

(3) Using deadly force, other than in self-defense where there is a reasonable belief of imminent risk of death or
serious bodily harm;
(4) Failing to use a graduated force approach;
(5) Failing to treat the local civilians with humanity or respect; and
(6) Detaining local civilians, other than in self-defense or as reflected in the contract terms.

(o) Retention and Review of Records. The Contractor and all subcontractors at all tiers shall maintain records on
weapons training, LOAC, RUF and the screening of employees for at least six (6) months following the expiration
(or termination) of the contract. The Contractor and its subcontractors at all tiers shall make these records available
to the Contracting Officer or designated representative, at no additional cost to the government, within 72 hours of a
request.

(p) Contractor Vehicles. Vehicles used by contractor and subcontractor personnel in the course of their security
duties shall not be painted or marked to resemble U.S./Coalition or host nation military and police force vehicles.

(q) Quarterly Reporting. The prime contractor will report quarterly (i.e. NLT 1 January, 1 April, 1 July and 1
October for each quarter of the calendar year) to the Contracting Officer responsible for this contract, and any other
organization designated by the Contracting Officer, the following information under this contract:

(1) The total number of armed civilians and contractors;


(2) The names and contact information of its subcontractors at all tiers; and
(3) A general assessment of the threat conditions, adequacy of force numbers, and any problems that might require a
change to force levels. Note: this information is in addition to the information the contractor promises to
immediately provide under the communications plan referenced at paragraph (c)(5).

C3 CLAUSE 952.225-0002 ARMED PERSONNEL INCIDENT REPORTS (JUL 2010)

(a) All contractors and subcontractors in the United States Forces-Iraq (USF-I) or United States Forces-Afghanistan
(USFOR-A) theater of operations shall comply with and shall ensure that their personnel supporting USF-I or
USFOR-A forces are familiar with and comply with all applicable orders, directives, and instructions issued by the
respective USF-I or USFOR-A Commanders relating to force protection and safety.

(b) IRAQ: Contractors shall provide all incidents and use of weapons firing incidents to the USF-I Contractor
Operations Cell (CONOC) as soon as practical, based upon the situation, and submit a written report to CONOC
within 4 hours. The initial report shall include the name of the company, location of the incident, time when the
incident occurred, a brief description of the events leading up to the incident, and a company point of contact. A
follow-up, comprehensive written report shall be provided to the CONOC within 96 hours of the incident. Reports
shall be submitted to CONOC at: mncic3conoc@iraq.centcom.mil;, DSN 318-435-2369; Iraqna 0044 203 286 9851
or 0044 203 239 5894; or Skype: MNCICONOC.

(c) AFGHANISTAN: Contractors shall immediately report all incidents and use of weapons through their
Contracting Officers Representative (CORs) who will notify the Contracting Officer. Contracting Officers are
responsible to notify the SCO-A Chief of Operations and the JOC @ USFOR-A (JOC SHIFT DIRECTOR, DSN:
318-237-1761) Information should include: the name of the company, where the incident occurred, time when the
incident occurred, a brief description of the events leading up to the incident, and a point of contact for the company.
The SCO-A Chief of Operations in coordination with the JOC will issue guidance for further reporting requirements.

(d) Contractors shall provide first aid and request MEDEVAC of injured persons, and remain available for U.S. or
Coalition response forces, based upon the situation. In the event contractor personnel are detained by U.S. or
Coalition Forces, prolonged detention due to lack of proper identification can be alleviated by contractor personnel
possessing on their person information that includes the contractor’s name, the contract number, a contractor
management POC, and the phone number of the CONOC/JOC Watch.
W5K9ZM-11-R-0002

Page 61 of 66

C3 CLAUSE 952.225-0003 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS (JUL
2010)

(a) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed
employees, the provisions for care offered under this section, and redeployment of individuals determined to be
unfit. Contractor personnel who deploy for multiple tours, for more than 12 months total must be re-evaluated for
fitness to deploy. An examination will remain valid for 15 months from the date of the physical. The contractor
bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the
performance location. The contractor shall include this information and requirement in all subcontracts with
performance in the theater of operations.

(b) The contractor shall not deploy an individual with any of the following conditions unless approved by the
appropriate CENTCOM Service Component (i.e. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the
wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and
chemical/biological protective garments; conditions which prohibit required theater immunizations or medications;
conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and
biological protective’s and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic
coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of
coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40%); dysrhythmias
or arrhythmias, either symptomatic or requiring medical or electrophysiological control; uncontrolled hypertension,
current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly
diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance,
examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care
within six months’ time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate
restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1
year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere’s Disease or
other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent
syncope, ataxias, new diagnosis (< 1 year) of mood disorder, thought disorder, anxiety, somatoform, or dissociative
disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia;
renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement;
requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders.
(Reference: Mod 10 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, Annex Q to
USF-I OPORD 10-01, FRAGO 897 to CJTF-82 OPORD 07-03, PPG-Tab A: Amplification of the Minimal
Standards of Fitness for Deployment to the CENTCOM AOR).

(c) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI 225.74),
resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance
with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided.
Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on
return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical
treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones,
lacerations, broken teeth or lost fillings.

(d) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or
known, routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not
authorized.

(e) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-
related services or transportation rendered. To view reimbursement rates that will be charged for services at all DoD
deployed medical facilities please got to the following website: http://comptroller.defense.gov/rates/fy2010.html
(change fiscal year as applicable).

C3 CLAUSE 952.225‐0004 COMPLIANCE WITH LAWS AND REGULATIONS (JUL 2010)


W5K9ZM-11-R-0002

Page 62 of 66

(a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees,
at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command
orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM,
Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and
directives.

(b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to
carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are
subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition
on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human
casualties or military security measures.

(c) Contractor employees may be ordered removed from secure military installations or the theater of operations by
order of the senior military commander of the battle space for acts that disrupt good order and discipline or violate
applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with
any such order to remove its contractor employee.

(d) Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to the
jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act
(18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and
the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while
performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may
be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements.

(e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or
accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under
the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or
contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court
Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement
within the AOR or administratively attached to a military command pending resolution of a criminal investigation.

(f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an
employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure
the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the
departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart
Iraq or Afghanistan without approval from the senior U.S. commander in the country.

C3 CLAUSE 952.225-0005 MONTHLY CONTRACTOR CENSUS REPORTING (JUL 2010)

Contractor shall provide monthly employee census information to the Contracting Officer, by province, for this
contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the
25th day of each month and received by the Contracting Officer no later than the first day of the following month.
The following information shall be provided for each province in which work was performed:

(1) The total number (prime and subcontractors at all tiers) employees.
(2) The total number (prime and subcontractors at all tiers) of U.S. citizens.
(3) The total number (prime and subcontractors at all tiers) of local nationals (LN).
(4) The total number (prime and subcontractors at all tiers) of third-country nationals (TCN).
(5) Name of province in which the work was performed.
(6) The names of all company employees who enter and update employee data in the Synchronized Pre-deployment
& Operational Tracker (SPOT) IAW DFARS
W5K9ZM-11-R-0002

Page 63 of 66

C3 CLAUSE 952.225-0009 MEDICAL SCREENING AND VACCINATION REQUIREMENTS FOR


LOCALLY HIRED EMPLOYEES (JUL 2010)

(a) Contractors, and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hired
employees, including Local National (LN), Third Country National, and U.S. employees, working on military have
been screened for and do not currently have active tuberculosis (TB).

(1) Contractors may utilize a testing method of either a chest x-ray or TB skin test (TST).

(i) Chest x-rays shall be taken and TSTs administered within 90 days prior to the start of employment.

(ii) Screening may be performed either by a licensed medical provider from the local economy or by contractors’
licensed medical staffs. Contractors shall maintain medical screening documentation and make it available to the
Contracting Officer upon request.

(2) TB screening documentation shall be provided to the responsible Base Defense Operations Center (BDOC) prior
to issuance of base access badges.

(b) Contractor employees, including subcontractors at any tier, who work in positions where they are working with
food or water production and distribution, shall have current Typhoid and Hepatitis “A” (full series) vaccinations, in
addition to the TB tests required
above.

(c) At least the first inoculation in the Hepatitis “A” series must be given prior to the start of employment, with
continuation and completion of the inoculation series. Once the complete Hepatitis “A” vaccination series is
completed, it does not have to be repeated.

(1) The Typhoid inoculation must be completed within two years prior to the date of employment in the food and
water service capacity. The Typhoid vaccination requires a booster immunization every three years.

(2) Proof of individual employee vaccinations shall be provided to the Contracting Officer and COR proof that their
employees and their subcontractor (at any tier) employees have received the above vaccinations. The contractor
shall maintain their employees’ vaccination records for examination by the Contracting Officer. The contractor shall
ensure that their subcontractors at any tier maintain their respective employees’’ vaccination records for examination
by the Contracting Officer.

C3 CLAUSE 952.225-0011 GOVERNMENT FURNISHED CONTRACTOR SUPPORT (JUL 2010)

The following is a summary of the type of support the Government will provide the contractor, on an “as-available”
basis. In the event of any discrepancy between this summary and the description of services in the Statement of
Work, this clause will take precedence
.
U.S. Citizens Accompanying the Force

___APO/FPO/MPO/Postal Services ___DFACs ___Mil Issue Equip


___Authorized Weapon ___Excess Baggage ___MILAIR
___Billeting ___Fuel Authorized ___MWR
___CAAF ___Govt Furnished Meals ___Resuscitative Care
___Controlled Access (CAC)/ID Card ___Military Banking ___Transportation
___Commissary ___Military Clothing ___All
___Dependents Authorized ___Military Exchange ___None

Third-Country National (TCN) Employees


W5K9ZM-11-R-0002

Page 64 of 66

___APO/FPO/MPO/Postal Services ___DFACs ___Mil Issue Equip


___Authorized Weapon ___Excess Baggage ___MILAIR
___Billeting ___Fuel Authorized ___MWR
___CAAF ___Govt Furnished Meals ___Resuscitative Care
___Controlled Access (CAC)/ID Card ___Military Banking ___Transportation
___Commissary ___Military Clothing ___All
___Dependents Authorized ___Military Exchange ___None

Local National (LN) Employees

___APO/FPO/MPO/Postal Services ___DFACs ___Mil Issue Equip


___Authorized Weapon ___Excess Baggage ___MILAIR
___Billeting ___Fuel Authorized ___MWR
___CAAF ___Govt Furnished Meals ___Resuscitative Care
___Controlled Access (CAC)/ID Card ___Military Banking ___Transportation
___Commissary ___Military Clothing ___All
___Dependents Authorized ___Military Exchange ___None

C3 CLAUSE 952.225-0013 CONTRACTOR HEALTH AND SAFETY (JUL 2010)

(a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL
Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms
shall be installed and maintained in compliance with these standards and must be properly supported and staffed to
ensure perpetual Code compliance, prevent hazards and to quickly correct any hazards to maximize safety of those
who use or work at the infrastructure (NEC Table 352.20). The government has the authority to enter and inspect
contractor employee living quarters at any time to ensure the prime contractor is complying with safety compliance
standards outlined in the 2008 National Electric Code (NEC).

(b) The contractor shall correct all deficiencies within a reasonable amount of time of contractor becoming aware of
the deficiency either by notice from the government or a third party, or discovery by the contractor. Further
guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link
http://www.nfpa.org.

C3 CLAUSE 952.225-0015 SUBCONTRACTING REQUIREMENTS (JUL 2010)

(a) Performance of work by a host nation contractor when utilizing a subcontractor. All subcontract agreements with
host nation firms entered into after contract award must be approved in advance by the Contracting Officer. The
contractor shall provide the information identified below to the Contracting Officer with any request for subcontract
agreement approval.

(1) The contractor shall provide the following in its request for each subcontractor:

(i) The total proposed amount of the work (in terms of proposed price/cost) to be performed by the offeror;
(ii) Name and address of the subcontractor;
(iii) A copy of Iraqi/Afghan business license;
(iv) The banking information for each subcontractor to include but not limited to the bank name, routing identifier,
account number and name(s) on account(s); (v) The information on the subcontractors’s key personnel (to include
full name, address, nationality, passport # - as applicable, and date of birth);
(vi) The total proposed amount of work (in terms of proposed price/cost) to be performed by the subcontractor under
the contract, task order, or delivery order, or other contract mechanism.
W5K9ZM-11-R-0002

Page 65 of 66

(vii) Description of the added value provided to the contractor as related to the work to be performed by the
subcontractor

(2) If an approved subcontractor, under the awarded contract, task order, delivery order, or other contract
mechanism, intends to subcontract to a lower-tier subcontractor for work to be performed under its subcontract, the
contractor shall provide the following to the Contracting Officer identified in its proposal:

(i) The amount of the subcontractor’s price/costs applicable to the work to be performed by the lower-tier
subcontractor; and
(ii) A description of the added value provided by the subcontractor as related to the work to be performed by the
lower-tier subcontractor.

(b) Payrolls and basic records.


The contractor and its subcontractors shall maintain payrolls and basic payroll records for all personnel working on
the contract during the performance and shall make them available to the government until 3 years after contract
completion. The records shall contain the name of each employee, labor classifications, hourly rates of wages paid,
daily and weekly number of hours worked, deductions made, and actual wages paid.

(c) Lower-tier Subcontracts.


Lower-tier Subcontracts. The contractor shall insert the provisions set forth in paragraphs (a) and (b) of this clause in
subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to
include these provisions in any such lower-tier subcontracts. The contractor shall be responsible for compliance by
any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) and (b) of this clause.

(d) Private Security.


If any contractor and its subcontractors at all tiers require arming or private security under this contract they shall
agree to obey all laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq
and Afghanistan, including U.S. CENTCOM, United States Forces – Iraq (USF-I) and United States Forces –
Afghanistan (USFOR-A) Commander orders, instructions and directives. Contractors will ensure that all employees,
including employees at any tier of subcontracting relationships, armed under the provisions of this contract, comply
with the contents of clause 952.225-0001, Arming Requirements and Procedures for Personal Security Services
Contractors and for Requests for Personal Protection.

C3 CLAUSE 952.228-0001 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT) (JUL


2010)

(a) This C3 clause supplements FAR Clause 52.228-3 Workers’ Compensation Insurance (Defense Base Act).

(b) The contractor shall procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between
the U.S. Army Corps of Engineers (USACE) and CNA Insurance unless the contractor has a DBA self-insurance
program approved by the Department of Labor. Proof of this self-insurance shall be provided to the Contracting
Officer. The contractor shall submit proof of a valid DBA Insurance policy with CNA Insurance for the Prime and
their Subcontractors at every tier prior to performance of the contract. The current rates under the USACE and JCC-
I/A contract are as follows:

Services $4.00 per $100 of employee remuneration


Construction $6.00 per $100 of employee remuneration
Aviation $17.00 per $100 of employee remuneration
Security $10.00 per $100 of employee remuneration

NOTE: More than one rate may be applicable as more than one type of labor may be utilized for a particular
contract.
W5K9ZM-11-R-0002

Page 66 of 66

(c) The contractor shall insert a Special Contract Requirement substantially the same as this one in all subcontracts
(at every tier) to which DBA is applicable.

(d) Should the rates for DBA insurance coverage increase or decrease during the performance of this contract, the
contract shall be modified accordingly. However, the revised rates will not be applicable until the Contractor’s or
Subcontractor’s DBA Insurance policy is due to be renewed.

(e) Premiums will be reimbursed only if coverage is purchased through the USACE mandatory requirements DBA
contract administered by CNA Insurance and their managing broker, Rutherfoord International.

(f) Claims Reporting – The Contractor shall make timely Defense Base Act insurance claims on behalf of each
employee who is injured or killed in the course of their employment under this contract, and shall ensure that similar
language is in each Subcontractor’s contract. The Contractor shall provide monthly reports to the Contracting
Officer, providing the names of each such injured or deceased employee, the circumstances surrounding each injury
or death, the dates of each injury or death, the date the insurance claim was made on behalf of each employee and
the current status of each claim.

(g) Failure to obtain Defense Base Act (DBA) insurance in accordance with FAR Clause 52.228-3 Workers’
Compensation Insurance (Defense Base Act) and the above requirements, for the prime and all subcontractors at
every tier, shall be considered a material breach and could cause this contract to be terminated for default/cause.

C3 CLAUSE 952.236-0001 ELECTRICAL AND STRUCTURAL BUILDING STANDARDS FOR


CONSTRUCTION PROJECTS (JUL 2010)

(a) The standards set forth herein are the minimum requirements for the contract. These standards must be followed
unless a more stringent standard is specifically included. In such case the most stringent standard shall be required
for contract acceptance.

(b) The contractor, in coordination with the Contracting Officer, Base Camp Mayor, Base/Unit Engineers, and
requiring activity shall evaluate, upgrade, build, and/or refurbish buildings to a safe and livable condition. This work
may include refurbishment, construction, alterations, and upgrades. All work shall be in accordance with accepted
standards of quality.

(c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet:

(1) “the minimum requirements of United States’ National Fire Protection Association (NFPA) 70,
(2) 2008 National Electrical Code (NEC),
(3) American National Standards Institute (ANSI) C2, and
(4) United States’ National Electrical Safety Code (NESC).

(d) These standards must be met when it is reasonable to do so with available materials. When conditions dictate
deviation, then provisions within the International Electrical Code (IEC) or British Standard (BS 7671) shall be
followed. Any deviations from the above necessary to reflect market conditions, shall receive prior written approval
from a qualified engineer and the Contracting Officer.

(e) The following internet links provide access to some of these standards:

UFC: http://65.204.17.188/report/doc_ufc.html
NFPA 70: http://www.nfpa.org
NESC: http://www.standards.ieee.org/nesc

You might also like