SEE SCHEDULE - Amazon AWS

118
SEE ADDENDUM (No Collect Calls) W91QVN19R0078 17-Jun-2019 b. TELEPHONE NUMBER 315-755-3382 8. OFFER DUE DATE/LOCAL TIME 01:00 PM 18 Jul 2019 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. W91QVN 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME MS. CHONG, CHIN-SUK 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 118 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 0011275462-0002 ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE 411TH CONTRACTING SUPPORT BRIGADE, KOREA SERVICES DIV, UNIT #15289 APO AP 96271 UNITED STATES 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: $11,000,000 NAICS: 811213 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

Transcript of SEE SCHEDULE - Amazon AWS

SEE ADDENDUM

(No Collect Calls)

W91QVN19R0078 17-Jun-2019b. TELEPHONE NUMBER

315-755-3382

8. OFFER DUE DATE/LOCAL TIME

01:00 PM 18 Jul 2019

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA – FAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

W91QVN9. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

MS. CHONG, CHIN-SUK

2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 118OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS0011275462-0002

ARE NOT ATTACHED

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

1

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED ORX

SMALL BUSINESS

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

411TH CONTRACTING SUPPORT BRIGADE, KOREASERVICES DIV, UNIT #15289APO AP 96271UNITED STATES

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDERDPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

FAX:

TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

SIZE STANDARD:

$11,000,000

NAICS:

811213

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT24.22.21.19.

WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM

EDWOSB

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF118

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACKPrescribed by GSA – FAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.SCHEDULE OF SUPPLIES/ SERVICES

21.QUANTITY UNIT

22. 23.UNIT PRICE

24.AMOUNT

19.ITEM NO.

W91QVN19R0078

Page 3 of 118

Section SF 1449 - CONTINUATION SHEET SOFA NOTICE FOR LOCAL VENDOR REQUIREMENTS BEING SOLICITED FROM LOCAL SOURCES: All sources may submit a proposal or quote as applicable. However, the Republic of Korea (ROK)-United States (U.S.) Status of Forces Agreement (SOFA), precludes the U.S. Government from granting Invited Contractor or Technical Representative status to any offeror, for this requirement. All sources submitting a proposal or quote, as applicable, including U.S. sources, must already have, or obtain the requisite business licenses directly from the ROK Government, and conduct business in accordance with all applicable ROK laws, including but not limited to, rules and policies regarding labor, taxation, and immigration. Any contractor not already doing business in Korea as a local source, must submit adequate verification in its initial proposal or quote, that it has the requisite authorization and capacity to compete for the requirement as a local source, and to perform the contract as a local source. If an initial proposal does not fully demonstrate this authorization and capacity, it will not be further considered for award. Whether an offeror qualifies as a local source shall be determined by the Contracting Officer.

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Contract Manager

FFP The contractor shall provide a contract manager who shall be responsible for the performance of the work in accordance with PWS 1.6.10. FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

NET AMT

W91QVN19R0078

Page 4 of 118

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months Preventative Maintenance

FFP The contractor shall provide Scheduled Preventive Maintenance (PM) service IAW PWS 5.4. FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

NET AMT

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

0003 200 Job Unscheduled Maintenance-Service Order

FFP The contractor shall provide Unscheduled Maintenance service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

ESTIMATED

NET AMT

W91QVN19R0078

Page 5 of 118

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

0004 100 Job Unscheduled Maintenance: Emergency Order

FFP The contractor shall provide Emergency Repair service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

ESTIMATED

NET AMT

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

0005 100 Job Parts and Materials

FFP The Contractor shall procure all repair parts and supplies required unscheduled maintenance using parts task order on a requirements basis as equipment varies from site to site IAW PWS 5.6. (Requirement Item) FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

ESTIMATED

NET AMT

W91QVN19R0078

Page 6 of 118

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Job CONTRACTOR MANPOWER REPORT (CMR)

FFP CMR requirement must be reported by 31 October of each calendar year during the life of the contract IAW PWS hear in. FOB: Destination PURCHASE REQUEST NUMBER: 0011275462-0002 PSC CD: 5995

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 War Hazard

FFP Estimated cost for War Hazard is Zero (0).

NET AMT

W91QVN19R0078

Page 7 of 118

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months OPTION Contract Manager

FFP The contractor shall provide a contract manager who shall be responsible for the performance of the work in accordance with PWS 1.6.10. FOB: Destination PSC CD: 5995

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 12 Months OPTION Preventative Maintenance

FFP The contractor shall provide Scheduled Preventive Maintenance (PM) service IAW PWS 5.4. FOB: Destination PSC CD: 5995

NET AMT

W91QVN19R0078

Page 8 of 118

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

1003 200 Job OPTION Unscheduled Maintenance-Service Order

FFP The contractor shall provide Unscheduled Maintenance service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

1004 100 Job OPTION Unscheduled Maintenance: Emergency Order

FFP The contractor shall provide Emergency Repair service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

W91QVN19R0078

Page 9 of 118

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

1005 100 Job OPTION Parts and Materials

FFP The Contractor shall procure all repair parts and supplies required unscheduled maintenance using parts task order on a requirements basis as equipment varies from site to site IAW PWS 5.6. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1006 1 Job OPTION CONTRACTOR MANPOWER REPORT (CMR)

FFP CMR requirement must be reported by 31 October of each calendar year during the life of the contract IAW PWS hear in. FOB: Destination PSC CD: 5995

NET AMT

W91QVN19R0078

Page 10 of 118

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1007 OPTION War Hazard

FFP Estimated cost for War Hazard is Zero (0).

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 12 Months OPTION Contract Manager

FFP The contractor shall provide a contract manager who shall be responsible for the performance of the work in accordance with PWS 1.6.10. FOB: Destination PSC CD: 5995

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 12 Months OPTION Preventative Maintenance

FFP The contractor shall provide Scheduled Preventive Maintenance (PM) service IAW PWS 5.4. FOB: Destination PSC CD: 5995

NET AMT

W91QVN19R0078

Page 11 of 118

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

2003 200 Job OPTION Unscheduled Maintenance-Service Order

FFP The contractor shall provide Unscheduled Maintenance service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

2004 100 Job OPTION Unscheduled Maintenance: Emergency Order

FFP The contractor shall provide Emergency Repair service under Service Order AW PWS 5.5. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

W91QVN19R0078

Page 12 of 118

ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY

UNIT UNIT PRICE ESTIMATED AMOUNT

2005 100 Job OPTION Parts and Materials

FFP The Contractor shall procure all repair parts and supplies required unscheduled maintenance using parts task order on a requirements basis as equipment varies from site to site IAW PWS 5.6. (Requirement Item) FOB: Destination PSC CD: 5995

ESTIMATED

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2006 1 Job OPTION CONTRACTOR MANPOWER REPORT (CMR)

FFP CMR requirement must be reported by 31 October of each calendar year during the life of the contract IAW PWS hear in. FOB: Destination PSC CD: 5995

NET AMT

W91QVN19R0078

Page 13 of 118

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2007 OPTION War Hazard

FFP Estimated cost for War Hazard is Zero (0).

NET AMT

PWS

PERFORMANCE WORK STATEMENT (PWS)

Consolidated KOREA Facility Infrastructure-Mission Unique Equipment (FI-MUE) Sustainment, Replacement and Maintenance (SRM) Contract FY19, 1st Theater Tactical Signal Brigade (1TTSB)

Part 1

General Information 1. General: This is a non-personnel services contract to provide maintenance and repair services including life cycle replacement of generators, Automatic Transfer Switch (ATS), Uninterruptable Power Supplies (UPS) and Environmental Conditioning Units (ECUs) in support of the 1TTSB mission on the Korean Peninsula. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance and repair services including life cycle replacement of generators, ATSs, UPSs and ECUs for the 1st Theater Tactical Signal Brigade (1TTSB) as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Background: These are new requirements. 1.2.1. The 1st Theater Tactical Signal Brigade (1TTSB) provides communication services to the Korean peninsula in support of United States Forces Korea, 8th Army, 51st Fighter Wing and other Korean tactical and strategic warfighting assets. 1.2.2 Currently, the 1TTSB has ~65 sites with mission support, or facility infrastructure, equipment installed at Area Core Switches (ACS) in various states of maintenance around the peninsula. Moreover, two years after a major network upgrade begun, equipment at Jinhae was disconnected with no maintenance vehicle capable of correcting the contractor/ planning errors. The situation has created a scenario where the generator may need to be replaced due to neglect. Additionally, 1TTSB has an extended power transfer issue at Yongsan TCF due to a lack of a maintenance contract. 1TTSB has 445+ Environmental pieces of equipment in place around the Korean peninsula in various states of maintenance and operations. More recently, 1TTSB lost an ECU at an Area Core Switch (ACS) which

W91QVN19R0078

Page 14 of 118

resulted in a significant degradation to communications capabilities effecting the peninsula. In 2016, 1TTSB lost an UPS unit at an Area Core Switch (ACS) which caused a significant degradation to the 1TTSB missions in that area of operation. Two years later, the equipment still not been restored to an operational capacity. This effort is to properly fund and source maintenance for the UPS equipment thereby 1TTSB maximizing equipment operational life. This effort is to correct issues experienced with current Logistics Cost Sharing (LCS) maintenance contract funding and service quality for this equipment highlighted in the above mission readiness issues. 1.3 Objectives: This requirement supports NETCOM Regulation 415-3 Strategic DSIN Utilities Reliability returning 1SIG peninsula mission availability to over 99.9% (less than 43 minutes a month) and NETCOM 420-1 Site Power Coordinator, maintenance requirements. 1.4 Scope: Contractor provides generator, Automatic Transfer Switch (ATS), Uninterruptable Power Supply (UPS) and environmental equipment (ECUs) maintenance, repair and replacement for 1TTSB mission sites on the Korean Peninsula. Services include preventative maintenance, routine maintenance and emergency maintenance on the aforementioned mission support equipment. The contractor shall provide the commercial expertise, manpower and capabilities to maintain, install and modify mission support equipment maintaining the NETCOM 415-3 availability. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of twelve (12) months and two (2) 12-month option years. The Period of Performance reads as follows: Base Year 1 Jul 2019 thru 30 Jun 2020 Option Year I 1 Jul 2020 thru 30 Jun 2021 Option Year II 1 Jul 2021 thru 30 Jun 2022

1.6 General Information 1.6.1 Quality Control : The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP will be delivered within fifteen (15) days after contract award. Three (3) copies of a comprehensive written QCP shall be submitted to the KO and COR within five (5) working days when changes are made thereafter. After acceptance of the quality control plan the contractor will receive the contracting officer’s acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government will evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3. Recognized Holidays: New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Independence Day Christmas Day

1.6.4. Hours of Operation: Generally, the contract manager shall be conducting business between the hours of 0700hrs thru 1800hrs except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.

W91QVN19R0078

Page 15 of 118

However, Authorized Service Interruptions (ASIs) and service orders may require the contractor to perform work or reduce risk during nonstandard work hours, these hours will be coordinated with the COR prior to executing or servicing the order. 1.6.5. Place of Performance: The work to be performed under this contract shall be performed USFK Wide. Refer to the list of equipment in 7.3. 1.6.6. Type of Contract: The government will award a requirements based contract. 1.6.7. Security Requirements. A secret-level security clearance is not required; however, the contractor is required to comply with the physical security as provided below.

1.6.7.1. Physical Security. The Contractor shall be responsible for safeguarding all government property provided for contractor use, if provided. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action will be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9. Contracting Officer Representative (COR). There will 2-3 (CORs) will be assigned by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions:

Assure that the Contractor performs the technical requirements of the contract by performing required inspections in connection with contract performance.

Maintain written and oral communications with the Contractor concerning technical aspects of the contract.

Monitor Contractor's performance and notify both the Contracting Officer and Contractor of any deficiencies.

Coordinate availability of government furnished property, and provide site entry of Contractor personnel.

A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10. Special Qualifications: 1.6.10.1. The prime contractor shall have a minimum of three (3) years of experience within the last seven (7) years in the maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems. 1.6.11. Key Personnel. The following personnel are considered key personnel by the government: Project/Contract Manager and designated alternate. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager and designated alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall

W91QVN19R0078

Page 16 of 118

be available IAW the information listed in 1.6.11.1 below. The Contractor shall keep in mind that the stability and continuity of the Key Personnel are essential. Qualifications for all personnel are listed below: 1.6.11.1. Contract Manager (CM). The contractor shall provide a contract manager (CM) who shall be responsible for the performance of the work. The CM shall have full authority to act for the contractor on all contract matters relating to daily operations of this contract. The CM shall have at least two (2) years of experience as a CM within the last five (5) years in maintenance, installation and repair of facility systems such as ATSs, generators, UPS and ECUs and similar projects. A Bachelor’s Degree in Business, Construction, Project Management or Engineering from an accredited University is desired, however, the educational requirement may be substituted by five (5) years of directly related experience in management of facility maintenance and construction projects including supervision of maintenance, schedule, cost management, i.e. overall project management activities. The CM shall have professional experience including the ability to read and interpret English documents, as well as communicate effectively with stakeholders. The Contractor will provide a CM capable of project management in maintenance, installation and repair of multiple maintenance and construction projects. The CM is responsible for the overall management, in terms of technical quality, cost and schedule. The CM will coordinate and monitor the scheduling, pricing, and technical performance of maintenance projects. The contractor maintains progress reports, inspection reports and leads the quality assurance team assigned to projects delivering timely and effective services. The CM demonstrates familiarity with standard concepts, practices, and procedures within facility maintenance. The CM reviews reports and records of activities to ensure progress is being accomplished toward specified contract objectives and modifies or changes methodology, as required, to redirect activities and attain objectives. Finally, the CM prepares project reports for COR and KO and serves as client POC on contract progress from start to completion. 1.6.11.2. Alternative Contract Manager. Similarly qualified as above and can be part-time or full-time. Function coverage during normal business hours is critical to unscheduled maintenance.

1.6.11.3. Generator and ATS Technician. Generator and ATS Technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical generating systems, ATS system or similar equipment. Additionally, Generator and ATS Technician shall provide a copy of an electrical

license (전기기능사) issued by ROK Government or US equivalent. This function can be subcontracted. The contractor can propose and or plan to use multiple vendors, to reduce travel costs, however, all subcontractors will meet above minimum requirements as demonstrated by submitting a vendor certified resume for each technician anticipated to perform work. 1.6.11.4. UPS Technician. UPS/DC Plant technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical systems, UPS and DC power plants or similar equipment related to this requirement. Additionally, UPS Technician shall provide a copy of an electrical

license (전기기능사) issued by ROK Government or US equivalent. This function can be subcontracted. The contractor can propose and or plan to use multiple vendors, to reduce travel costs, however, all subcontractors shall meet above minimum requirements as demonstrated by submitting a vendor certified resume for each technician anticipated to perform work. 1.6.11.5. ECU Technician. Heating Ventilation and Cooling technicians shall have a minimum of two (2) years of experience within the last five (5) years in mechanical environmental systems, CRACs, CRAHs raised floor cooling systems, Direct Digital Controllers (DDC), etc. Additionally, HVAC Technicians shall provide a copy of license in Craftsman Air-Conditioning and Refrigerating Machinery

(공조냉동기계기능사) issued by ROK Government or US equivalent. This function can be subcontracted. The contractor can propose and or plan to use multiple vendors, to reduce travel costs, however, all subcontractors will meet above minimum requirements as demonstrated by submitting a vendor certified resume for each technician anticipated to perform work.

W91QVN19R0078

Page 17 of 118

1.6.12. Identification of Contractor Employees. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression to the public that they are Government officials. They shall also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13. Contractor Travel. Contractor will have to perform coordination of maintenance actions at various locations in Korea and should be prepared to travel over 50% of the month, see 7.3 for locations. 1.6.14. Organizational Conflict of Interest. Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (example; cost or pricing information, budget information or analyses, specifications or work statements)or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.

W91QVN19R0078

Page 18 of 118

PART 2 DEFINITIONS & ACRONYMS

2. Definitions and Acronyms: 2.1. Definitions: 2.1.1. Contractor. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. Contracting Officer. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical assistance to the Contractor as long as that assistance is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. Deliverable. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. Physical Security. Actions that prevent the loss or damage of Government property. 2.1.8. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privilege of contract with the subcontractor. 2.1.12. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. Work Week. Is defined as Monday through Friday, unless specified otherwise. 2.2. Acronyms:

W91QVN19R0078

Page 19 of 118

AC Alternating Current ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement ANSI American National Standards Institute AR Army Regulation ASHRAE American Society of Heating, Refrigerating and Air-Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Section of the International Association of Testing Materials AWG American Wire Gauge CATV Community Antenna Television CCE Contracting Center of Excellence CCSTV Closed-Circuit Security Television CCTV Closed-circuit television CEC California Energy Commission CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial Off the Shelf CP TANGO Command Post Tactical Air Naval and Ground Operations DA Department of the Army DC Direct Current DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DDC Direct Digital Controller DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense EM Engineering Manual EPP Environmental Protection Plan FAR Federal Acquisition Regulation GFI Ground Fault Interrupt HIPAA Health Insurance Portability and Accountability Act of 1996 HVAC Heating Ventilation and Air Conditioning IEEE Institute of Electrical and Electronics Engineers KO Contracting Officer LCS Logistics Cost Sharing LLR Low Level Radioactive MIL HDBK Military Handbook MIL STD Military Standard NEC National Electrical Code NEMA National Electrical Manufacturers Association NEMA MG National Electrical Manufacturers Association Motor and Generators NFPA National Fire Protection Association NTP Notice to Proceed OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OSHA Occupational Safety and Health Administration PCBs Polychlorinated Biphenyls PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PVC Polyvinyl chloride PWS Performance Work Statement

W91QVN19R0078

Page 20 of 118

QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program RC Room Criteria REC Record of Environmental Consideration ROK Republic of Korea SW Switch TE Technical Exhibit TIA Telecommunications Industry Association TM Technical Manual UFGS Unified Facilities Guide Specifications UL Underwriters Laboratory UPS Uninterruptible Power Supply USACISA-P United States Army Command Information System Agency- Pacific VAR Visitor Access Request

W91QVN19R0078

Page 21 of 118

PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services. The Government will provide coordination to include POCs for each site. 1TTSB will submit the Visitor Access Request (VAR) on the contractor’s behalf. The government will provide access to post Contract Managers (CMs). 3.2 Facilities. A work location or office environment, e.g. telephone, computer, deck, on Camp Humphrey is available upon contractor request. Contractor may use 1TTSB warehouse shipping, receiving and storage functions. 3.3 Utilities. The Government will provide the Contractor access to all the utilities and resources to complete the contract objectives. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment. The government will provide access to a computer for e-mails, network access and printing to facilitate contract objectives. The Government will provide access to the sites mission support equipment to perform approved work. 3.5 Materials. The contractor is responsible for all office and other materials identified to complete contract requirements.

W91QVN19R0078

Page 22 of 118

PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES

4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: Not applicable. 4.3. Materials: Contractor will have to procure safety materials and test/evaluation equipment. 4.4. Equipment: Contractor will have to procure safety materials and test/evaluation equipment.

W91QVN19R0078

Page 23 of 118

PART 5 SPECIFIC TASKS

5.1. General Tasks. 5.1.1. Production Report. The contractor shall provide a monthly production report of all quality inspections made by the contractor, the inspection results, part inventories, any corrective actions, re-inspections and results on the 5th work day of each month. 5.1.2. Work Schedule. Shall be coordinated with the COR. In general, should conform to government work days and hours, but Authorized Service Interruptions (ASIs) and service orders may require the contractor to perform work or reduce risk during nonstandard work hours. 5.1.3. Preventive Maintenance Schedule. Provide a draft preventative maintenance schedule within 15 days of Notice to Proceed (NTP) from the Contracting Officer (KO). A preventative maintenance schedule is a comprehensive, detailed maintenance schedule for monthly, quarterly, and annual maintenance. This schedule(s) shall be kept current.

5.1.4. Place of Performance. The place(s) of performance will be IAW equipment list 7.3.

5.1.5. Power Outages. All work will need to minimize site power outages. Depending on the solution selected, temporary power feeds may need to be installed to accomplish this requirement. Outages should be kept to a minimum with a bulk of the work completed upfront (prep work) to lessen any downtime. When a power outage is required, the contractor will notify COR of anticipated power outages 45 days in advance as site personnel require 45 days to process requests for power outages. 5.1.6. ASI Request. Contractor will notify government of power outages 45 days in advance and provide a backup day so the government can pursue authorized service interruption (ASI) on the dates requested.

5.1.7. Shop Drawings. For major modifications/ maintenance, contractor will provide As-Built drawings with a record of equipment and materials. 5.1.8. Real Property Equipment Transfers. For installations of equipment over $25,000, draft and submit DD Form 1354. 5.1.9. O&M Manuals. For major modifications/ maintenance, the contractor shall provide operation and maintenance manuals when equipment is replaced. 5.1.10. Submittal Register. Contractor will maintain and deliver the submittal register. 5.1.11. National Electric Code (NEC) Compliance. All work should comply with National Fire Protection Association (NFPA) 70 and NEC 70E safety guidelines. If modifications are required to noncompliant equipment, that equipment will be reconfigured in accordance with National Fire Protection Association (NFPA) 70 2017. 5.1.12. Corrosion Control. During all installation, maintenance or troubleshooting of systems, items of equipment, and components. Contractor shall treat for corrosion, rusting, and other types of deterioration. Contractor shall ensure that corrosion controls are used on all affected surfaces to include, cleaning, priming, rust inhibitors, painting, sealing, and any other actions required to maintain surfaces in the original conditions as much as possible. When necessary, systems connected to the telecommunications systems such as corroded enclosures, buses, lugs, etc. can be replaced with new equipment to protect against corrosion and moisture.

W91QVN19R0078

Page 24 of 118

5.1.13. Technical Note. Service and repair manuals may or may not exist in hard copy format. In required case, the contractor shall access manufacturer website or technical library to access online versions of operator and service manuals, if available follow procedures outlines in PWS.

5.1.14. Deficiency Reporting. When equipment or systems defects are found, they shall be reported, in writing, to the designated Site/Facility Manager and COR within a work day. 5.1.15 Safety Requirements. In performing work under this contract, the contractor shall:

5.1.15.1. EM 385-1-1, General Safety Requirements, applicable Occupational Safety and Health Agency (OSHA) Standards, applicable Republic of Korea (ROK) safety laws and NFPA 70E shall apply to electrical maintenance so as not to endanger lives or cause injuries to personnel. The contractor shall at all times conduct operations in a safe manner and in accordance with all safety requirements and provisions. All personnel under contract shall have the appropriate training as required by applicable U.S., Federal regulations and local law. 5.1.15.2 There shall be proper warning barricades, and/or lighting, marking on hazardous areas to alert pedestrians or vehicular traffic of work being performed.

5.1.15.3 Report promptly (within one hour), 24 hours a day, seven (7) days a week, 365 days a year, to the KO and COR, all available facts relating to each instance of damage to government property and/or injury to either contractor or government personnel. 5.2. Life Cycle Replacement. Life Cycle Replacement will be handled through Unscheduled Maintenance using routine service orders. 5.3. Scheduled Maintenance, Preventive Maintenance (PM) - The systematic care, servicing, inspection of equipment, utility plants and systems, buildings, structures and ground facilities for the purpose of detecting and correcting future failures, preventing failures and making minor repairs. The definition of minor repair is the corrective work can be accomplished, and repair parts/materials are no more than KW2,800,000 (will be adjusted to be an equivalent to $2,500.00 based on the exchange rate of each option year) per project. The Contractor shall provide report to the COR as all of the minor deficiencies corrected during an inspection, test and preventive maintenance within two (2) working days after completed. The Contractor shall inform the COR immediately of any deficiencies found that require immediate corrective action which is beyond minor repairs. The main goal of schedule maintenance is to maintain operational status of the equipment and identify unscheduled maintenance needs. 5.3.1. Using qualified personnel outlined in 1.6.11, contractor will perform scheduled maintenance at on the equipment listed 7.3 IAW TIA-607-C (Revision of TIA-607-B) Generic Telecommunications Bonding and Grounding (Earthing) For Customer Premises, UFC 3-520-01 INTERIOR ELECTRICAL SYSTEMS, UFC 3-501-01 ELECTRICAL ENGINEERING, UFC 3-580-01 TELECOMMUNICATIONS INTERIOR INFRASTRUCTURE PLANNING AND DESIGN, TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems, NETCOM Regulation 750 Battery Management Program and NETCOM Regulation 420-1 Site Power Coordinator Program 5.3.2. Contractor will develop and use a Scheduled Maintenance PM Checklist for UPS, DC Power Plants, Generators, ATS and ECUs using a combination of industry practices, manufacture recommendations and military operational requirements in technical documentation. 5.3.3. Software applications for equipment controllers may be required for troubleshooting. 5.3.4. Generators & ATS Monthly Scheduled Maintenance.

W91QVN19R0078

Page 25 of 118

5.3.4.1. Monthly power exercises. For auxiliary power systems, the contractor shall perform power exercises IAW TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems and NETCOM Regulation 420-1 Site Power Coordinator Program. These exercises should be conducted using the facilities entire operational load that would be assumed during actual emergency operations. Operate diesel auxiliary power systems for a minimum of 1 hour before transitioning back to the primary power source. Mountain sites will be exercised bi-monthly (once every two months). 5.3.4.2. During every inspection/exercise, perform visual and operational checks of generator, automatic transfer switch (ATS) equipment and associated switchgear. Check the exterior of the system to ensure system is clean and free of debris. Remove any debris present to keep the system operating efficiently. 5.3.4.3. Review maintenance logs and log all alarm indications and warnings. Check the display panel for any abnormal functions of the system and remedy any issues. 5.3.4.4. Check for evidence of wet stacking. 5.3.4.5. When present, check the generator service disconnect panel for any abnormal operations. 5.3.4.6. Inspections and tests must include those items contained in the manufacturer’s operational manual maintenance practices. 5.3.4.7. During every inspection/exercise, the air system will be maintained to determine proper air flow is available to both the engine intake and the exhaust systems and functioning properly. The air filter will be changed on schedule or if inspection determines it needs replaced based on manufacture guidance. 5.3.4.8. During every inspection/exercise, the fuel system will be maintained to include the hoses, filters and pump(s). Reducing hazmat is a priority and all leaks will be remedied immediately. The fuel filter should be changed on the manufacture’s schedule or if an inspection deems it necessary based on manufacture guidance. The fuel system will be tested for sediments and sulfur content in accordance with (IAW) Technical Manual (TM) 5-685. 5.3.4.9. During every inspection/exercise, engine belts will be tightened and maintained as required by manufacture recommendations. 5.3.4.10. During every inspection/exercise, the generator starting system will be maintained and battery voltages will be measured and the battery health assessed. Battery chargers will be checked for proper functioning and setting. If no specific testing and inspections are prescribed for the batteries, then, measurements of cell voltage, specific gravity, cell temperature, sediment levels, electrolyte level and the torque settings on connecting cables and hold-down fixtures. 5.3.4.11. During every inspection/exercise, the generator coolant and cooling system will be maintained in accordance with manufacture recommendations. System flushing and coolant replacement should follow the manufacture schedule or sooner if an inspection determines replacement is required based on manufacture guidance. 5.3.4.12. During every inspection/exercise, ATS will be inspected for proper functions. Connections, wiring, controller will be maintained in accordance with manufacture recommendations. The ATS is part of the corrosion program. 5.3.4.13. Debris and pests will be removed from any enclosure, when necessary.

W91QVN19R0078

Page 26 of 118

5.3.5. AC UPS Monthly Scheduled Maintenance. 5.3.5.1. Perform visual checks and operational of all UPS equipment and associated switchgear. Make a visual cell and rack check as to general appearance, cleanliness, and cracks in cells, electrolyte leakage, or evidence of corrosion. Check the exterior of the system to ensure system is clean and free of debris. Remove any debris present to keep the system operating efficiently. 5.3.5.2. Open all doors, drawers and covers. Perform a thorough inspection for foreign objects. Perform a thorough dusting and vacuuming of all cabinet interiors. Use only rubber or plastic vacuum attachments to clean drawers and cabinets. Except for vacuuming, never attempt to clean UPS subassemblies. Accumulated dust and grime should be cleaned by manufacturer’s service representative. The exterior panels can be cleaned with mild cleaning solutions. Transparent panels should be clean with mild soap and water solution only. Restore all doors and covers to the secured condition. 5.3.5.3. Review maintenance logs and log all alarm indications and warnings. Check the display panel for any abnormal functions of the system and remedy any issues. 5.3.5.4. Run all UPS system diagnostics and correct all diagnosed problems. 5.3.5.5. Check environment, temperature, dust, moisture, room vents. 5.3.5.6. Perform function test on the battery and UPS service bypass panel. 5.3.5.7. Check the display panel for any abnormal functions of the system and remedy any issues. 5.3.5.8. Perform the visual inspection of cooling fans for any abnormal operations or failures. Remedy any issues with the cooling fans. 5.3.5.9. Check and record the overall float voltage at battery terminals. (Not at the rectifier charger) 5.3.5.10. Check 10% of inter-cell connection chosen at random. When more than 10% of the sample exceeds manufacture tolerance, the whole bank of batteries will need testing. 5.3.5.11. Check ambient temperature and condition of ventilating equipment. 5.3.5.12. Check & measure pilot cell voltage, specific gravity of flooded lead-acid pilot cells, electrolyte temperature of flooded pilot cells, and terminal temperatures of valve-regulated pilot cells. 5.3.5.13. Check for evidence of voltage leaks to ground. 5.3.5.14. Clean and tighten all power connections at the input and output terminals, at all circuit breakers, and at the terminal posts and fuses on the rectifier and inverter legs. 5.3.5.15. During the inspection, check all power cabling for abrasions and burn spots. Visually check components for signs of overheating, swelling, and leaking. Visually check printed circuit board alignments. 5.3.5.16. Check and calibrate each system, to include switchgear and circuit breakers, meters, and alarm levels for frequency, voltage, current, transfer trip and alarm. Update the calibration log required when replaced. 5.3.5.17. Perform system and component functional tests on all UPS equipment to insure proper functioning within specified parameters.

W91QVN19R0078

Page 27 of 118

5.3.5.18. Replace air filters based on inspection results and/or manufacture recommendations whichever is first. 5.3.5.19. Off load test the UPS to ensure functionality. Return the system to service following the manufactures start-up procedures. Inspect for inrush damage. 5.3.5.20. Inspect and replace capacitor(s) and capacitor boards IAW manufacture recommendations. 5.3.5.21. All software applications to be able to communicate with employed UPS will be required. 5.3.6. DC Monthly Scheduled Maintenance. 5.3.6.1. Perform visual and operational checks of all DC plant equipment and associated circuit breakers. Make a visual cell and rack check as to general appearance, cleanliness, and cracks in cells, electrolyte leakage, or evidence of corrosion. 5.3.6.2. Open all doors, drawers and covers. Perform a thorough inspection for foreign objects. Perform a thorough dusting and vacuuming of all cabinet interiors. Use only rubber or plastic vacuum attachments to clean drawers and cabinets. Except for vacuuming, never attempt to clean DC plant subassemblies. Accumulated dust and grime should be cleaned by manufacturer’s service representative. The exterior panels can be cleaned with mild cleaning solutions. Transparent panels should be clean with mild soap and water solution only. Restore all doors and covers to the secured condition. Pests will be removed from enclosures, when necessary. 5.3.6.3. Review maintenance logs and log all alarm indications and warnings. Check the display panel for any abnormal functions of the system and remedy any issues. Run all DC plant system diagnostics and correct all diagnosed problems. 5.3.6.4. Check environment, temperature, dust, moisture, room vents. 5.3.6.5. Check the exterior of the system to ensure system is clean and free of debris. Remove any debris present to keep the system operating efficiently. 5.3.6.6. Check the service disconnects for any abnormal operations. 5.3.6.8. Check and record the overall float voltage at battery terminals. (Not at the rectifier charger) 5.3.6.9. Check inter-cell connections. 5.3.6.10. Check ambient temperature and condition of ventilating equipment. 5.3.6.11. Check & measure pilot cell voltage, specific gravity of flooded lead-acid pilot cells, electrolyte temperature of flooded pilot cells, and terminal temperatures of valve-regulated pilot cells. 5.3.6.12. Check for evidence of voltage leaks to ground. 5.3.6.13. Clean and tighten all power connections at the input and output terminals, at all circuit breakers, and at the terminal posts and fuses on the rectifier and inverter legs. During the inspection, check all power cabling for abrasions and burn spots. Visually check components for signs of overheating, swelling, and leaking. Visually check printed circuit board alignments. 5.3.6.14. Check and calibrate each system, to include switchgear and circuit breakers, meters, and alarm levels for frequency, voltage, current, transfer trip and alarm. Update the calibration log required when replaced.

W91QVN19R0078

Page 28 of 118

5.3.6.15. Perform system and component functional tests on all DC plant equipment to insure proper functioning within specified parameters. 5.3.6.16. Inspect and replace rectifier(s) IAW manufacture recommendations. 5.3.6.17. All software applications to communicate with DC plant will be required. 5.3.7. Generators & ATS Quarterly Scheduled Maintenance. 5.3.7.1. Quarterly exercise. For auxiliary power systems, the contractor shall perform power exercises IAW TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems and NETCOM Regulation 420-1 Site Power Coordinator Program. Every 3 months, generator monthly exercises will include the automatic start and load assumption cycle are to be conducted quarterly on units so equipped per manufacture testing procedures. Diesel engine auxiliary power generators should be tested under load for at least 1 hour before transitioning back to the primary power source. There is no significant additional workload issues associated with this test. Mountain sites will be exercised once every six (6) months (every 3rd exercise). 5.3.8. ECU Quarterly Scheduled Maintenance. 5.3.8.1. Check Earth Ground Connections. All exterior located equipment is required to be connected to the ground ring, IAW MIL STD 188 124 5.2.6.4.1, if within 6’ of ground ring. IAW MIL-HDBK-419A, Vol. 2, C2.5.1 thermocouple all permanently joined bonds and IAW MIL STD 188 124 5.2.6.1 permanent connections shall be welded. Weld resistance values should meet DISA & MIL-STD requirements. 5.3.8.2. Check Environmental System Settings. Tech will check settings of environmental equipment and ensure settings are in compliance with American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) TC 9.9 recommendations (66-77°F/20-25°C) and NETCOM Regulation 750-2 for battery rooms (77°F/25°C) or manufacture recommends. 5.3.8.3. Check & Tighten Electrical Connections. Contractor will visually inspect and torque electrical connections in accordance with manufacture torque recommendations. 5.3.8.4. Lubricate Moving Parts. Contractor will visually inspect and lubricate all moving parts in accordance with manufacture recommendations and/or best practices. 5.3.8.5. Check Controls & Sensors. Contractor will be able to troubleshoot Direct Digital Control (DDC), sensor and other alarm issues. All software applications to be able to communicate with various environmental systems will be required. 5.3.8.6. Inspect & Maintain Condensate Drain. Inspect condensate drain for proper function. 5.3.8.7. Check, Clean and Protect Evaporator/Condenser Coils. Replace condenser/evaporator (coils) that may be inoperable. 5.3.8.8. Check, Clean and Protect Fan Assemblies. Replace fan motor and fan blades when required. Use cleaner and pressure washer to clean and protect the coils. 5.3.8.9. Protect Installations. Identify installations that do not protect the equipment from insects, grass and other environmental issues. Install concrete pad or other fixes to correct deficiency. 53.8.8. Check and Maintain Refrigerant Level. IAW with manufacture recommendations, check and maintain refrigerant levels.

W91QVN19R0078

Page 29 of 118

5.3.8.9. Clean and Adjust Blower Components. IAW with manufacture recommendations, check and adjust blower settings to ensure environmental settings meet NETCOM Regulations such as 750-2 for battery rooms. 5.3.8.10. Inspect Clean and Change Filters. IAW with manufacture recommendations check and replace filters as required. 5.3.8.11. Inspect & Maintain Gas/Oil Connections. Check fuel line integrity to ensure no spills or life, health and safety concerns are present. 5.3.8.12. Inspect & Maintain Boiler Components (pipes, boiler, tank, etc.). Inspect boiler, supply pipes, return pipes and other subcomponents for failures and other deficiencies. Maintain and replace this equipment and finishing when applicable. 5.3.8.13. Test Cut Off Valves. Test all cut-off valves for proper operation. Replace any failed valves. 5.3.8.14. Check Pumps & Components. Inspect all pumps for operation. Replace any failed systems. 5.4. Unscheduled Service Orders including Repairs. The restoration of equipment, utility plants and systems, buildings, structures and ground facilities that have failed due to unanticipated events for the purpose of restoring 1TTSB mission capabilities. Unscheduled maintenance shall include replacement of parts and other maintenance where parts or specialized tools and equipment (e.g. load banks) are identified during scheduled maintenance. 5.4.1. Using personnel outlined in 1.6.11, The contractor shall perform service orders as issued by the COR and requested by the site for the equipment types identified in equipment list 7.3 IAW TIA-607-C (Revision of TIA-607-B) Generic Telecommunications Bonding and Grounding (Earthing) For Customer Premises, UFC 3-520-01 INTERIOR ELECTRICAL SYSTEMS, UFC 3-501-01 ELECTRICAL ENGINEERING, UFC 3-580-01 TELECOMMUNICATIONS INTERIOR INFRASTRUCTURE PLANNING AND DESIGN, TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems, NETCOM Regulation 750 Battery Management Program, NETCOM Regulation 420-1 Site Power Coordinator Program. 5.4.2. Service Order. The Contractor shall provide labor, tools, transportation and equipment for inspection, troubleshooting, testing, repair, and other work necessary to maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems located in USFK as specified in the Attachment 1 (List of UPS System). The contractor shall establish a work order system to maintain control of service orders requests. Unscheduled service orders may result in repair, replacement of parts or making adjustments to the system. 5.4.2.1. The contractor shall perform services order as issued by the COR or task order issued by 411th Contracting Office. The contractor shall establish a work order system to maintain control of service call requests. Service orders must be completed within 48 hours of order. Emergency orders must be initiated within 24 hours of receiving the call. 5.4.3. Service Order Cancelations. The government may cancel the work schedule 3 days before at no cost. 5.4.3.1. No shows. No escorts/access will be treated as a cancelation after 30 minutes of contact with Contract Manager and notification of COR. If a late escort forces additional work day or contractor return visit, this will be treated as a separate service order.

W91QVN19R0078

Page 30 of 118

5.4.4. Routine Service Orders. Unless large procurements or listed materials are required, routine service orders must be completed within 48 hours of order. The COR can approve routine service order for lifecycle replacement or repairs. Service orders, routine and emergency, estimated over KW2,800,000 (will be adjusted to be an equivalent to $2,500.00 based on the exchange rate of each option year) in parts (materials) will require the Contracting Officer approval. Routine service orders must be completed within 48 hours of order. 5.4.5. Emergency Service Orders. Emergency service orders must be inspected within 24 hours of receiving the call. Emergency service orders will be handled 24/7/365 a year. Service orders, routine and emergency, estimated over KW2,800,000 (will be adjusted to be an equivalent to $2,500.00 based on the exchange rate of each option year) in parts (materials) will require the Contracting Officer approval. 5.4.5.1. The contractor shall submit to the COR, not later than two (2) working days after the emergency repair has been completed, a detailed report on DA Form 2407/2407-1, documenting the cause of the emergency, times of outage, repairs accomplished, man-hours worked, type and number of personnel, an itemized listing of materials used, and tests performed. Information recorded in the DA Form 2407/2407-1 shall also be included in the monthly status report. Provide DD Form 2407/2407-1 as attachments 5.5. Repair Parts and Supplies. The Contractor shall procure all repair parts and supplies required unscheduled maintenance using parts task order on a requirements basis as equipment varies from site to site. 5.5.1. Parts and Procurements. All parts including battery procurements should employ a just in time method to avoid unnecessary shelf life and management costs. Prior to initiating action to procure acquired parts, the contractor shall prepare a material procurement listing containing to be reviewed and certified by the COR, in the kind and quantities specified. 5.5.2. The COR is authorized to place orders in this contract not to exceed KW2,800,000 (will be adjusted to be an equivalent to $2,500.00 based on the exchange rate) for repair parts. All procured parts will be reported in the monthly production report. 5.5.3. The Contractor, in procuring parts or material exceed W2,800,000 (will be adjusted to be an equivalent to $2,500.00 based on the exchange rate of each option year) under this contract, shall evaluate purchases economically. The contractor shall diligently seek those vendors who are in competition with each other, with the intent of procuring the best product, at the lowest price. The contractor, when necessary, shall negotiate with vendors in an effort to obtain the lowest prices, and shall, submit the three (3) vendor quotes for final determination of reasonableness of price per task order issued by the Contracting Officer. 5.5.4. Unserviceable Parts. Unserviceable replaced parts will be disposed by the Contractor. For the items determined by the COR to have turn in value, these parts will be delivered to the Government by the Contractor as directed by the COR. 5.5.5. Serviceable and Procured Parts. All serviceable stored parts shall be inventoried, recorded, tracked by the contractor and verified by the COR within Government Location. 5.6. Equipment Communications. All equipment missing communications modules shall have the missing communication modules installed. The Government will validate contractor identified requirements using the parts and supplies task order. 5.7. Failure Planning in Support of Unscheduled Service Orders.

W91QVN19R0078

Page 31 of 118

5.7.1. Generators and ATS. Based on prior experience, in the event of a major failure, the contractor will be capable of replacing 2 400A ATS (or below) and a generator 100KW 208V 3P generator using listed materials. 5.7.2. DC Power Plants and AC UPS. Based on prior experience, in the event of a major failure, the contractor will be capable of replacing smaller UPS and correcting 1 AC and 1 DC “worst” case scenario: 3 Capacitor boards, 5 DC rectifiers, 2 AC battery stacks (240 batteries) and 2 DC battery stacks (48 batteries) using listed materials. 5.7.3. ECUs. Based on previous experience, in the event of a major failure, the contractor should be capable of replacing a 3 ton Chiller and a 3 x 12 ton CRACs using listed materials as required. 5.8. Contractor Management Reporting (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative (COTR) or also known as the Contracting Officer’s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Move this to the end of PWS

W91QVN19R0078

Page 32 of 118

PART 6

APPLICABLE PUBLICATIONS 6.0 Applicable Publications (Current Editions) 6.1. The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures.

Publications Title National Fire Protection Agency (NFPA) 70 National Electrical Code 2017 NFPA 70E Standard for Electrical Safety in the Workplace 2017 Engineering Manual (EM) 385-l-1 Safety and Health Requirements Army Regulation (AR) 385-10 The Army Safety Program AR 200-1 Environmental Protection and Enhancement AR 385-40 Accident Reporting and Records Title 29 Code of Federal Regulations U.S. Department of Labor, Occupational Safety and

Health Administration(OSHA)Standards - Part 1926.62 For Construction

TIA-607-C (Revision of TIA-607-B) Generic Telecommunications Bonding and Grounding (Earthing) For Customer Premises

UFC 3-520-01 INTERIOR ELECTRICAL SYSTEMS UFC 3-501-01 ELECTRICAL ENGINEERING UFC 3-580-01 TELECOMMUNICATIONS INTERIOR

INFRASTRUCTURE PLANNING AND DESIGN

TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001

DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems

NETCOM Regulation 750 Battery Management Program

NETCOM Regulation 420-1 Site Power Coordinator Program

W91QVN19R0078

Page 33 of 118

PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING

7. Attachment/Technical Exhibit List: 7.1. Attachment 1/Technical Exhibit 1 – Deliverables Schedule

TECHNICAL EXHIBIT 1 DELIVERABLES SCHEDULE

Deliverable Frequency # of Copies Medium/Format Submit To Quality Control Plan (QCP). PWS 1.6.1.

Once 3 E-mail using MS Office Products

COR/KO

ASI Requests PWS 5.4.6.

As needed 1 E-mail COR

Preventive Maintenance Schedule. PWS 5.4.3.

Monthly 3 E-mail using MS Office Products

COR/KO

Real Property Equipment Transfers. PWS 5.4.9.

As needed 2 E-mail using DD1354

COR/KO

Shop Drawings. PWS 5.4.8.

As required 2 E-mail using Visio or CAD

COR/KO

O&M Manuals. PWS 5.4.10.

As required 2 E-mail using ADOBE or Ms. Office formats

COR/KO

Production Report.PWS 5.4.1.

Monthly 3 E-mail using MS Office Products

COR/KO

Submittal Register. PWS 5.4.11.

Quarterly 3 E-mail using MS Office Products

COR/KO

7.2 Performance Requirements Summary 7.2.1. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

W91QVN19R0078

Page 34 of 118

Performance Objective (The Service required—

usually a shall statement)

Standard Performance Threshold (Maximum error rate)

Surveillance Method

PRS#1 Provide Corrosion Control for equipment serviced (Ref: PWS para 5.1.12)

Contractor, during all installations, maintenance or troubleshooting actions on systems, items of equipment, and components, contractor shall treat for corrosion, rusting, and other types of deterioration.

Requirements shall be met for 95% of the equipment serviced

Periodic Survey

PRS#2 Parts and Procurements (Ref: PWS para 5.6)

Contractor will employ a just in time procurement method for parts. Contractor will dispose of unserviceable parts. Contractor shall inventory, record, and track all serviceable storage parts.

Requirements shall be met for 95% of the equipment procured

Periodic Survey

PRS#3 Scheduled Maintenance- Exercises (Ref: PWS para 5.4.4.1 & 5.4.7)

Using qualified personnel outlined in 1.6.11, contractor will perform preventative maintenance at on the equipment listed 7.3 IAW TIA-607-C (Revision of TIA-607-B) Generic Telecommunications Bonding and Grounding (Earthing) For Customer Premises, UFC 3-520-01 INTERIOR ELECTRICAL SYSTEMS, UFC 3-501-01 ELECTRICAL ENGINEERING, UFC 3-580-01 TELECOMMUNICATIONS INTERIOR INFRASTRUCTURE PLANNING AND DESIGN, TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems, NETCOM Regulation 750 Battery Management Program, NETCOM Regulation 420-1 Site Power Coordinator Program

Requirements shall be met for 95% of the sites in the PWS. COR will grant waivers and reprioritize work on a case by case basis.

Periodic Survey

PRS#4 Unscheduled Maintenance: Work Order System (Ref: PWS para 5.3.1.)

Using personnel outlined in 1.6.11,The contractor shall perform service orders as issued by the COR and requested by the site for the equipment types identified in equipment list 7.3 IAW TIA-607-C

Requirements shall be met for 95% of the equipment procured

Periodic Survey

W91QVN19R0078

Page 35 of 118

(Revision of TIA-607-B) Generic Telecommunications Bonding and Grounding (Earthing) For Customer Premises, UFC 3-520-01 INTERIOR ELECTRICAL SYSTEMS, UFC 3-501-01 ELECTRICAL ENGINEERING, UFC 3-580-01 TELECOMMUNICATIONS INTERIOR INFRASTRUCTURE PLANNING AND DESIGN, TM 5-692 Technical Manual- Maintenance of Mechanical and Electrical Equipment at Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Facilities April 2001, DISA Circular 350-195-2* Defense Information Systems Agency Circular 350-195-2 Tests and Evaluations of Auxiliary Electrical Power Systems, NETCOM Regulation 750 Battery Management Program, NETCOM Regulation 420-1 Site Power Coordinator Program.

PRS#5 Unscheduled Maintenance: Work Order System (Ref: PWS para 5.5.2.)

Contractor will employ a work order system.

Requirements shall be met for 95% of the work orders requested

Periodic Survey

PRS#6 Unscheduled Maintenance: Service Orders (Ref: PWS para 5.5.4.)

Routine service orders must be completed within 48 hours of order. Emergency service orders must be initiated within 24 hours of receiving the call. Emergency service orders will be handled 24/7/365 a year.

Requirements shall be met for 95% of the work orders requested

Periodic Survey

PRS#7 Unscheduled Maintenance: Emergency Order Reports (Ref: PWS para 5.5.5.)

Contractor shall submit to the COR, no later than five (5) working days after the emergency repair has been completed, a detailed report on DA Form 2407/2407-1, documenting the cause of the emergency, times of outage, repairs accomplished, man-hours worked, type and number of personnel, an itemized listing of materials used, and tests performed. Information recorded in the DA Form 2407/2407-1 shall also be included in the monthly status report.

Requirements shall be met for 95% of the work orders requested

Periodic Survey

W91QVN19R0078

Page 36 of 118

PRS#8 Preventative Maintenance Schedule (Ref: PWS para 5.1.3.)

Contractor will provide A preventative maintenance schedule is a comprehensive, detailed maintenance schedule for monthly, quarterly, and annually maintenance. Tasks shall be listed and performed in accordance with manufactures recommendations and the Contractor’s schedules. This schedule(s) shall be kept current.

Schedule delivery includes 90 days, schedule changes will approved by COR

Periodic Survey

PRS#9 Production Report (Ref: PWS para 5.1.1.)

The contractor shall provide a monthly production report of all equipment inspections made by the contractor, the inspection results, part inventory, any corrective actions, re-inspections and results on the 5th work day of each month

Requirements shall be met for 95% of the sites

Periodic Survey

W91QVN19R0078

Page 37 of 118

7.3 Equipment List. 7.3.1 Generator & ATS Equipment List. Note that some of the information is in flux due to ongoing projects, so some of the data below will be out of date at the time of contract awarded. Contractor will update site information and unidentified out of scope requirements to be added to follow on years.

Installation /Site

Eqpt. Location

Bldg #

Eqpt Category

Equipment Descriptio

n

Manufacturer

Model No. Serial No. Unit Size

Beason S106 ELECT-GEN-

DIESEL Generator Cummins 100DGDB A930498315 100KW

Beason S106 ELECT-GEN-

DIESEL Generator Magna

440FDR8020-GG-189W

LA95592-2 100KW

Beason S106 ELECT-ATS ATS Cummins OTCU300D A930499010

Beason S106 ELECT-ATS ATS Kyung Dong

04-07-1 0040013-3

Busan Storage Facility

S1336 ELECT-GEN-

DIESEL Generator Cummins 50DGCA3344 A030454993 50KW

Busan Storage Facility

S1336 ELECT-ATS ATS Cummins OTPCB5588387 A030454944

Busan Pier 8 S2630 ELECT-GEN-

DIESEL Generator 300ROZ081 300KW

Busan Pier 8 S2630 ELECT-ATS ATS ASCO G00300B31600F10C

251754FP

Camp Carroll S654 ELECT-GEN-

DIESEL Generator Onan 150DGFAL27619A K880177673 150KW

Camp Carroll S654 ELECT-GEN-

DIESEL Generator Onan DFEB3383716 L990030176 400KW

Camp Carroll S654 ELECT-ATS ATS Cummins 6CTA-8.3 44283226

Camp Carroll S563 ELECT-GEN-

DIESEL Generator Onan DFED3383714 L990030182 500KW

Camp Carroll S563 ELECT-ATS ATS Asco G07AT8833D00C5XC

541551FP

Camp Carroll S953 ELECT-GEN-

DIESEL Generator Onan 60DGCB1010 D000089031 60KW

Camp Carroll S953 ELECT-ATS ATS Onan OTB-4478950 D000085488

Camp Casey S828 ELECT-GEN-

DIESEL Generator Cummins DGDB-5002554 J010292065 100KW

Camp Casey S828 ELECT-ATS ATS Cummins OTPCC5002555 J010294215

Camp Casey T2160 ELECT-GEN-

DIESEL Generator

Nato Stand Otan

MEP805A FZ69570 30KW

Camp Casey T2160 ELECT-ATS ATS 82353-F, 240VAC

Camp Casey T7001 ELECT-GEN-

DIESEL Generator Kato Light

D60FPH4 (4PI-1000)

91286M-34457

60KW

Camp Casey T7001 ELECT-ATS ATS C/Onan OT300 D960604002

Camp Casey S504 ELECT-GEN-

DIESEL Generator C/Onan 100DGDB D910384423 100KW

Camp Casey S504 ELECT-ATS ATS C/Onan OTPCC-4484156 G000128537

Camp Casey S3002 ELECT-GEN-

DIESEL Generator Cummins DGDB-5002908 J010294242 100KW

Camp Casey S3002 ELECT-ATS ATS Cummins OTPCC-5002911 J010295435

W91QVN19R0078

Page 38 of 118

Camp Hovey S3759 ELECT-GEN-

DIESEL Generator C/Onan 60DGCB L980836697 60KW

Camp Hovey S3759 ELECT-ATS ATS C/Onan OTCU225C C930501891

Camp Market T1731 ELECT-GEN-

DIESEL Generator Cummins DGCA3382003 K990028426 50KW

Camp Market T1731 ELECT-ATS ATS C/Onan OTB-3382004 K990023463

Camp Red Cloud-Concord

S5569 ELECT-GEN-

DIESEL Generator C/Onan DGCB-4488065 100015099 60KW

Camp Red Cloud-Concord

S5569 ELECT-ATS ATS C/Onan OTBCB-4488077 1000145845

Camp Stanley S2327 ELECT-GEN-

DIESEL Generator Cummins DGDB5569466 J020421756 100KW

Camp Stanley S2327 ELECT-ATS ATS Cummins OTPCC5769122 F060939437

Chinhae S808 ELECT-GEN-

DIESEL Generator

Cummins Bokuk

BLA-100 G2030906 100KW

Chinhae S808 ELECT-ATS ATS O Sung Elect

SS-64-TN-4POLE PC2255

Chinhae S819 ELECT-GEN-

DIESEL Generator Onan 30DL6L34811E F890248023 30KW

Chinhae S819 ELECT-ATS ATS Cummins OTPC-5780868 K060992257

COE/FED-Seoul

T34 ELECT-GEN-

DIESEL Generator Cummins 50DGCA-3344 A030454992 50KW

COE/FED-Seoul

T34 ELECT-ATS ATS Cummins OTPCB-5588386 A030454943

Dartboard S4005 ELECT-GEN-

DIESEL Generator MEP006A FZ00228 60KW

Dartboard S4005 ELECT-ATS ATS Sungam Eng

LS-208-7501 841005 (84MFD)

Highpoint S30 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00056 100KW

Highpoint S30 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00079 100KW

Highpoint S30 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00073 100KW

Highpoint S30 ELECT-ATS ATS Sungam Eng

LS-208125S 8411008

K-16 S254 ELECT-GEN-

DIESEL Generator Synergy 80C 98-207590-1 60KW

K-16 S254 ELECT-ATS ATS Zenith ZBTSL26ES-4 308485-1

Madison S16 ELECT-GEN-

DIESEL Generator Cummins DGCB5782190 L060001215 60KW

Madison S16 ELECT-GEN-

DIESEL Generator Cummins DGCB5782190 L060001214 60KW

Madison S16 ELECT-ATS ATS Cummins BTPCB5781047 K060996794

Madison S16 ELECT-ATS ATS Cummins OTPCB5780870 K060992256

Madison T13 ELECT-GEN-

DIESEL Generator Cummins DGCB5634513 J030560450 100KW

Madison T13 ELECT-GEN-

DIESEL Generator Cummins DGCB5634513 J030560451 100KW

Madison T13 ELECT-ATS ATS Cummins OTPCC5634506 J030561122

W91QVN19R0078

Page 39 of 118

Madison T13 ELECT-ATS ATS Cummins OTPCC5634507 J030561123

Namsan T40 ELECT-GEN-

DIESEL Generator Kohler 300R7071 293549 300KW

Namsan T40 ELECT-GEN-

DIESEL Generator Kohler 300R7071 294749 300KW

Namsan T40 ELECT-ATS ATS Cummins OTPCC-5857772 D070051049

Namsan T40 ELECT-ATS ATS Cummins OTPCC-5779685 K060989916

Papyongsan S100 ELECT-GEN-

DIESEL Generator Cummins 35DGBB-2880 B020337047 35KW

Papyongsan S100 ELECT-GEN-

DIESEL Generator Kato 60SX9 E 995126 60KW

Papyongsan S100 ELECT-ATS ATS Cummins OTECB-6123503 J100163989

Pulmosan S4310 ELECT-GEN-

DIESEL Generator

Libby Welding

MEP005A 3098 30KW

Pulmosan S4310 ELECT-GEN-

DIESEL Generator

Libby Welding

MEP005A 3083 30KW

Pulmosan S4310 ELECT-ATS ATS Sungam Eng

LS-208-175DA 19850707

Richmond S546 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00102 100KW

Richmond S546 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00040 100KW

Richmond S546 ELECT-GEN-

DIESEL Generator

C.D.E.C.O

MEP 007A UZ00117 100KW

Richmond S546 ELECT-ATS ATS Sungam Eng

LS-208-125S 84.1007

Salem S2106 ELECT-GEN-

DIESEL Generator Kohler 80REOJF 3062507 80KW

Salem S2106 ELECT-GEN-

DIESEL Generator Kohler 80REOJF 3062508 80KW

Salem S2106 ELECT-ATS ATS ASCO J07ATBA30260C5XC

873322WE

Salem S2106 ELECT-ATS ATS ASCO J07ATBA30260C5XC

873323WE

TANGO S3008 ELECT-GEN-

DIESEL Generator-

1 Cummins DFHC5748996 E060917437 900KW

TANGO S3008 ELECT-GEN-

DIESEL Generator-

1A Cummins DFHC5748996 E060917436 900KW

USAG Humphreys

S2031 ELECT-GEN-

DIESEL Generator Cummins DGDB-5700111 A050731833 100KW

USAG Humphreys

S2031 ELECT-ATS ATS Ge, ZENITH

ZG45A04031-04 1456986

USAG Humphreys

S-242 ELECT-ATS ATS #1 Cummins OTPCD-1610739 C16M941484 800A

USAG Humphreys

S-242 ELECT-ATS ATS #2 Cummins BTPCD-1610738 C16M938471 800A

USAG Humphreys

S-242 ELECT-GEN-

DIESEL GEN #1 Cummins DSGAE-1611482 D160942178

250kVA

USAG Humphreys

S-242 ELECT-GEN-

DIESEL GEN #2 Cummins DSGAE-1611482 D160942179

250kVA

USAG Humphreys

S-1417 ELECT-GEN-

DIESEL Generator Cummins

400DFEH-A028Y41

A090229717 500KV

A

W91QVN19R0078

Page 40 of 118

USAG Humphreys

S-1417 ELECT-ATS ATS ASCO

H07ATBB310005XC

493268-WE 1000A

USAG Humphreys

6310 ELECT-GEN-

DIESEL Gen A KOHLER 5M4027BF

MX-190871-0313

500KW

USAG Humphreys

6310 ELECT-GEN-

DIESEL Gen B KOHLER 5M4027BF

MX-190871-0313

500KW

USAG Humphreys

6310 ELECT-ATS B-Side ATS Emerson 94341-002WE J07ATBB30600N5XC

600A

USAG Humphreys

6310 ELECT-ATS A-Side ATS Emerson 94341-001WE J07ATBB30600N5XC

600A

USAG Humphreys

6319 ELECT-GEN-

DIESEL GEN A Cummins DFEJ-1344327 A140624557 450KW

USAG Humphreys

6319 ELECT-GEN-

DIESEL GEN B Cummins DFEJ-1344327 A140624558 450KW

USAG Humphreys

895 ELECT-GEN-

DIESEL Gen A KOHLER 500RE0ZVC SGM32B9WT 510KW

USAG Humphreys

895 ELECT-GEN-

DIESEL Gen B KOHLER 500RE0ZVC SGM32B9XV 510KW

USAG Humphreys

895 ELECT-ATS B-Side ATS ASCO J07ATB830600N5

XC 989271-001WE

600A

USAG Humphreys

895 ELECT-ATS A-Side ATS ASCO J07ATB830600N5

XC 989271-002WE

600A

USAG Humphreys

S12409 ELECT-GEN-

DIESEL Gen A Cummins DQFAC-1344328 A140625577

900 KW

USAG Humphreys

S12409 ELECT-GEN-

DIESEL Gen B Cummins DQFAC-1344372 A140625579

900 KW

USAG Humphreys

S12409 ELECT-ATS A-Side ATS GE ZBSMFSSAS70XX

XXXXX 1677720-2

USAG Humphreys

S12409 ELECT-ATS B-Side ATS GE ZBSMFSSAS70XX

XXXXX 1677720-1

Warrior Base S253 ELECT-GEN-

DIESEL Generator Cummins DGDB-5731493 F050788608 100KW

Warrior Base S253 ELECT-ATS ATS Cummins OTECC-5731491 E050785807

Yong In S2 ELECT-GEN-

DIESEL Generator

Cummins/Onan

DGGB-3387559 A000052059 35KW

Yong In S2 ELECT-ATS ATS Cummins/Onan

OTB-3387816 A000051947

Yongsan Garrison AFN-

AM S5255

ELECT-GEN-DIESEL

Generator Cummins DGDA-5768660 F060940129 80KW

Yongsan Garrison AFN-

AM S5255 ELECT-ATS ATS GE/Zenith ZB4SB04041-04 1491649

Yongsan Garrison S SW1

S5042 ELECT-GEN-

DIESEL Generator

Cummins/Onan

DGDB-4961936 F010255936 100KW

Yongsan Garrison S SW1

S5042 ELECT-GEN-

DIESEL Generator

Cummins/Onan

DGDB-4961936 F010255937 100KW

W91QVN19R0078

Page 41 of 118

Yongsan Garrison S SW1

S5042 ELECT-ATS ATS Cummins OTPCC-4961937 F010258032

Yongsan Garrison S SW1

S5042 ELECT-ATS ATS Cummins OTPCC-4961938 F010258033

Yongsan Garrison S SW3

S4101 ELECT-GEN-

DIESEL Generator Cummins DGDA-496655 F010248155 80KW

Yongsan Garrison S SW3

S4101 ELECT-ATS ATS Onan OTPCC-4960653 F510248312

Yongsan Garrison S SW4

S5443 ELECT-GEN-

DIESEL Generator Onan DGBB-3387559 A000052060 35KW

Yongsan Garrison S SW4

S5443 ELECT-ATS ATS Onan/Cummins

OTB-4962345 F010248269

Yongsan Garrison-M

SW1 S1046

ELECT-GEN-DIESEL

Generator Cummins DGDA-4960655 F010248156 80KW

Yongsan Garrison-M

SW1 S1046 ELECT-ATS ATS Cummins OTPCC-4960653 F010248313

Yongsan Garrison-TCF

S2323 ELECT-GEN-

DIESEL Generator Dajin DJG-1100 DJG1105251

1100KW

Yongsan Garrison-TCF

S2323 ELECT-GEN-

DIESEL Generator Dajin DJG-1100 DJG1105252

1100KW

Yongsan Garrison-TCF

S2323 ELECT-ATS ATS GSI MEMA 1

7.3.2 AC UPS Equipment List. This list is fairly stable and includes plants over 15kV.

AC Power Systems, 15kVA or over: Location Bldg Mfg Model Qty

Osan AFNK 818 GE LP Series S1 30KVA 1 Kunsan AFNK 1101 APC Smart-UPS VT-30KVA 1 Camp Carroll, Top Site S652 APC SYBFXR 1 Camp Carroll, Top Site S652 APC RMXR 3 Camp Humphreys S1417 APC SY40K80F 1 Camp Walker Southern Node S205 APC SY80K80F 3 Camp Walker Southern Node S205 APC SY40K80F 1 Camp Walker Southern Node S205 APC SYCF80F 2 Camp Walker Southern Node S205 APC SUVT20KF 1 Camp Walker Southern Node S205 APC SY30K40F 1 Camp Walker Southern Node S205 APC SY40K40F 1 Camp Walker Southern Node S205 APC SYCF40F 1 Camp Walker Southern Node S205 APC SUVTF20KB4F 1 Camp Walker DSC S301 APC SYCF40KF 1 Camp Walker DSC S301 APC OG-PD40F6FK1-M 1 Camp Walker RCC-K S315 APC SY80K80F 4 Camp Walker RCC-K S315 APC SYCF8BF 1 Camp Casey AFNK T-2407 APC Smart-UPS VT-30KVA 1

W91QVN19R0078

Page 42 of 118

Command Post TANGO S3008 Eaton PW9315 2 Command Post TANGO 3104 Eaton PW9315-400* 2 Camp Carroll SATCOM S563 APC SY80K80F 1 Camp Carroll SATCOM S563 APC SYCF8BF 1 Camp Carroll SATCOM S563 APC SYRM12F 1 Camp Humphreys S895 Liebert M12G3R0008 (100kVA) 2 Camp Humphreys S6319 GE LP33 100 2 Camp Humphreys S6310 Liebert M13K3R0003 (100kVA) 2 Camp Humphreys S12409 GE LP33 100 4 Total: 43

7.3.3 DC Plant Equipment List. DC power plant projects are occurring all over the peninsula, so the particulars may change, but the site configuration should be considered to be 1 Sageon 3 DC System with 2 stacks of batteries. Contractor will update site information and unidentified out of scope requirements to be added to follow on years.

DC Power Plants:

Location Bldg Osan AB TCF S818 Osan AB HTACC S1101 Camp Humphrey NZS S12409 Walker TCF S570 Yongsan TCF S2320 Command Post TANGO TCF S3104 Kunsan AB TCF S930 Kunsan AB MW S899 Jinhae TCF S104 B1 Bunker Patch and Test Facility (PTF) Camp Stanley PTF S2327 Ywawalsan MW (DET L) S5041 Kwangwhado ME (DET J) S3021 Suwon AB TCF S2005, Rm 106 Pangyo SUSLAK PTF Kwangju AB PTF 1808, Rm 105/106 Kimhae TCF 2004 Busan Pier 8 PTF S2650A-Rm110 Busan TCF S1336 K2 ROK AB TCF S506, Rm101 Mujuk TCF S3001 Songnam PTF S7928, Rm 1SIG FROKA (ROK) HQ, Rm 1SIG ATM Icheon (ROK) C1, Rm CAF Icheon TROKA TCF Near Bldg C1 2nd OC (SROKA) TCF B2, Rm ATM/TCIF CSOCC-K CUWTF CDR Fleet HQ Bunker NCC CNFK CDR Fleet HQ CNFK HQ CNFK, Rm 119 Madison MW/PTF S5 Camp Humphreys MW/TCF S242 Camp Humphreys SW2 S1417 Camp Humphreys NZS S12409 Camp Humphreys ACS S2034

W91QVN19R0078

Page 43 of 118

Camp Humphrey C4I CC TBD Casey MW/TCF S7000/838 Casey SW2 S540 Warrior Base PTF S253 Bonafis PTF S176 Bonafis MW S711 Rodriguez Range S1346 Walker PTF/PASS-K S362 Kunsan MW S899 Highpoint MW S30 Richmond MW S546 Salem MW S104 Casey TV Hill MW S7000 Concord MW S5569 Namsan MW (Morris) S26/S39 Papyongsan MW S100 Kayasan MW S3102 Site G MW/PTF S104 Osan AB MW (Bucket) S356/S355 Walker DSC/DSN S301 Total: 57

7.3.4. ECU Equipment List. Environmental equipment is changed frequently, meaning this will not be a 100% accurate representation of the equipment at the time of the release, but the total equipment will not change and the types will be approximately the same. Contractor and COR will update site information and unidentified out of scope requirements to be added to follow on years.

Location Bldg Type Mfg Model Serial No. Qty

Cp Humphreys

S2031 Evaporator No. 1

Carrier 40RM-008-B611GC

3304F51354 1

S2031 Condenser No. 1

Carrier 38ARZ008-501LA

4404F40081 1

S2031 Evaporator No. 2

Carrier 40RM-008-B611GC

3604F556047 1

S2031 Condenser No. 2

Carrier 38ARZ008-501LA

4404G0080 1

Cp Humphreys

S2034 Evaporator No. 1

Carrier PA-A88GY6 170713 1

S2034 Condenser No. 1

Carrier RC-G88G6 370513 1

S2034 Evaporator No. 2

Carrier PA-A88GY6 210713 1

S2034 Condenser No. 2

Carrier RC-G88G6 330513 1

Cp Humphreys

S1417 Packaged Type ACU No. 1

Data Aire DAAU-1032 2008-0565-E 1

S1417 Heat Exchanger No. 1

Data Aire DARC-1132 1

S1417 Packaged Type No. 2

Data Aire DAAD-1332 2004-0977-A 1

W91QVN19R0078

Page 44 of 118

S1417 Heat Exchanger No. 2

Data Aire DARC-1132 2004-0981-A 1

S1417 Packaged Type No. 3

Data Aire DAAD-1332 2004-0976-A 1

S1417 Heat Exchanger No. 3

Data Aire DARC-1532 2004-0978-A 1

S1417 Evaporator No. 4

Data Aire DAAU-3032 2008-0561-E 1

S1417 Condenser No. 4

Data Aire 1

S1417 Evaporator No. 5

Data Aire DAAU-3032 2008-0562-E 1

S1417 Condenser No. 5

Data Aire 1

S1417 Evaporator No. 6

Data Aire DAAU-1032 2004-0980-A 1

S1417 Condenser No. 6

Data Aire DARC-1532 2004-0979-A 1

S1417 Smart PC Controller

MPCST52NDJ10T

21073606228 1

Cp Humphreys

S241 LMR Shelter

Packaaged ACU No.1

BRAD WA602-B09XPXXXJ

154M09266-0519-02

1

S241 LMR Shelter

Heater Package No.1

BRAD EHWA60-B09 1

S241 LMR Shelter

Packaaged ACU No.2

BRAD WA602-B09XPXXXJ

154M09266-0520-02

1

S241 LMR Shelter

Heater Package No.2

BRAD EHWA05-B15 1

S241 LMR Shelter

Packaaged ACU No.3

BRAD WA602-B09XPXXXJ

154M09266-0521-02

1

S241 LMR Shelter

Heater Package No.3

BRAD EHWA05-B18 1

Cp Humphreys

S242 Evaporator No. 1

Carrier 40RR-012551 0393F29905 1

S242 Condenser No. 1

Carrier 38AE-012-500 4692F2474 1

S242 Evaporator No. 2

Samsung HPN-0368L E2MNP5EB500020X

1

S242 Condenser No. 2

Samsung HPX-038L E2MWP5CB5000198

1

S242 Evaporator No. 3

Century PA-A180GG1 50406026 1

S242 Condenser No. 3

Century RCG180G2 3R4080118 1

S242 Evaporator No. 4

Century PA-A51GY6 C41C341200090120300012

1

W91QVN19R0078

Page 45 of 118

S242 Condenser No. 4

Century RC-G51G6 C41C34120010112040003

1

S242 Evaporator No. 5

Carrier 40RR-016-540 1

S242 Chiller No. 5 Carrier 30GT-025-510 1197F60342 1 S242 Evaporator No.

6 Carrier 40RR-016-547 0493F30919 1

S242 Condenser No. 6

Carrier 38AE-016-500 4592F23779 1

S242 Packaged ACU No. 7

BRAD WA721B0ZBPXX2J

187N062275818-02

1

S242 Heater package No. 7

BRAD WMCB-07B 1

S242 Packaged ACU No. 8

BRAD WA721B0ZBPXX2J

187N062275816-02

1

S242 Heater package No. 8

BRAD WMCB-07B 1

S242 Packaged ACU No. 9

BRAD WA721B0ZBPXX2J

187N062275815-02

1

S242 Heater package No. 9

BRAD WMCB-07B 1

S242 Packaged ACU No. 10

BRAD WA721B0ZBPXX2J

187N062275813-02

1

S242 Heater package No. 10

BRAD WMCB-07B 1

S242 Packaged ACU No. 11

BRAD WA721B0ZBPXX2J

187N062275814-02

1

S242 Heater package No. 11

BRAD WMCB-07B 1

S242 Packaged ACU No. 12

BRAD WA721B0ZBPXX2J

187N062275811-02

1

S242 Heater package No. 12

BRAD WMCB-07B 1

S242 Packaged ACU No. 13

BRAD WA721B0ZBPXX2J

187N062275810-02

1

S242 Heater package No. 13

BRAD WMCB-07B 1

S242 Packaged ACU No. 14

BRAD WA721B0ZBPXX2J

187N062275812-02

1

S242 Heater package No. 14

BRAD WMCB-07B 1

S242 Evaporator No. 15

Century PA-A10GG3 9702041 1

S242 Condenser No. 15

Century RC-G10G3 9702975 1

S242 Evaporator No. 16

Bumyang PVR-30M 02G23-60 1

S242 Condenser No. 16

Pan RSU-30-K4 2R-14695 1

S242 Upright Air Cleaner

Winia ABC-3081 AAA-1700090 1

S242 Upright Air Cleaner

Winia ABC-3081 AAA-1700042 1

W91QVN19R0078

Page 46 of 118

S242 HVAC Controllers

BRAD MC-3000 / MC-3000B

M-06225-9691-02 1

S242 HVAC Controllers

BRAD MC-3000 / MC-3000B

M-06225-9692-02 1

S242 HVAC Controllers

BRAD MC-3000 / MC-3000B

M-06225-9693-02 1

S242 HVAC Controllers

BRAD MC-3000 / MC-3000B

M-06225-9694-02 1

Highpoint, Mokcheon

S10 Packaged ACU No. 1

BRAD WA242B06BPXX2J

141H04191935-02

1

S10 Heater package No. 1

BRAD EHWA24B06 1

S10 Packaged ACU No. 2

BRAD WA242B06BPXX2J

141H04191938-02

1

S10 Heater package No. 2

BRAD EHWA24B06 1

Richmond S546 Packaged ACU No. 1

BRAD W424B06BPXX2J

141HQ41919319-02

1

S546 Heater package No. 1

BRAD EHWA24B06 1

S546 Packaged ACU No. 2

BRAD W424B06BPXX2J

141HQ41919320-02

1

S546 Heater package No. 2

BRAD EHWA24B06 1

Osan AFB (Bucket)

356 Packaged ACU No. 1

BRAD WA372B06BPXX2J

214N072428265-02

1

356 Heater package No. 1

BRAD EHWA24B06 1

356 Packaged ACU No. 2

BRAD WA372B06BPXX2J

214N072428264-02

1

356 Heater package No. 2

BRAD EHWA24B06 1

356 HVAC Controllers

BRAD MC-3000 / MC-3000B

P-072437238-02 1

Kunsan AFB 889 Packaged ACU No. 1

BRAD WA484B09BPXX2J

221N072427135-02

1

889 Heater package No. 1

BRAD EHWA05-B09 1

889 Packaged ACU No. 2

BRAD WA484B09BPXX2J

221N072427136-02

1

889 Heater package No. 2

BRAD EHWA05-B09 1

889 Packaged ACU No. 3

BRAD WA484B09BPXX2J

221A082449735-02

1

889 Heater package No. 3

BRAD EHWA05-B09 1

889 Packaged ACU No. 4

BRAD WA484B09BPXX2J

221A082449736-02

1

889 Heater package No. 4

BRAD EHWA05-B09 1

Kunsan AFB 445 Packaged ACU No. 1

MARVAIR ECU60ACA05NU1000G6

KUF000112658000-001

1

445 Heater No. 1 1

W91QVN19R0078

Page 47 of 118

445 Packaged ACU No. 2

MARVAIR ECU60ACA05NU1000G6

KUF000114087000-001

1

445 Heater No. 2 1 Kayasan Shared

Site Packaged ACU No. 1

BRAD WA372B06BPXX2J

214N072431229-02

1

Shared Site

Heater package No. 1

BRAD EHWA03-B06 1

Shared Site

Packaged ACU No. 2

BRAD WA372B06BPXX2J

214N072431230-02

1

Shared Site

Heater package No. 2

BRAD EHWA03-B06 1

Shared Site

HVAC Controllers

BRAD MC-3000 / MC-3000B

B082453087-02 1

Ogmasan ROKA Site

ACU No. 1 Trane 4TEC3F24B1000AA

93824W51V 1

ROKA Site

Compressor No. 1

Trane / XB-13

4TTB3024A1000BA

9471WFB3F 1

ROKA Site

Heater package No. 1

1

ROKA Site

ACU No. 2 Trane 4TEC3F24B1000AA

93824W91V 1

ROKA Site

Compressor No. 2

Trane / XB-13

4TTB3024A1000BA

9471WE03F 1

ROKA Site

Heater package No. 2

1

ROKA Site

HVAC Controllers

Trane Master

BMTM000AAC01

E09L51171 1

Cp Carroll Batt Rm

S652 Wall Mounted AC

BRAD WL721-B0ZBPXX2

187N062275817-02

1

S652 Wall Mounted AC

BRAD WA721-BZBPXX2J

187N062275808-02

1

S652 Exhaust Fan Penny Barry 1 S652 Exhaust Fan Penny Barry 1 S652 Exhaust Fan Centri

Master PRN080-2 1

Cp Carroll Central Air

Sys

S652 Evaporator Compu-Aire ACC-632 CK06-010-3980 1

S652 Condenser Compu-Aire System 2200 1 S652 Evaporator Compu-Aire ACC-632 CK06-010-3981 1 S652 Condenser Compu-Aire System 2200 1

Cp Carroll DSN

S652 Condenser 1 Carrier 38ARI008-K511 0609G10121 1

S652 Air Handling Unit No. 2

Carrier 39MN03C0111011XDS

1509U06933 1

S652 Evaporator No. 3

Data Aire DACU-3032 2009-0965-A 1

S652 Evaporator No. 3

Data Aire DACU-3032 2009-0967-A 1

S652 Evaporator No. 3

Data Aire DACU-3032 2010-1146-A 1

S652 Evaporator No. 3

Data Aire DACU-3032 2010-1147-A 1

W91QVN19R0078

Page 48 of 118

S652 Evaporator No. 1

Carrier DTCU-0532 2009-0969-A 1

S652 Condenser No. 1

Carrier DTCU-0532 2009-0970-A 1

S652 Condenser No. 3

Carrier 30RBA08054156-H7

2207072925 1

S652 Condenser No. 3

Carrier 30RBA08054156-H7

2209072933 1

Cp Carroll 953 Packaged Type Carrier 50TJ-006-501FF

3796G21469 1

953 Condenser Carrier 1 Cp Henry S1115

B Evaporator No. 1

Liebert DS077ASCOES733A

C12B8EO-157 1

S1115B

Condenser No. 1

Liebert DCDF308Y C1284F1263 1

S1115B

Evaporator No. 2

Liebert DS077ASCOES733A

C12B8EO-156 1

S1115B

Condenser No. 2

Liebert DCDF308Y C12C4F1316 1

S1115B

Evaporator No. 3

Carrier 40MVC009-1 4707V1565 1

S1115B

Condenser No. 3

Carrier 38MVC009-1 0308V02154 1

S1115B

Evaporator No. 4

Carrier 40MVC009-101 0412V00051 1

S1115B

Condenser No. 4

Carrier 38MV 009-101 2111V17699 1

S1115B

Exhaust Fan 1 Green Heck CW070-DG6D 02A10138 1

S1115B

Exhaust Fan 2 PENNY Ventilator

WXT82 1

S1115B

Exhaust Fan 3 Jenn Fan Ventilator

1

Cp Walker S555 Evaporator No. 1

LG LP-457CS 207KA00731 1

S555 Condenser No. 1

LG LP-457CS 207KA00392 1

S555 Wall Unit No. 2 White-Wasting House

1

S555 Wall Unit No. 3 White-Wasting House

1

Cp Walker S205 Evaporator Data Aire DACU-4532 2005-0810-E 1 S205 Evaporator Data Aire DACU-4532 2005-0811-E 1 S205 Evaporator Data Aire DACU-1132 2005-0813-E 1 S205 Evaporator Data Aire DACU-1132 2005-0812-E 1 S205 Packaged

Chiller Carrier 30GTN070-

620KA 3900F34788 1

S205 Packaged Chiller

Carrier 30XAB1107T303J-7

3410Q91580 1

S205 Packaged Chiller

Carrier 39LA18KA-AN-BKN-19

3410Q91580 1

W91QVN19R0078

Page 49 of 118

S205 Condenser Carrier 30RAN030-E511

2905004320 1

S205 Condenser LG Whisen LPNC2103S2 506KASL00038 1 Cp Walker S301 Evaporator No.

1 Data Aire

Inc DAAD-3032 2009-0948-A 1

S301 Condenser No. 1

Data Aire Inc

1

S301 Evaporator No. 2

Data Aire Inc

DAAD-3032 2009-0947 1

S301 Condenser No. 2

Data Aire Inc

1

S301 Evaporator No. 3

LG Whisen LP555CS 007KA00745 1

S301 Condenser No. 3

LG Whisen LP555CS 007QA00267 1

S301 Evaporator No. 2A

Carrier 40KMQ03036-301

4908100635 1

S301 Condenser No. 2A

Carrier 38QRF036---3 1308X92666 1

S301 Evaporator No. 2B

Carrier 40KMQ03036-301

4908100674 1

S301 Condenser No. 2B

Carrier 38QRF036---3 1308X92664 1

S301 Evaporator No. 3A

Carrier expression

40QNQ036---3 1308Y50288 1

S301 Condenser No. 3A

Carrier 38QRF036---3 0809X92934 1

S301 Evaporator No. 3B

Carrier expression

40QNQ036---3 1308Y50284 1

S301 Condenser No. 3B

Carrier 38QRF036---3 0809X92919 1

S301 Evaporator No. 4A

Carrier expression

40QNQ036---3 1308Y50289 1

S301 Condenser No. 4A

Carrier 38QRF036---3 0809X92886 1

S301 Evaporator No. 4B

Carrier expression

40QNQ036---3 1308Y50286 1

S301 Condenser No. 4B

Carrier 38QRF036---3 0809X92914 1

S301 Evaporator No. 5

Carrier expression

40QNQ036---3 1308Y50287 1

S301 Condenser No. 5

Carrier 38QRF036---3 0809X92938 1

S301 Evaporator No. 12

LG Whisen LP-555CS 007KA00745 1

S301 Condenser No. 12

LG LG / LP-555CS 007QA00267 1

S301 Evaporator Trane SUA-1003-C 76M-10649 1 S301 Condenser McQuay ALR013D 56C8503003 1 Cp Walker S315 Evaporator No.

1 Compu-Airc

Inc CAA-1534 SYS03-003-1961 1

S315 Condenser No. 1

Compu-Airc Inc

ACC-1734 SYS03-003-1961 1

W91QVN19R0078

Page 50 of 118

S315 Evaporator No. 2

Compu-Airc Inc

CAA-1534 SYS03-003-1962 1

S315 Condenser No. 2

Compu-Airc Inc

ACC-1734 SYS03-003-1962 1

S315 Heater Unit No. 2

Sterling HS-125A 1

S315 Evaporator No. 1

LG Whisen LP-256CSK 105KA03342 1

S315 Condenser No. 1

LG Whisen 1

S315 Wall Mount Unit No. 2

BARD WL721-BOZBPXX2J

187062275821-02

1

S315 Wall Mount Unit No. 3

BARD WL721-BOZBPXX2J

187062275818-02

1

S315 Wall Mount Unit No. 4

BARD WL721-BOZBPXX2J

221N062274273-02

1

S315 Wall Mount Unit No. 5

BARD WL721-BOZBPXX2J

221N062274272-02

1

Cp Walker S570 Packaged ACU 1

BARD WL721-BOZBPXX2J

187NO62275816-02

1

S570 Packaged ACU 2

BARD WL721-BOZBPXX2J

187NO62275805-02

1

S570 Packaged ACU 3

BARD WL721-BOZBPXX2J

187NO62275809-02

1

S570 Packaged ACU 4

BARD WL721-BOZBPXX2J

187NO62275806-02

1

S570 Packaged ACU 5

BARD WL721-BOZBPXX2J

187NO62275820-02

1

S570 Packaged ACU 6

BARD WL721-BOZBPXX2J

187NO62275823-02

1

S570 Packaged ACU 7

BARD WL721-BOZBPXX2J

187NO62275824-02

1

S570 Packaged ACU 8

BARD WL721-BOZBPXX2J

187NO62275819-02

1

S570 Heater Unit TFI Corp 1 S570 Exhaust Fan 1 PENNY

Barry WFX10R 1

S570 Exhaust Fan 2 PENNY Barry

WFX10R 1

S570 Exhaust Fan 3 PENNY Ventilator

WXR60 1

CP Walker RCCK

S315 AHU No. 1 Carrier 39LC21KA-FA2CHN-A9

1

S315 ACU No. 1 Carrier 38AH-028---610AA

1

S315 AHU No. 2 Carrier 39LC21KA-FA2CHN-A9

1

S315 ACU No.2 Carrier 38AH-028---610AA

1

Pier 8, Busan 2650A Packaged ACU No. 1

BARD WA372B06BPXX2J

214H062207230-02

1

W91QVN19R0078

Page 51 of 118

2650A Packaged ACU No. 2

BARD WA372B06BPXX2J

214H062207229-02

1

2650A Evaporator Samsung APH-6001 P1BN900094 1 2650A Condenser Samsung APH-6001 1 2650A Damper Honeywell M955ALO 1 2650A Exhaust Fan 1 2650A Heater Unit Trane UHPA-018S-

8CAAA 1

BSF, Busan S1336 Packaged ACU No. 1

BARD WA242B06BPXX2J

141B31793947-02

1

S1336 Packaged ACU No. 2

BARD WA242B06BPXX2J

141B31793948-02

1

Chinhae 104 Evaporator No. 1

LG Whisen LPNC2108S 900079 1

104 Condenser No. 1

LG Whisen LPUX2108S 900035 1

104 Evaporator No. 2

LG Whisen LPNC2108S 900068 1

104 Condenser No. 2

LG Whisen LPUX2108S 100005 1

104 Wall Mount AC No. 3

LG Whisen LRDN527R 1

104 Wall Mount AC No. 3

LG Whisen LRDN527R 1

104 Wall Mount AC No. 3

LG Whisen LRDN527R 1

104 Wall Mount AC No. 3

LG Whisen LRDN527R 1

104 Wall Mount AC No. 3

LG Whisen LRDN237R 1

104 Wall Mount AC No. 3

LG Whisen LRDN237R 1

104 Wall Mount AC No. 3

LG Whisen LRDN237R 1

104 Wall Mount AC No. 3

LG Whisen LRDN407R 1

104 Condenser LG Multi V Supoer III

LRPN3508D 003KAQV00020 1

104 Wall Mount AC No. 4

LG Whisen LRDN527R 1

104 Wall Mount AC No. 4

LG Whisen LRDN527R 1

104 Wall Mount AC No. 4

LG Whisen LRDN237R 1

104 Condenser LG Multi V Supoer II

LRPN1457D 910KACA00003 1

104 Wall Mount AC No. 5

LG Whisen LRDN527R 1

104 Wall Mount AC No. 5

LG Whisen LRDN527R 1

104 Wall Mount AC No. 5

LG Whisen LRDN237R 1

W91QVN19R0078

Page 52 of 118

104 Condenser LG Multi V Supoer II

LRPN1457D 910KAMZ00001 1

Chinhae S770 Window Unit No. 1

Fridrich KS10H10 JSCS12115 1

S770 Window Unit No. 2

Whirlpool 1

S770 Window Unit No. 3

Fridrich 1

Chinhae S777 Window Unit White-Westing House

1

Cp Mujuk Shelter Van

Evaporator Century PA-A3661 40025 1

Shelter Van

Condenser Century RCG3G3 944739 1

CNFK, Pohang

Shelter Van

Packaged ACU No. 1

Compac 1(Marvair)

AVP60ACA10N1000CI

KJ25298 1

Shelter Van

Packaged ACU No. 2

Compac 1(Marvair)

AVP60ACA10N1000CI

FJ15136 1

Salem S104 Evaporator No. 1

BARD WA242B00BPXX2J

141H041919317-02

1

S104 Condenser No. 1

BARD 1

S104 Evaporator No. 2

BARD WA242B00BPXX2J

141H041919316-02

1

S104 Condenser No. 2

BARD 1

Papyongsan S100 Evaporator No. 1

Century PA-A125GY1 4M1100042 1

S100 Condenser No. 1

Century PC-G125G1 2M1070220 1

S100 Unit Heater No. 1

Dayton 3UF75 1

S100 Unit Heater No. 1

Dayton 3UF75 1

S100 Evaporator No. 2

Century PA-A45GY2 3D090024 1

S100 Condenser No. 2

Century PC-G45G1 TS1F0120739 1

Cp Stanley 2327 Evaporator No. 1

Century PA-A125GY4-220V

C41C341100134100400038

1

2327 Evaporator No. 1

Century RC-G125G3 C41C341100146100500026

1

2327 Exhaust Fan No. 1

Madison PVL10 1

2327 Packaged AC Unit No. 2

Carrier 50TJ-012-511FF

4399G30434 1

Warrior Base S253 Packaged AC Unit No. 1

MARVAIR AVP60ACC09NU-G5

FS-F000104290-000-001

1

S253 Packaged AC Unit No. 2

MARVAIR AVP60ACC09NU-G5

FS-F000104290-000-002

1

W91QVN19R0078

Page 53 of 118

S253 Packaged AC Unit No. 3

MARVAIR AVP60ACC09NU-1000G5

FS-F000104290-000-003

1

Cp Bonifas S177 Packaged AC Unit No. 1

BARD WA242-B06MP3XXJ

141MO11691545-02

1

S177 Exhaust Fan No. 1

1

S177 Packaged AC Unit No. 2

BARD WA121-005XPXXXJ

158LO11677984-01

1

S177 Exhaust Fan No. 2

1

Cp Hovey S3759 Evaporator No. 1

Century PM-A008BG3 1

S3759 Evaporator No. 1

Century RC-C008BG3 1

S3759 Window Type AC No. 2

Fedders SS10L10-B LFFR09499 1

S3759 Wall-Mounted Type AC No. 3

BARD WA602A10XWXXXJ

153K971145516-02

1

S3759 Wall-Mounted Type AC No. 4

BARD WA602A10XWXXXJ

153K971145515-02

1

S3759 Window Type AC No. 5

Carrier KCA0183019 0307V01409 1

S3759 Window Type AC No. 6

Fedders A6U14W7A-A FS322845170X 1

Cp Casey TCF

S838 Unitary packaged Type

Century PA-1005U 510957 1

Cp Casey TV Hill

S7000 Evaporator Century PA-A10GG6 680525 1

S7000 Condenser Century RGG61006 680693 1 Cp Casey SW2

S504 Evaporator No. 1

Century HT-A15GG A0310014 1

S504 Condenser No. 1

Century RC-F7.5G6 R0310011 1

S504 Condenser No. 1

Century RC-F7.5G6 R0310012 1

S504 Evaporator No. 2

Century HT-A15GG 60160 1

S504 Condenser No. 2

Century RC-F7.5G3 60072 1

S504 Condenser No. 2

Century RC-F7.5G3 60068 1

Cp Casey SW1

S3002 Evaporator No. 1

Samsung AP-8000 PIBG-700040 1

S3002 Condenser No. 1

Samsung AP-8000 Unmarked 1

S3002 Evaporator No. 2

Century HT-A20GG2 60040 1

S3002 Condenser No. 2

Century RC-F10G3 R10SD-070706 1

S3002 Condenser No. 2

Century RC-F10G7 R10SD-070707 1

Yong In S253 Evaporator No. 1

Century PA-A88GY6 C41C34120011110500004

1

W91QVN19R0078

Page 54 of 118

S253 Condenser No. 1

Century RC-G88G6 C41C3411003961210500181

1

S253 Exhaust Fan No. 1

Dayton 2C710C 1

S253 Packaged Type No. 2

BARD WA242-B06BPXX2J

141B031793945-02

1

S253 Packaged Type No. 3

BARD WA242-B06BPXX2J

141B031793946-02

1

K-16 S254 Evaporator No. 1

Carrier 40RR-012-5 0393F29901 1

S254 Condenser No. 1

Carrier 38AE-012-500 4692F24760 1

S254 Exhaust Fan No. 1

Hanil 1

S254 Evaporator No. 2

Shinsung Eng

SCA-10AU 49308149 1

S254 Condenser No. 2

Shinsung Eng

SCA-10AU 1

S254 Evaporator No. 3

Samsung APE M150AH T97P800084Y 1

S254 Condenser No. 3

Samsung APE M150AH 1

S254 Evaporator No. 4

Carrier 50BU-008-500 3985G68441 1

S254 Condenser No. 4

Carrier 9AB8-114 X592835 1

Cp Market S1730 Evaporator No. 1

Daewoo Carrier

41EA-15AU 7199270911A 1

S1730 Condenser No. 1

Daewoo Carrier

1

S1730 Condenser No. 1

Daewoo Carrier

1

S1730 Exhaust Fan No. 1

1

S1730 Evaporator No. 2

Carrier 40RR-012-5 0393F29904 1

S1730 Condenser No. 2

Carrier 38AE-012-5 4692F24754 1

S1730 Exhaust Fan No. 2

1

Cp Red Cloud

S292 Evaporator Century HT-W10GG2 W0304001 1

S292 Condenser 1 Cp Red Cloud

S5569 Evaporator No. 1

Century PA-R4GG7 1902864 1

S5569 Condenser No. 1

Century RC-G467 2M9120310 1

S5569 Evaporator No. 2

Century PA-A265GG2 2M6010142 1

S5569 Condenser No. 2

Century RCG265G2 3B6080043 1

Namsan T27 Evaporator No. 1

Century PA-A500GY1 A108019 1

W91QVN19R0078

Page 55 of 118

T27 Condenser No. 1

Century RC-G265G2 DC0808116 1

T27 Condenser No. 1

Century RC-G265G2 DC0808120 1

T27 Damper 1 T27 Evaporator No.

2 Carrier CP-A280MAO 7020580561 1

T27 Condenser No. 2

Carrier CP-A280GO 7011570178 1

T27 Evaporator No. 3

Carrier PA-A62GY3 3F7060047 1

T27 Condenser No. 3

Carrier RC-G62G3 1F7010215 1

T27 Evaporator No. 4

Century PA-A62GY3 3F7020007 1

T27 Condenser No. 4

Century RC-G62G3 1F7030194 1

T27 Evaporator No. 5

Carrier 41EA-12AU2 710820 1

T27 Condenser No. 5

Carrier 41EW-5AU 700801A 1

T27 Condenser Carrier 41EW-8AU 700801B 1 T27 Evaporator No.

5 Carrier CP-755AW 860901036 1

T27 Condenser No. 6

Carrier CP-755AW 861970221 1

COE/FED-Seoul

T34 Evaporator No. 1

Century PA-A51GY1 1F0120512 1

T34 Condenser No. 1

Century RC-G51G1 1F0120458 1

T34 Evaporator No. 2

Carrier 40RR-012-550 0393F29898 1

T34 Condenser No. 2

Carrier 38AE-012-500 4992F26470 1

T34 Evaporator No. 3

Friedrich SS08H10A 91BS00436 1

T34 Condenser No. 3

1

T34 Packaged AC Unit No. 4

Century PA-753U 31031 1

T34 Evaporator No. 5

Century PA-A51GY1 1F0120513 1

T34 Condenser No. 5

Century RC-G51G1 4F0120455 1

USAG-YS SW1

S1046 Evaporator No. 1

Daewoo Carrier

41EA-15AU2 710822 1

S1046 Condenser No. 1

Daewoo Carrier

41EW-8AU 710822A 1

S1046 Condenser No. 1

Daewoo Carrier

41EW-8AU 710822B 1

S1046 Evaporator No. 2

Carrier 40RR-016-540 0493F30917 1

W91QVN19R0078

Page 56 of 118

S1046 Condenser No. 2

Carrier 38AE-016-500 4592F23781 1

S2320 Evaporator No. 1

Carrier 41EA12AD2 700801 1

S2320 Condenser No. 1

Carrier 41EW-5AU 710820A 1

S2320 Condenser No. 1

Carrier 41EW-8AU 710820B 1

S2320 Evaporator No. 2

Carrier CP-1505AW 08760B0004 1

S2320 Condenser No. 2

Carrier CP-1505AW 0861B00021 1

S2320 Evaporator No. 3

Carrier 408M-012-B611G6

2306U11340 1

S2320 Condenser No. 3

Carrier 38ARS012-511 2206G0123 1

S2320 Evaporator No. 4

Century PA-A2GG6 9800128 1

S2320 Condenser No. 4

Century PA-A5GG6 1

S2320 Evaporator No. 5

Friedrich 1

S2320 Condenser No. 5

Friedrich MR30C3E LKKT00140 1

USAG-YS TCF

S2320 Evaporator No. 1

York MICX-600AA NICCS005549 1

S2320 Condenser No. 1

York H2CA600A25A MBCMO11751 1

S2320 Evaporator No. 2

York MICX-600AA NICCS0055410 1

S2320 Condenser No. 2

York H2CA600A25A MBCMO11754 1

S2320 Evaporator No. 3

Carrier CP-755AW 860901044 1

S2320 Condenser No. 3

Carrier CP-755AW 861970224 1

S2320 Evaporator No. 4

Century CP-605AW 870800051 1

S2320 Condenser No. 4

Century CP-605AW 861870108 1

S2320 Evaporator No. 5

Century CP-605AW 870800053 1

S2320 Condenser No. 5

Century CP-605AW 861870109 1

USAG-YS Nothern Node

S2324 Evaporator No. 1

Shinsung SCA-10AD 04-000211 1

S2324 Condenser No. 1

Shinsung SCU-5HP 04-000543 1

S2324 Condenser No. 1

Shinsung SCU-5HP 04-000540 1

S2324 Evaporator No. 2

Carrier CP-605AWB A009J00550 1

W91QVN19R0078

Page 57 of 118

S2324 Condenser No. 2

Carrier CP-605AWB A009G02010 1

S2324 Evaporator No. 3

Carrier CP-605AWB A009J 1

S2324 Condenser No. 3

Carrier CP-605AWB A009G02011 1

S2324 Evaporator No. 4

Century HT-A6CC2 A0405014 1

S2324 Condenser No. 4

Century RC-F3G6 R0402007 1

S2324 Condenser No. 4

Century RC-F3G6 R0402008 1

S2324 Evaporator No. 5

Carrier 40HTSA100D 700801 1

S2324 Condenser No. 5

Carrier 38HTSA050 00801B 1

S2324 Condenser No. 5

Carrier 38HTSA050 00801A 1

S2324 Evaporator No. 6

Carrier CT150ADF 08-09-007-01 1

S2324 Condenser No. 6

Carrier RC-075A 08-09-007-04-01 1

S2324 Condenser No. 6

Carrier RC-075A 08-09-007-01-01 1

S2324 Evaporator No. 7

Carrier CT150ADF 08-09-007-04 1

S2324 Condenser No. 7

Carrier RC075A 08-09-007-02-01 1

S2324 Condenser No. 7

Carrier RC075A 08-09-007-02-02 1

S2324 Evaporator No. 8

Shinsung SCA-10AD 04-000212 1

S2324 Condenser No. 8

Shinsung SCU-5HP 04-000538 1

S2324 Condenser No. 8

Shinsung SCU-5HP 04-000548 1

S2324 Evaporator No. 9

Carrier CT150ADF 08-09-007-02 1

S2324 Condenser No. 9

Carrier RC-075A 08-09-007-02-02 1

S2324 Condenser No. 9

Carrier RC-075A 08-09-007-03-01 1

S2324 Evaporator No. 10

Shinsung SCA-10AD 04-000208 1

S2324 Condenser No. 10

Shinsung SCU-5HP 04-000547 1

S2324 Condenser No. 10

Shinsung SCU-5HP 04-000537 1

S2324 Evaporator No. 11

Shinsung SCA-10AD 04-000207 1

S2324 Condenser No. 11

Shinsung SCU-5HP 04-000546 1

S2324 Condenser No. 11

Shinsung SCU-5HP 04-000545 1

W91QVN19R0078

Page 58 of 118

S2324 Evaporator No. 12

Carrier CT150ADF 08-09-007-03 1

S2324 Condenser No. 12

Carrier RC-075A 08-09-007-03-02 1

S2324 Condenser No. 12

Carrier RC-075A 08-09-007-04-02 1

S2324 Evaporator No. 13

Shinsung SCA-10AD 04-000209 1

S2324 Condenser No. 13

Shinsung SCU-5HP 04-000541 1

S2324 Condenser No. 13

Shinsung SCU-5HP 04-000539 1

USAG-YS South SW3

S4101 Evaporator No. 1

Daewoo Carrier

41EA-15AU2 710821 1

S4101 Condenser No. 1

Daewoo Carrier

41EW-10AU 710823A 1

S4101 Condenser No. 1

Daewoo Carrier

41EW-10AU 710823B 1

S4101 Exhaust Fan No. 1

1

S4101 Evaporator No. 2

Daewoo Carrier

41EA-20AU2 710823 1

S4101 Condenser No. 2

Daewoo Carrier

41EW-8AU 710821 A 1

S4101 Condenser No. 2

Daewoo Carrier

41EW-8AU 710821 B 1

S4101 Exhaust Fan No. 2

1

S5255 Evaporator No. 1

Samsung AP-N153N AHKPP5EP300654E

1

S5255 Condenser No. 1

Samsung AHKPP5EP400023J

1

S5255 Evaporator No. 2

Data Aire DAAU-0632 2006-2405-E 1

S5255 Condenser No. 2

Data Aire 1

USAG-YS South SW1

S5042 Evaporator No. 1

Carrier CP-1501A 1079100079 1

S5042 Condenser No. 1

Carrier CP-1501A 1079200051 1

S5042 Packaged ACU No. 2

Daewoo Carrier

1

USAG-YS South SW4

S5443 Evaporator No. 1

Carrier CP-755AW 860901032 1

S5443 Condenser No. 1

Carrier CP-755AW 861970222 1

S5443 Evaporator No. 2

Carrier 40RR-008-530 1

S5443 Condenser No. 2

Carrier 50DK500672-D 1

Beason S139 Evaporator No. 1

Carrier CP-150H 7027680256 1

W91QVN19R0078

Page 59 of 118

S139 Condenser No. 1

Carrier CP-150H 7029660138 1

S139 Evaporator No. 3

Century PA-A88GH3 3F4100028 1

S139 Condenser No. 3

Century 1

S139 Evaporator No. 4

Carrier CP-150H 847680029 1

S139 Condenser No. 4

Carrier 1

Madison (Top Site)

S5 Evaporator Carrier 50EG009500 50R09100190 1

S5 Condenser Carrier 50EG009500 W493213 1 S5 Warm air

Furnance Jackson & Church

SDF-20 OFU 1

Cp Carroll SATCOM

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0956-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0955-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0959-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0958-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0960-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0954-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0957-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0953-A 1

S563 Evaporator No. 1

Data Aire Inc

DACU-3032 2009-0961 1

S563 Condenser No. 1

Carrier 30RBA190543563H7

2209Q72935 1

S563 Condenser No. 1

Carrier 30RBA190543563H7

2209Q72923 1

S563 Condenser No. 1

Carrier 30RBA190543563H7

2209Q72927 1

S563 Air Handling Unit No. 1

Carrier 38ARZ012-K501

1609G10062 1

S563 Evaporator No. 2

Carrier 40KMQ030336-301

4908100672 1

S563 Evaporator No. 2

Carrier 40KMQ030336-301

4908100673 1

S563 Evaporator No. 2

Carrier 40KMQ030336-301

4908100671 1

S563 Condenser No. 2

Carrier 38QRF036-3 1308X92659 1

S563 Condenser No. 2

Carrier 38QRF036-3 1308X92669 1

S563 Condenser No. 2

Carrier 38QRF036-3 1308X92662 1

W91QVN19R0078

Page 60 of 118

S563 Evaporator No. 3

Carrier 40QNQ036-3 1308Y50295 1

S563 Evaporator No. 3

Carrier 40QNQ036-3 1308Y50291 1

S563 Evaporator No. 3

Carrier 40QNQ036-3 1308Y50285 1

S563 Condenser No. 3

Carrier 38QRF036-3 0809X92887 1

S563 Condenser No. 3

Carrier 38QRF036-3 0809X92936 1

S563 Condenser No. 3

Carrier 38QRF036-3 0809X92888 1

445

CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.217-5 Evaluation Of Options JUL 1990 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas APR 1984 52.237-1 Site Visit APR 1984 52.242-15 Stop-Work Order AUG 1989 52.243-1 Changes--Fixed Price AUG 1987 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.225-7041 Correspondence in English JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports DEC 2018

252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7002 Requests for Equitable Adjustment DEC 2012 CLAUSES INCORPORATED BY FULL TEXT 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers;

W91QVN19R0078

Page 61 of 118

(3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, 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 offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer 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-- (A) 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 offers; or

W91QVN19R0078

Page 62 of 118

(B) 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 (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers 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. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/).

W91QVN19R0078

Page 63 of 118

(iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ``Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) 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. ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO THE OFFEROR(S) 1. CONTRACT AWARD: 1.1. The Government intends to execute a Requirements with Firm Fixed Price CLINs for maintenance and repair services of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems USFK wide. Award will be made to the responsible Offeror submitting the Lowest Price Technically Acceptable (LPTA) offer in accordance with the Federal Acquisition Regulation (FAR) Parts 12

W91QVN19R0078

Page 64 of 118

and 13 that satisfies all terms and conditions of the solicitation. Offers will be evaluated for acceptability, but not ranked using the non-cost factors/subfactors. All non-cost factors and subfactors will be rated as either acceptable or unacceptable. In order to be considered for award, there must be an acceptable rating in every non-price factor/subfactor. In other words, a rating of unacceptable for any factor or subfactor will result in the entire offer being rated unacceptable. 1.2. The Government reserves the right, based on the Government’s best interests, to make a determination to: 1) award without discussions; 2) make multiple awards for this requirement; 3) establish a competitive range in order to conduct discussions. If an award cannot be made on initial offer and the Government determines discussions to be necessary, the competitive range will be established in considering technical, past performance and price evaluation factors to conduct discussions in accordance with FAR 15.306(a)(3); and/or 4) make no award if, upon evaluation, none of the proposals are deemed likely to meet the requirements. 2. PROPOSAL SUBMISSION: Offerors' proposals shall adhere to the following instructions: 2.1. Offerors are cautioned to submit enough information to enable the evaluation committee to fully ascertain each offeror’s capability to perform all of the requirements of this solicitation. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make a contract award determination without any discussions with offerors. 2.2. Offerors shall submit complete proposals (Technical Proposal, Past Performance Proposal, and Price Proposal) through Federal Business Opportunities (FBO) website at https://www.fbo.gov by the solicitation closing date and time as indicated in Block #8 of the solicitation. The proposal submittal other than FBO will not be considered for award. The offeror(s) shall round all unit prices to the nearest whole Korean Won (KRW) thereby eliminating the use of any decimal points. 2.3. The Government intends to make a final determination as to whether an offer is acceptable or unacceptable solely on the basis of the proposals as submitted, without requesting any further information. Nevertheless, Offerors may, at the discretion of the Government, be asked to provide minor clarifications regarding their proposals. Furthermore, if it is deemed necessary the Government may, at its sole discretion, establish a competitive range in order to conduct discussions in accordance with FAR 15.306(a)(3). 2.4. Pre-Award Survey: A pre-award survey may be conducted on firms, to include joint venture partners and subcontractors indicating firm commitments to this acquisition that were included with the proposals. The pre-award survey is to determine the prospective contractor’s responsibility IAW FAR 9.104-1. Information may be requested as required by the Contracting Officer and the information shall be submitted within three (3) working days of the request. 2.5. Contractor Team Arrangements: A Contractor team arrangement (CTA) means an arrangement in which two or more companies form a partnership or joint venture to act as a potential prime contractor or a potential prime contractor agrees with one or more other companies to have them act as its subcontractors under a specified Government contract or acquisition program. A CTA is not an arrangement in which two or more companies form a separate legal entity, such as a corporation or limited liability company, to act as a potential prime contractor. 2.5.1. The Government will, when applicable, recognize the integrity and validity of CTAs when identified and fully disclosed to the Contracting Officer. Offerors proposing a CTA must identify and fully disclose contractor team arrangements relationships in their offer/proposal. A CTA must be in writing. 2.5.2. After award, the Contractor must notify the Contracting Officer of any CTA arrangement with subcontractor(s) within _10_ days prior to any projected performance by the new subcontractor. 2.5.3. For offerors proposing a partnership/joint venture CTA: The CTA must do business under the CTA name, must register in SAM under the CTA name, must provide documents vesting an individual with the authority of the partners to bind the CTA, and must designate a single point of contact for the CTA.

W91QVN19R0078

Page 65 of 118

2.5.4. The Government will perform a responsibility determination on a CTA just as it would on any prospective contract awardee 2.6. FAR Clause 52.212-3, Alt I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS: The offeror shall provide a complete FAR 52.212-3, Alt 1, (h) & (k). 2.7. Signed Solicitation and Amendment: Signed first page of the solicitation (SF1449) and each amendment (SF30) (if any amendment are issued) 2.8. Point of Contact (POC): Name(s) and telephone number, and e-mail address of person(s) authorized to conduct discussions/negotiations and to financially bind the company. 2.9. Official Means of Disseminating Information

3.0. Official Means of Disseminating Information after solicitation issued through FBO such as requests for clarification and/or information concerning this solicitation shall be submitted in writing or electronically as followed information: (for each question, comment or observation, identify the Paragraph number being referenced).

411th CSB Services Division, Team Tiger ATTN: Ms. Chong, Chin Suk Reference: W91QVN-19-R-0078 E-mail: [email protected]

3.1. No information concerning this solicitation or requests for clarification will be provided in response to Offeror-initiated telephone calls. All such requests must be made in writing and submitted to the above email address. Written inquiries will be answered in writing and provided to all Offerors. The deadline for submission of questions regarding this solicitation is No Later Than (NLT) 5 July 2019, 1300 hours. Interested Contractors may submit intension to participate for this requirement by sending an email to above POC NLT 12 July 2019, 1300 hours. 4. SUBMISSION REQUIREMENT: 4.1 FACTOR I. TECHNICAL: Sub-Factor 1- Prime Contractor’s Prior Experience The offeror shall provide evidence minimum five (5) years of prime contractor's prior experience in performing same or similar size (Yearly total $1 Million above Projects) of the maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems within the last ten (10) years from the solicitation closing date. The prior experience of a subcontractor cannot be substituted for the prime contractor's experience. When applicable, each subcontractor shall also have of minimum of two (2) years’ experience in performing maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems with the last five (5) years from the solicitation closing date. The offeror shall provide evidence of prior experience in the following format:

• The title of the contract/project • Contract No. for the Government/Commercial Performance • A clear description of work completed • Length of contract/project (Year/Month/Date – Year/Month/Date) • Value (Won amount and SF per month) of contract/project • Complete name and phone number of Point of Contact (POC) at Client Organization

Sub-Factor 2- Key Personnel. The offeror shall provide resumes of Key personnel IAW PWS para 1.6.11. Resume must clearly identify in the following format:

W91QVN19R0078

Page 66 of 118

• The title of the contract/project • Description of work experience • Length of contract/project (year/month/date – year/month/date) • Value of contract/project in KW for total amount • Phone number of POC of Client/ Reference • A copy of training Certificate Element A: Contract Manager (CM). The offeror shall provide a resume of CM with at least two (2) years of experience as a CM within the last five (5) years in maintenance, installation and repair of facility systems such as ATSs, generators, UPS and ECUs and similar projects from the solicitation closing date. Also, the CM shall provide a copy of current and valid Certificate Bachelor’s Degree in Engineering Five (5) years of directly related experience in management of facility projects including supervision of maintenance, schedule, cost management, i.e. overall project management activities. Element B: Generator and ATS Technician. Generator and ATS Technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical generating systems, ATS system or similar equipment.

Additionally, Generator and ATS Technician shall provide a copy of an electrical license (전기기능사) issued by ROK Government resume must clearly identify aforementioned format. Element C: UPS Technician. UPS/DC Plant technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical systems, UPS and DC power plants or similar equipment related to this

requirement. Additionally, UPS Technician shall provide a copy of an electrical license (전기기능사) issued by ROK Government. Element D: ECU Technician. Heating Ventilation and Cooling technicians shall have a minimum of two (2) years of experience within the last five (5) years in mechanical environmental systems, CRACs, raised floor cooling systems, Direct Digital Controllers (DDC), etc. Additionally, HVAC Technicians shall provide a copy of license in

Craftsman Air-Conditioning and Refrigerating Machinery (공조냉동기계기능사) issued by ROK Government. Sub-Factor 3-Management Plan The Offeror shall provide Management Plan that demonstrates a clear understanding of manpower requirements by identifying the required number of personnel by labor category and buildings to perform the solicitation requirements. Additionally, the offeror shall submit an organizational chart that identifies personnel and configuration of in maintenance, installation and repair teams for facility systems such as ATSs, generators, UPS and ECUs which clearly demonstrates the capability to manage and perform in accordance with Technical Exhibit 1 through 3 of this solicitation requirements. 4.2 FACTOR II. PAST PERFORMANCE: The past performance factor considers the offeror’s demonstrated recent and relevant record of performance in supplying services that meet the contract requirements. Past performance will be evaluated on an acceptable/unacceptable basis. The offerors are required to identify contracts, both commercial and Government contracts for the same service. The Government may ascertain past performance information on the offeror from sources other than the contracts/ references provided. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable” The offeror shall provide recent and relevant past performance in in maintenance, installation and repair of facility systems such as ATSs, generators, UPS and ECUs and similar projects within the last five (5) years from the issuance date of this solicitation. Relevant past performance of same services based on size, scope, complexity, and contract type. Offerors’ recent and relevant past performance may consist Government and/or commercial contracts

W91QVN19R0078

Page 67 of 118

for the prime offeror and/or for each major subcontractor who performed during the past five (5) years from the closing date of this solicitation. The offeror shall provide the following information for each past performance reference:

• The title of the contract/project • A clear description of work completed • Length of contract/project (Year/Month/Date – Year/Month/Date) • Value (Won amount and SF per month) of contract/project • Complete name and phone number of Point of Contact (POC) at Client Organization

Contracting Officer is not limited to the information provided. The Contracting Officer may use this data along with data obtained from other sources the Contracting Officer determines appropriate to obtain sufficient information on the offeror’s past performance to make a responsibility determination. 4.3 FACTOR III. PRICE: The offeror shall provide complete CLIN identified for base period plus two (2) options except CLIN X005. Any underlying assumption including proposed escalation rates between the 1st and subsequent periods shall be clearly explained. Proposed price will be reviewed to determine if the proposal is adequate, complete, and reasonable to assess the offeror understands of the solicitation. 4.4. FAR Clause 52.212-3, Alt I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-Commercial Items: The offeror shall provide a complete FAR 52.212-3, Alt 1, (h) & (k). 4.5. Tax Exemptions- Republic of Korea, (5) TAXES - The offeror shall provide a complete the form and sign;. The offeror shall indicate specific types and quantities of POL products upon which offeror’s based and for which tax exemption is allowed in this ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO THE OFFROR(S). 4.6. Point of Contact (POC): Name(s) and telephone number, and e-mail address of person(s) authorized to conduct discussions/negotiations and to financially bind the company. 4.7. Signed Solicitation and Amendment: Signed first page of the solicitation (SF1449) and each amendment (SF30) (if any amendment were issued) 5. PRE-AWARD SURVEY A pre-award survey may be conducted on any firm, to include joint venture partners and subcontractors indicating firm commitments to this acquisition, submitting proposals. The pre-award survey is to determine the prospective contractor’s responsibility in accordance with FAR Part 9.104-1. Information may be requested as required by the Contracting Officer and the information shall be submitted within three working days of the request. 6. SITE VISIT

I. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the price of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site orientation schedule is as follows: Site Visit Time and Place: 2 Jul 2019, 10:00 hrs at Dodu-ri Gate, Camp. Humphreys II. Offeror shall submit the following information to Ms. Chong, Chin Suk at [email protected] by 13:00 hours, 1 Jul 2019 for temporary access. After sending E-mail, offerors shall confirm with Ms. Chong, Chin Suk at 0503-355-3382 (Commercial) if the e-mail is delivered to her e-mail account. Name (s) Maximum of 2 individuals per offeror Korean Identification Number

W91QVN19R0078

Page 68 of 118

III. The attendee must bring a photo identification card (주민등록증). (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

See below Addendum to FAR Clause 52.212-2 Evaluation-Commercial Items (JAN 1999) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror submitting the Lowest Priced, Technically Acceptable proposal in accordance with the Federal Acquisition Regulation (FAR) Parts 12 and 15 that satisfies all terms and conditions of the solicitation. Award will be made to the responsible Offeror submitting the Lowest Price Technically Acceptable (LPTA) offer that satisfies all terms and conditions of the solicitation. Offers will be evaluated for acceptability, but not ranked using the non-price factors/subfactors. All non-price factors and subfactors will be rated as either “acceptable” or “unacceptable”. In order to be considered for award, there must be an “acceptable” rating in every non-price factor/subfactor. In other words, a rating of “unacceptable” for any factor or subfactor will result in the entire offer being rated “unacceptable”. The following ratings will be used in evaluating all non-price factors and subfactors:

Adjectival Rating Description Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation

The following ratings will be used in evaluating Past Performance:

Adjectival Rating Description

Acceptable Based on the Offeror’s performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror’s performance record is unknown (See note below).

W91QVN19R0078

Page 69 of 118

Unacceptable Based on the Offeror’s performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort.

Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or neutral) past performance. In the context of acceptability/ unacceptability, a neutral rating shall be considered “acceptable." FACTOR I. TECHNICAL PROPOSAL: Each factor and sub factor will be rated either acceptable or unacceptable. A rating of unacceptable for any factor or sub factor will result in an overall unacceptable rating. If an offeror fails to meet the minimum requirements outlined in one of the five (5) subfactors below, and overall proposal will be rated unacceptable and will not be eligible for award. Sub-Factor 1- Prime Contractor’s Prior Experience. The offeror shall provide evidence minimum five (5) years of prime contractor's prior experience in performing same or similar size (Yearly total $1 Million above Projects) of the maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems within the last ten (10) years from the solicitation closing date. The prior experience of a subcontractor cannot be substituted for the prime contractor's experience. Each subcontractor shall also have of minimum of two (2) years’ experience in performing maintenance and repair of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems with the last five (5) years from the solicitation closing date. The offeror shall provide evidence of prior experience in the following format:

• The title of the contract/project • Contract No. for the Government/Commercial Performance • A clear description of work completed • Length of contract/project (Year/Month/Date – Year/Month/Date) • Value (Won amount and SF per month) of contract/project • Complete name and phone number of Point of Contact (POC) at Client Organization

Sub-Factor 2- Key Personnel. The offeror shall provide resumes of Key personnel IAW PWS para 1.6.11. Resume must clearly identify in the following format: • The title of the contract/project • Description of work experience • Length of contract/project (year/month/date – year/month/date) • Value of contract/project in KW for total amount • Phone number of POC of Client/ Reference • A copy of training Certificate Element A: Contract Manager (CM). The offeror shall provide a resume of CM with at least two (2) years of experience as a CM within the last five (5) years in maintenance, installation and repair of facility systems such as ATSs, generators, UPS and ECUs and similar projects from the solicitation closing date. Also, the CM shall provide a copy of current and valid Certificate Bachelor’s Degree in Engineering Five (5) years of directly related experience in management of facility projects including supervision of maintenance, schedule, cost management, i.e. overall project management activities. Element B: Generator and ATS Technician. Generator and ATS Technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical generating systems, ATS system or similar equipment.

W91QVN19R0078

Page 70 of 118

Additionally, Generator and ATS Technician shall provide a copy of an electrical license (전기기능사) issued by ROK Government resume must clearly identify aforementioned format. Element C: UPS Technician. UPS/DC Plant technicians shall have a minimum of two (2) years of experience within the last five (5) years in electrical systems, UPS and DC power plants or similar equipment related to this

requirement. Additionally, UPS Technician shall provide a copy of an electrical license (전기기능사) issued by ROK Government. Element D: ECU Technician. Heating Ventilation and Cooling technicians shall have a minimum of two (2) years of experience within the last five (5) years in mechanical environmental systems, CRACs, raised floor cooling systems, Direct Digital Controllers (DDC), etc. Additionally, HVAC Technicians shall provide a copy of license in

Craftsman Air-Conditioning and Refrigerating Machinery (공조냉동기계기능사) issued by ROK Government. Sub-Factor 3-Management Plan The Offeror shall provide Management Plan that demonstrates a clear understanding of manpower requirements by identifying the required number of personnel by labor category and buildings to perform the solicitation requirements. Additionally, the offeror shall submit an organizational chart that identifies personnel and configuration of in maintenance, installation and repair teams for facility systems such as ATSs, generators, UPS and ECUs which clearly demonstrates the capability to manage and perform in accordance with Technical Exhibit 1 through 3 of this solicitation requirements. FACTOR II. PAST PERFORMANCE: Past performance shall be evaluated on an acceptable/unacceptable basis. Offerors are authorized to provide information on the problems encountered on the identified contracts and the Offeror’s corrective actions. The Government may ascertain past performance information on the Offeror from sources other than the references provided. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (See FAR 15.305(a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/ unacceptability, “unknown” shall be considered “acceptable”.

The offeror shall provide recent and relevant past performance in maintenance and repair services of Environmental Control Units, Auxiliary Power Generation (generators and transfer switches) and Un-interruptible Power Systems. Recent past performance is within the last five (5) years from the closing date of this solicitation. Relevant past performance are those that the “same or similar” services based on size, scope, complexity, and contract type. The past performance will be evaluated for all offeror’s proposals by the Contract Specialist/ Contracting Officer in the following manner: The past performance will be evaluated for all offeror’s proposals by the Contract Specialist/ Contracting Officer in the following manner:

(1) Review of the detailed explanation submitted by offerors demonstrating the relevance of the references to the requirements of the solicitation.

(2) References will be contacted by phone or email to verify contents in detail explanation and to determine

record of compliance with contract requirements, accuracy of reports, technical and quality awards/certificates.

(3) The Government reserves the right to obtain past performance information from any reasonable source

available, including Government database in order to evaluate past performance.

(4) Contract references: For each Past Performance submission is required in the below format: -The title of the contract/project.

W91QVN19R0078

Page 71 of 118

-A description of work completed. -Name of the client Organization or Requiring Activity. -Length of contract/project (year/month/date – year/month/date) -Value of contract/project -Complete name, e-mail and phone number of point of contact (POC) at Client Organization.

(5) The Government may send a Past Performance Questionnaire to the POC listed by the Offeror for each relevant contract, who will subsequently be requested to submit information to the Government no later than 3 days after Government issuance of the questionnaire.

NOTE: Offerors are reminded that while the Government may elect to consider data obtained from other sources, the Government does not assume the duty to search for data to cure problems it finds in the proposals. The burden of providing thorough and complete past performance information rests with the Offeror. FACTOR III. Prices: Proposed price will be reviewed to ensure completeness, realism, reasonableness, and balance. The pricing proposals will be evaluated in accordance with FAR 15.404-1 (b). (a) Completeness. The offeror shall complete the pricing information for all CLINs identified for base period including phase-in with four (4) options (total five (5) years). Any underlying assumptions including proposed escalation rates between the 1st and subsequent periods shall be clearly explained. (b) Price Realism. Price Realism Analysis will be performed to determine if the proposed price is realistic for the work to be performed. The proposal will be evaluated using price analysis techniques to determine whether the proposal reflects a thorough understanding of the PWS, and whether the price proposed is realistic for the work to be performed and is consistent with approaches described in the technical proposals. Price proposals, which are unrealistically low, will be deemed reflective of a failure to comprehend the complexity and risk of the proposed contractual requirement and may be grounds for rejection of the proposal. (c) Price Reasonableness. Price should also reflect fair market value and be reasonable when compared to the independent Government estimate, current market prices for same or similar services and/or when compared among other technically acceptable offerors. (d) Unbalanced Pricing. As part of the price evaluation, proposals will be reviewed to identify any unbalanced pricing. IAW FAR 15.404-1(g) (3), Unbalanced Pricing, a proposal may be rejected if the Contracting Officer determines the lack of balance poses an unacceptable risk to the Government. (e) Price is not scored. The Government will review the price proposal to determine the extent to which it is reasonable, realistic and balanced. The proposed price shall include all CLINs as listed on the Price Schedule. The Government intends to evaluate proposals and award a contract without discussions. Therefore, Offerors are instructed that submitted proposals should contain their best pricing. (f) FAR Clause 52.217-8 Option to Extend Services. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8 - Option to Extend Services) by adding one-half of the Offeror’s final option period prices to the Offeror’s total price. Thus, the Offeror’s total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option and one-half of the 4th option. Offerors are required only to price the base and four (4) options. Offerors shall not submit a price for the potential one-half year extension of services period. (End of provision)

W91QVN19R0078

Page 72 of 118

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision -- “Economically disadvantaged women-owned small business (EDWOSB) Concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service-

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. “Inverted domestic corporation” means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials.

W91QVN19R0078

Page 73 of 118

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

W91QVN19R0078

Page 74 of 118

“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Small disadvantaged business concern”, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Subsidiary” means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. “Veteran-owned small business concern” means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)”, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

W91QVN19R0078

Page 75 of 118

(b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ .] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

W91QVN19R0078

Page 76 of 118

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___ (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ .] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ___ ) has, ( ___ ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that--

W91QVN19R0078

Page 77 of 118

(i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American--Supplies.” (2) Foreign End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

(List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf (COTS) item,'' ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,'' ``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.''

W91QVN19R0078

Page 78 of 118

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”

Other Foreign End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act":

Canadian End Products:

Line Item No.

___

W91QVN19R0078

Page 79 of 118

___

___

[List as necessary]

(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":

Canadian or Israeli End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

(4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary]

(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)

W91QVN19R0078

Page 80 of 118

(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled ``Trade Agreements''. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products:

Line Item No. Country of Origin

___ ___

___ ___

___ ___

[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.

(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals--

(1) [ ___ ] Are, [ ___ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(2) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and

(3) [ ___ ] Are, [ ___ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and

(4) [ ___ ] Have, [ ___ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(i) Taxes are considered delinquent if both of the following criteria apply:

W91QVN19R0078

Page 81 of 118

(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(ii) Examples.

(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights.

(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products.

Listed End Product Listed Countriesof Origin

___   ___  

___   ___  

___   ___  

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]

W91QVN19R0078

Page 82 of 118

[ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.)

[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ___ ) does ( ___ ) does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;

W91QVN19R0078

Page 83 of 118

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to SAM to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ___ ) TIN: --------------------. ( ___ ) TIN has been applied for. ( ___ ) TIN is not required because: ( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ___ ) Offeror is an agency or instrumentality of a foreign government; ( ___ ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ___ ) Sole proprietorship; ( ___ ) Partnership;

W91QVN19R0078

Page 84 of 118

( ___ ) Corporate entity (not tax-exempt); ( ___ ) Corporate entity (tax-exempt); ( ___ ) Government entity (Federal, State, or local); ( ___ ) Foreign government; ( ___ ) International organization per 26 CFR 1.6049-4; ( ___ ) Other ----------. (5) Common parent. ( ___ ) Offeror is not owned or controlled by a common parent; ( ___ ) Name and TIN of common parent: Name - ___ . TIN - ___ . (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations— (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at [email protected]. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic

W91QVN19R0078

Page 85 of 118

Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products.

(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation.

(1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture.

(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:

Immediate owner CAGE code: ___

Immediate owner legal name: ___

(Do not use a “doing business as” name)

Is the immediate owner owned or controlled by another entity:

[ ___ ] Yes or [ ___ ] No.

(3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:

Highest level owner CAGE code: ___

Highest level owner legal name: ___

(Do not use a “doing business as” name)

(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

(1) As required by section 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that—

(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless and agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

W91QVN19R0078

Page 86 of 118

(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(2) The Offeror represents that--

(i) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(ii) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ___ ] is or [ ___ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated ``is'' in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ___ (or mark ``Unknown''). Predecessor legal name: ___ . (Do not use a ``doing business as'' name). (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (12.301(d)(1)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ___ ] does, [ ___ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror's own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked ``does'' in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported: ___ .

W91QVN19R0078

Page 87 of 118

(u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2019) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

W91QVN19R0078

Page 88 of 118

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-

282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9.

W91QVN19R0078

Page 89 of 118

____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Aug 2018) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). ____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). ____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ____ (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). ____ (ii) Alternate I (Feb 1999) of 52.222-26. ____ (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). ____ (ii) Alternate I (July 2014) of 52.222-35. ____ (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ____ (ii) Alternate I (July 2014) of 52.222-36. ____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

W91QVN19R0078

Page 90 of 118

____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. ____ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

W91QVN19R0078

Page 91 of 118

____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X___ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332). ____ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. ____ (iii) Alternate II (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

W91QVN19R0078

Page 92 of 118

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

W91QVN19R0078

Page 93 of 118

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) _____ (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)

52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Requirements contract with Firm Fixed Price (FFP) CLINs contract resulting from this solicitation.

W91QVN19R0078

Page 94 of 118

(End of provision) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00 , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of $1,000,000.00; (2) Any order for a combination of items in excess of $3,500,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.

W91QVN19R0078

Page 95 of 118

(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after thirty (30) calendar days from the date of contract expiration. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the current contract expiration date. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before the expiration of contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) ALTERNATE I (MAR 2015)

(a) Definitions. As used in this clause—

“Agent” means any individual, including a director, an officer, an employee, or an independent contractor, authorized to act on behalf of the organization.

“Coercion” means—

(1) Threats of serious harm to or physical restraint against any person;

W91QVN19R0078

Page 96 of 118

(2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or

(3) The abuse or threatened abuse of the legal process.

“Commercial sex act” means any sex act on account of which anything of value is given to or received by any person.

“Commercially available off-the-shelf (COTS) item” means--

(1) Any item of supply (including construction material) that is—

(i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101);

(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 46 U.S.C. 40102(4), such as agricultural products and petroleum products.

“Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined.

“Employee” means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance.

“Forced labor” means knowingly providing or obtaining the labor or services of a person—

(1) By threats of serious harm to, or physical restraint against, that person or another person;

(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or

(3) By means of the abuse or threatened abuse of law or the legal process.

“Involuntary servitude” includes a condition of servitude induced by means of—

(1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or

(2) The abuse or threatened abuse of the legal process.

“Recruitment fees” means fees of any type, including charges, costs, assessments, or other financial obligations, that are associated with the recruiting process, regardless of the time, manner, or location of imposition or collection of the fee.

W91QVN19R0078

Page 97 of 118

(1) Recruitment fees include, but are not limited to, the following fees (when they are associated with the recruiting process) for-- (i) Soliciting, identifying, considering, interviewing, referring, retaining, transferring, selecting, training, providing orientation to, skills testing, recommending, or placing employees or potential employees; (ii) Advertising; (iii) Obtaining permanent or temporary labor certification, including any associated fees; (iv) Processing applications and petitions; (v) Acquiring visas, including any associated fees; (vi) Acquiring photographs and identity or immigration documents, such as passports, including any associated fees; (vii) Accessing the job opportunity, including required medical examinations and immunizations; background, reference, and security clearance checks and examinations; and additional certifications; (viii) An employer's recruiters, agents or attorneys, or other notary or legal fees; (ix) Language interpretation or translation, arranging for or accompanying on travel, or providing other advice to employees or potential employees; (x) Government-mandated fees, such as border crossing fees, levies, or worker welfare funds; (xi) Transportation and subsistence costs-- (A) While in transit, including, but not limited to, airfare or costs of other modes of transportation, terminal fees, and travel taxes associated with travel from the country of origin to the country of performance and the return journey upon the end of employment; and (B) From the airport or disembarkation point to the worksite; (xii) Security deposits, bonds, and insurance; and (xiii) Equipment charges. (2) A recruitment fee, as described in the introductory text of this definition, is a recruitment fee, regardless of whether the payment is-- (i) Paid in property or money; (ii) Deducted from wages; (iii) Paid back in wage or benefit concessions; (iv) Paid back as a kickback, bribe, in-kind payment, free labor, tip, or tribute; or (v) Collected by an employer or a third party, whether licensed or unlicensed, including, but not limited to-- (A) Agents; (B) Labor brokers;

W91QVN19R0078

Page 98 of 118

(C) Recruiters; (D) Staffing firms (including private employment and placement firms); (E) Subsidiaries/affiliates of the employer; (F) Any agent or employee of such entities; and (G) Subcontractors at all tiers.

“Severe forms of trafficking in persons” means—

(1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or

(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery.

“Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act.

“Subcontract” means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract.

“Subcontractor” means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor.

“United States” means the 50 States, the District of Columbia, and outlying areas.

(b) Policy. The United States Government has adopted a policy prohibiting trafficking in persons including the trafficking-related activities of this clause. Contractors, contractor employees, and their agents shall not—

(1) Engage in severe forms of trafficking in persons during the period of performance of the contract;

(2) Procure commercial sex acts during the period of performance of the contract;

(3) Use forced labor in the performance of the contract;

(4) Destroy, conceal, confiscate, or otherwise deny access by an employee to the employee's identity or immigration documents, such as passports or drivers' licenses, regardless of issuing authority;

(5)(i) Use misleading or fraudulent practices during the recruitment of employees or offering of employment, such as failing to disclose, in a format and language understood by the employee or potential employee, basic information or making material misrepresentations during the recruitment of employees regarding the key terms and conditions of employment, including wages and fringe benefits, the location of work, the living conditions, housing and associated costs (if employer or agent provided or arranged), any significant costs to be charged to the employee or potential employee, and, if applicable, the hazardous nature of the work;

W91QVN19R0078

Page 99 of 118

(ii) Use recruiters that do not comply with local labor laws of the country in which the recruiting takes place;

(6) Charge employees and potential employees recruitment fees;

(7)(i) Fail to provide return transportation or pay for the cost of return transportation upon the end of employment--

(A) For an employee who is not a national of the country in which the work is taking place and who was brought into that country for the purpose of working on a U.S. Government contract or subcontract (for portions of contracts performed outside the United States); or

(B) For an employee who is not a United States national and who was brought into the United States for the purpose of working on a U.S. Government contract or subcontract, if the payment of such costs is required under existing temporary worker programs or pursuant to a written agreement with the employee (for portions of contracts performed inside the United States); except that--

(ii) The requirements of paragraphs (b)(7)(i) of this clause shall not apply to an employee who is--

(B) Exempted by an authorized official of the contracting agency from the requirement to provide return transportation or pay for the cost of return transportation;

(iii) The requirements of paragraph (b)(7)(i) of this clause are modified for a victim of trafficking in persons who is seeking victim services or legal redress in the country of employment, or for a witness in an enforcement action related to trafficking in persons. The contractor shall provide the return transportation or pay the cost of return transportation in a way that does not obstruct the victim services, legal redress, or witness activity. For example, the contractor shall not only offer return transportation to a witness at a time when the witness is still needed to testify. This paragraph does not apply when the exemptions at paragraph (b)(7)(ii) of this clause apply.

(8) Provide or arrange housing that fails to meet the host country housing and safety standards; or

(9) If required by law or contract, fail to provide an employment contract, recruitment agreement, or other required work document in writing. Such written work document shall be in a language the employee understands. If the employee must relocate to perform the work, the work document shall be provided to the employee at least five days prior to the employee relocating. The employee's work document shall include, but is not limited to, details about work description, wages, prohibition on charging recruitment fees, work location(s), living accommodations and associated costs, time off, roundtrip transportation arrangements, grievance process, and the content of applicable laws and regulations that prohibit trafficking in persons.

(c) Contractor requirements. The Contractor shall—

(1) Notify its employees of—

(i) (A) The United States Government's policy prohibiting trafficking in persons described in paragraph (b) of this clause; and

(B) The following directive(s) or notice(s) applicable to employees performing work at the contract place(s) of performance as indicated below:

Document Title: USFK Regulation 190-2 Document may be obtained from: http://8tharmy.korea.army.mil/g1_AG/Programs_Policy/UploadedFile/USFK/USFK_Reg_190- 2_Off-Limits_Areas_and_Establishments.pdf Document Title: USFK Command Policy Letter #12

W91QVN19R0078

Page 100 of 118

Document may be obtained from: http://www.usfk.mil/usfk/Uploads/140/USFK%20CPL12.pdf

Applies to Performance in/at: Republic of Korea

(ii) The actions that will be taken against employees or agents for violations of this policy. Such actions for employees may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and

(2) Take appropriate action, up to and including termination, against employees, agents, or subcontractors that violate the policy in paragraph (b) of this clause.

(d) Notification. (1) The Contractor shall inform the Contracting Officer and the agency Inspector General immediately of—

(i) Any credible information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, subcontractor employee, or their agent has engaged in conduct that violates the policy in paragraph (b) of this clause (see also 18 U.S.C. 1351, Fraud in Foreign Labor Contracting, and 52.203-13(b)(3)(i)(A), if that clause is included in the solicitation or contract, which requires disclosure to the agency Office of the Inspector General when the Contractor has credible evidence of fraud); and

(ii) Any actions taken against a Contractor employee, subcontractor, subcontractor employee, or their agent pursuant to this clause.

(2) If the allegation may be associated with more than one contract, the Contractor shall inform the contracting officer for the contract with the highest dollar value.

(e) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), (g), (h), or (i) of this clause may result in—

(1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract;

(2) Requiring the Contractor to terminate a subcontract;

(3) Suspension of contract payments until the Contractor has taken appropriate remedial action;

(4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance;

(5) Declining to exercise available options under the contract;

(6) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or

(7) Suspension or debarment.

(f) Mitigating and aggravating factors. When determining remedies, the Contracting Officer may consider the following:

(1) Mitigating factors. The Contractor had a Trafficking in Persons compliance plan or an awareness program at the time of the violation, was in compliance with the plan, and has taken appropriate remedial actions for the violation, that may include reparation to victims for such violations.

W91QVN19R0078

Page 101 of 118

(2) Aggravating factors. The Contractor failed to abate an alleged violation or enforce the requirements of a compliance plan, when directed by the Contracting Officer to do so.

(g) Full cooperation.

(1) The Contractor shall, at a minimum—

(i) Disclose to the agency Inspector General information sufficient to identify the nature and extent of an offense and the individuals responsible for the conduct;

(ii) Provide timely and complete responses to Government auditors' and investigators' requests for documents;

(iii) Cooperate fully in providing reasonable access to its facilities and staff (both inside and outside the U.S.) to allow contracting agencies and other responsible Federal agencies to conduct audits, investigations, or other actions to ascertain compliance with the Trafficking Victims Protection Act of 2000 (22 U.S.C. chapter 78), E.O. 13627, or any other applicable law or regulation establishing restrictions on trafficking in persons, the procurement of commercial sex acts, or the use of forced labor; and

(iv) Protect all employees suspected of being victims of or witnesses to prohibited activities, prior to returning to the country from which the employee was recruited, and shall not prevent or hinder the ability of these employees from cooperating fully with Government authorities.

(2) The requirement for full cooperation does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not—

(i) Require the Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine;

(ii) Require any officer, director, owner, employee, or agent of the Contractor, including a sole proprietor, to waive his or her attorney client privilege or Fifth Amendment rights; or

(iii) Restrict the Contractor from—

(A) Conducting an internal investigation; or

(B) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.

(h) Compliance plan.

(1) This paragraph (h) applies to any portion of the contract that—

(i) Is for supplies, other than commercially available off-the-shelf items, acquired outside the United States, or services to be performed outside the United States; and

(ii) Has an estimated value that exceeds $500,000.

(2) The Contractor shall maintain a compliance plan during the performance of the contract that is appropriate—

(i) To the size and complexity of the contract; and

W91QVN19R0078

Page 102 of 118

(ii) To the nature and scope of the activities to be performed for the Government, including the number of non-United States citizens expected to be employed and the risk that the contract or subcontract will involve services or supplies susceptible to trafficking in persons.

(3) Minimum requirements. The compliance plan must include, at a minimum, the following:

(i) An awareness program to inform contractor employees about the Government's policy prohibiting trafficking-related activities described in paragraph (b) of this clause, the activities prohibited, and the actions that will be taken against the employee for violations. Additional information about Trafficking in Persons and examples of awareness programs can be found at the Web site for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/j/tip/.

(ii) A process for employees to report, without fear of retaliation, activity inconsistent with the policy prohibiting trafficking in persons, including a means to make available to all employees and potential employees the hotline phone number of the Global Human Trafficking Hotline at 1-844-888-FREE and its email address at [email protected].

(iii) A recruitment and wage plan that only permits the use of recruitment companies with trained employees, prohibits charging recruitment fees to the employee or potential employee, and ensures that wages meet applicable host-country legal requirements or explains any variance.

(iv) A housing plan, if the Contractor or subcontractor intends to provide or arrange housing, that ensures that the housing meets host-country housing and safety standards.

(v) Procedures to prevent agents and subcontractors at any tier and at any dollar value from engaging in trafficking in persons (including activities in paragraph (b) of this clause) and to monitor, detect, and terminate any agents, subcontracts, or subcontractor employees that have engaged in such activities.

(4) Posting.

(i) The Contractor shall post the relevant contents of the compliance plan, no later than the initiation of contract performance, at the workplace (unless the work is to be performed in the field or not in a fixed location) and on the Contractor's Web site (if one is maintained). If posting at the workplace or on the Web site is impracticable, the Contractor shall provide the relevant contents of the compliance plan to each worker in writing.

(ii) The Contractor shall provide the compliance plan to the Contracting Officer upon request.

(5) Certification. Annually after receiving an award, the Contractor shall submit a certification to the Contracting Officer that—

(i) It has implemented a compliance plan to prevent any prohibited activities identified at paragraph (b) of this clause and to monitor, detect, and terminate any agent, subcontract or subcontractor employee engaging in prohibited activities; and

(ii) After having conducted due diligence, either—

(A) To the best of the Contractor's knowledge and belief, neither it nor any of its agents, subcontractors, or their agents is engaged in any such activities; or

(B) If abuses relating to any of the prohibited activities identified in paragraph (b) of this clause have been found, the Contractor or subcontractor has taken the appropriate remedial and referral actions.

W91QVN19R0078

Page 103 of 118

(i) Subcontracts.

(1) The Contractor shall include the substance of this clause, including this paragraph (i), in all subcontracts and in all contracts with agents. The requirements in paragraph (h) of this clause apply only to any portion of the subcontract that—

(A) Is for supplies, other than commercially available off-the-shelf items, acquired outside the United States, or services to be performed outside the United States; and

(B) Has an estimated value that exceeds $500,000.

(2) If any subcontractor is required by this clause to submit a certification, the Contractor shall require submission prior to the award of the subcontract and annually thereafter. The certification shall cover the items in paragraph (h)(5) of this clause.

(End of clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 September of the calendar year in which the contract is awarded or the most recent is exercised, if any has been. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September of the calendar year in which the contract is awarded or the most recent is exercised, if any has been, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 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 411th Contracting Support Brigade (CSB), Korea, Service Division, Team Tiger, Unit #15289, APO AP 96271-5582.

W91QVN19R0078

Page 104 of 118

(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) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct onsite interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. (End of clause) 52.242-15 STOP-WORK ORDER (AUG 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either-- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if--

W91QVN19R0078

Page 105 of 118

(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of clause) 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://farsite.hill.af.mil (End of provision) 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://farsite.hill.af.mil (End of clause) 252.216-7006 ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from Such orders may be issued from the date of award through the contract expiration date, including all exercised option periods. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

W91QVN19R0078

Page 106 of 118

(c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 5152.204-4018 IDENTIFICATION OF CONTRACTOR'S EMPLOYEES (a) All persons hired by the Contractor for performance under this contract requiring entry to a U.S. Government installation shall be processed through the Contracting Officer, or his/her representative, and approved for entry as required by: (1) for Contractors requiring entry onto an U.S. Army installation, AR 604-5, AR 606-15, (2) for Contractors requiring entry onto an U.S. Air Force installation, AFR 125-37, AFR 205-32, and AFR 125-3. USFK Reg 190-7 is applicable to both Army and Air Force installations. Additional requirements may be necessitated by local supplements to the above-mentioned regulations. (b) In addition, the contractor shall ensure that each of its employees requiring entry possesses an identification badge or pass as may be required: (1) by the Provost Marshall for the area in which the contract work is to be performed, for entry onto U.S. Army installations; or (2) by the Pass and Registration Office (Security Police) for the applicable installations for entry onto the U.S. Air Force installations. Each employee shall be required to wear his badge upon his person at all times while on duty within a U.S. Government installation or at such times and places where identification is required. In the event that the Contractor’s employment of anyone for performance of this contract terminates or is suspended, or that any contractor employee otherwise is removed from performance of this contract, the Contractor shall recover from each such employee all identification items, including passes, that tend to associate the employee with this contract, and shall return to the Contracting Officer any such identification items and passes that the Government previously issued. (c) In the event that services to be performed entail access to restricted areas, all Contractor personnel requiring such access shall be required to have a background investigation, DD Form 441. The Contractor will submit to the COR (or to the Contracting Officer if a COR is not appointed), within 5 calendar days after date of contract award, a list of its employees who will require a background investigation in accordance with this provision. 5152.204-4024 SECURITY OF EMPLOYEES (a) The Contractor agrees (1) to submit immediately to the Contracting Officer a complete confidential report of any information which the Contractor may have concerning existing or threatened espionage, sabotage, or subversive activity; (2) to submit to the Contracting Officer, upon written request, any and all information which the Contractor may have concerning any of its employees engaged in any work at any plant, factory, or site at which work under this contract is being performed; and (3) to exclude from the plant, factory, site, or part thereof at which work under this contract is being performed any person or persons whom the Contracting Officer, in the interest of security, may designate in writing.

W91QVN19R0078

Page 107 of 118

(b) In any case, should the continued employment of any such person furnished by the Contractor for work under this contract be determined by the Contracting Officer to be prejudicial to the security interests of the Government, that person shall be immediately removed or transferred from that particular work specified. The decision by the Contracting Officer that such person should not be employed on work being done under this contract will be final. (c) The Contracting Officer shall consult with the Contractor before final action is taken. It is understood that the decision of the Contracting Officer pursuant to this clause applies only to work under the contract and does not otherwise relate to the employer-employee relationship between the Contractor and its workers. The cost of replacing any contractor employee under the provisions of this clause shall be at no additional cost to the Government. 5152.204-4032 REPRESENTATIONS AND CERTIFICATIONS (a) SUBCONTRACTING: If the offeror contemplates subcontracting, it must obtain prior written approval of subcontractor from the PCO or ACO, and list below: (1) the names and addresses of the subcontractor(s), (2) the type of subcontracting, and (3) the estimated price for each subcontract. _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ (b) AFFILIATED OFFERORS: (1) Business concerns are affiliates of each other when, either directly or indirectly, one concern controls or has the power to control the other, or a third party controls or has the power to control both. (2) Each offeror shall furnish, below, the following information: (i) Whether the offeror has any affiliates; (ii) The names and addresses of all affiliates of the offeror; and (iii) The names and addresses of all persons and concerns exercising control or ownership of the offeror and any or all of its affiliates, and whether they are common officers, directors, stockholders holding controlling interest, or otherwise. AFFILIATED CONCERNS. : (Name, location and, in detail, controlling interest in each) ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ (c) PRINCIPAL OWNER(S) OR STOCKHOLDER(S): Each offeror shall list below the name(s) and address(es) of the principal owner(s) or stockholder(s) of the company and percentage of ownership. If a major portion is publicly traded and/or otherwise widely distributed, state that, with the percentage so affected. ______________________________________________________________________

W91QVN19R0078

Page 108 of 118

______________________________________________________________________ ______________________________________________________________________ (d) STANDARDS OF CONDUCT CERTIFICATION: This is to certify that, to the best of my knowledge and belief, except as described below, no representative of this firm who deals with US Government employees on any aspect of this procurement is a former US Government employee, to include former US military personnel. I understand that this certification is continuing in nature and places a duty on me and my firm to notify the Contracting Officer of any additional individual(s) who fit the above description prior to the individual's assuming duties. (i) Name ______________________________________________ Former rank/grade ____________________________________ Last US Government position ___________________________ (ii) Name ______________________________________________ Former rank/grade ____________________________________ Last US Government position ___________________________ (iii) Name ______________________________________________ Former rank/grade ____________________________________ Last US Government position ___________________________ Firm ____________________________________________________ Name _____________________________________________________ Signature __________________________________________________ Title _____________________________________________________ Date of Execution ____________________________________________ (e) TAXES: (1) References: (i) Contract clause entitled "FAR 52.229-06 Taxes—Foreign Fixed-Price Contracts (Jan 1991)." (ii) US-ROK Status of Forces Agreement (SOFA), Articles IX and XVI. (iii) ROK Customs Law, Law No. 1976, promulgated on 29 November 1967, as amended. (iv) ROK Value Added Tax Law, Law No. 2934, promulgated on 22 December 1976 (effective date 1 July 1977), as amended. (v) ROK Special Excise Tax Law, Law No. 2935, promulgated on 22 December 1976 (effective date 1 July 1977), as amended. (2) Contractor shall state the types and estimated amount of taxes that would normally apply to such transactions but are excluded from this proposal. (i) Customs Tax (except for ROK MND-funded contracts or delivery orders): Name Number Cost/Unit of Item of Units w/o Tax % of Tax Tax/Unit Tax Total _______ _______ ________ ________ ________ ________

W91QVN19R0078

Page 109 of 118

This item will be imported specifically for this contract? Yes _____ No _____ (ii) Special Excise Tax: Name Number Cost/Unit of Item of Units w/o Tax % of Tax Tax/Unit Tax Total _______ _______ ________ ________ ________ ________ ______________________ Name of item manufacturer (iii) Value Added Tax (VAT): Input VAT on materials purchased for this contract. 10% _____ Input VAT on transportation leased/rented for this contract.10% _____ Input VAT on equipment leased/rented for this contract. 10% _____ Input VAT on services purchased for this contract. 10% _____ Output VAT on total contract amount. 10% _____ (iv) Special Excise (Petroleum) Tax: No. of U/P Liters w/o Tax Tax/Unit Total Tax Amount Regular Gasoline ________ (L) ________ w________ w_____________ Premium Gasoline ________ (L) ________ w________ w_____________ Diesel ________ (L) ________ w________ w_____________ Other ________ (L) ________ w________ w_____________ (v) Education Tax. (3) Name of the oil company from which POL products will be purchased: Oil Company: _________________________________________ (Name only) (4) I certify by this submission that all supplies and services to be purchased for this contract have been proposed exclusive of Value Added Tax, applicable Customs Tax (except ROK MND-funded contracts and delivery orders), Special Excise Tax, and Education Tax. _________________________________ Signed (Chop) (f) CERTIFICATIONS AND REPRESENTATIONS By submitting an offer, each offeror agrees to be bound by all certifications and representations in this solicitation. The Government reserves the right to require any and all certifications and representations to be completed and signed in hard copy by the successful offeror prior to contract award. Failure of an offeror to complete the certifications and representations within the time directed by the Contracting Officer may result in a determination that the contractor is not a responsible offeror for this acquisition.

5152.209-4009 NOTICE OF EVALUATION OF PAST PERFORMANCE

W91QVN19R0078

Page 110 of 118

As part of the Responsibility Determination, the Contracting Officer will evaluate past performance to determine the offeror's capability to perform the contract. Offerors shall submit a list of all contracts (prime and major subcontracts {in performance or awarded} during the past {X} years, which are relevant to the efforts required by this solicitation). Relevant efforts are defined as {define types of relevant past efforts; for example, those supplies, services or construction contracts for similar or like nature to the effort required by this solicitation}. This data on recent contracts will be used by the Contracting Officer to evaluate past performance. Failure to submit data or lack of any performance history will not in itself be a reason for determination of non-responsibility. The Contracting Officer is not limited to the information provided. The Contracting Officer may use this data along with data obtained from other sources which the Contracting Officer deems appropriate, to obtain sufficient information on the offeror's past performance to make a responsibility determination. Contract Number Award Date Amount Contract Admin and Description Dollars Office (Include of Supplies or or Won Point of Contact Services and Phone Number) ---------------------------------- ------------------- ---------------------- ------------------------------ 5152.218-4005 CONTINUANCE OF PERFORMANCE DURING ANY STATE OF EMERGENCY IN THE REPUBLIC OF KOREA (ROK) Invited Contractor (IC) and Technical Representative (TR) status shall be governed by the U.S.-ROK Status of Forces Agreement (SOFA) as implemented by United States Forces Korea (USFK) Reg 700-19, which can be found under the “publications” tab on the US Forces Korea homepage http://www.usfk.mil (a) Definitions. As used in this clause— “U.S. – ROK Status of Forces Agreement” (SOFA) means the Mutual Defense Treaty between the Republic of Korea and the U.S. of America, Regarding Facilities and Areas and the Status of U.S. Armed Forces in the Republic of Korea, as amended “Combatant Commander” means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161. In Korea, the Combatant Commander is the Commander, United States Pacific Command. “United States Forces Korea” (USFK) means the subordinate unified command through which US forces would be sent to the Combined Forces Command fighting components. COMUSK means the commander of all U.S. forces present in Korea. In the Republic of Korea, COMUSK also serves as Commander, Combined Forces Command (CDR CFC) and Commander, United Nations Command (CDR UNC). “USFK, Assistant Chief of Staff, Acquisition Management” (USFK/FKAQ) means the principal staff office to USFK for all acquisition matters and administrator of the U.S.-ROK SOFA as applied to US and Third Country contractors under the Invited Contractor (IC) and Technical Representative (TR) Program (USFK Reg 700-19). “Responsible Officer” (RO) means A senior DOD employee (such as a military E5 and above or civilian GS-7 and above), appointed by the USFK Sponsoring Agency (SA), who is directly responsible for determining and administering appropriate logistics support for IC/TRs during contract performance in the ROK.

W91QVN19R0078

Page 111 of 118

“Theater of operations” means an area defined by the combatant commander for the conduct or support of specified operations. “Uniform Code of Military Justice” means 10 U.S.C. Chapter 47 (b) General. (1) This clause applies when contractor personnel deploy with or otherwise provide support in the theater of operations (specifically, the Korean Theater of Operations) to U.S. military forces deployed/located outside the United States in – (i) Contingency operations; (ii) Humanitarian or peacekeeping operations; or (iii) Other military operations or exercises designated by the Combatant Commander. (2) Contract performance in support of U.S. military forces may require work in dangerous or austere conditions. The Contractor accepts the risks associated with required contract performance in such operations. The contractor will require all its? employees to acknowledge in writing that they understand the danger, stress, physical hardships and field living conditions that are possible if the employee deploys in support of military operations. (3) Contractor personnel are not combatants and shall not undertake any role that would jeopardize their status. Contractor personnel shall not use force or otherwise directly participate in acts likely to cause actual harm to enemy armed forces. (c) Support. (1) Unless the terms and conditions of this contract place the responsibility with another party, the COMUSK will develop a security plan to provide protection, through military means, of Contractor personnel engaged in the theater of operations when sufficient or legitimate civilian authority does not exist. (2)(i) All Contractor personnel engaged in the theater of operations are authorized 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 theater of operations under this contract. (d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel supporting U.S Armed Forces in the Republic of Korea as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable— (1) United States, host country, and third country national laws; (i) The Military Extraterritorial Jurisdiction Act may apply to contractor personnel if contractor personnel commit crimes outside the United States.

W91QVN19R0078

Page 112 of 118

(ii) Under the War Crimes Act, United States citizens (including contractor personnel) who commit war crimes may be subject to federal criminal jurisdiction. (iii) When Congress formally declares war, contractor personnel authorized to accompany the force may be subject to the Uniform Code of Military Justice. (2) Treaties and international agreements; (3) United States regulations, directives, instructions, policies, and procedures; and (4) Orders, directives, and instructions issued by the COMUSK relating to force protection, security, health, safety, or relations and interaction with local nationals. Included in this list are force protection advisories, health advisories, area (i.e. “off-limits”), prostitution and human trafficking and curfew restrictions. (e) Pre-deployment/departure requirements. The Contractor shall ensure that the following requirements are met prior to deploying/locating personnel in support of U.S. military forces in the Republic of Korea. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract. (1) All required security and background checks are complete and acceptable. (2) All contractor personnel meet the minimum medical screening requirements and have received all required immunizations as specified in the contract. In the Republic of Korea, all contractor employees subject to this clause shall comply with the same DoD immunization requirements applicable to Emergency Essential DoD civilians—INCLUDING ANTHRAX IMMUNIZATION. The Government will provide, at no cost to the Contractor, any Korean theater-specific immunizations and/or medications not available to the general public. (3) Contractor personnel have all necessary passports, visas, and other documents required to enter and exit a theater of operations and have a Geneva Conventions identification card from the deployment center or CONUS personnel office—if, applicable. (4) Country and theater clearance is obtained for contractor personnel. Clearance requirements are in DOD Directive 4500.54, Official Temporary Duty Abroad, DOD 4500.54-G, DOD Foreign Clearance Guide, and USFK Reg 1-40, United States Forces Korea Travel Clearance Guide. Contractor personnel are considered non-DOD personnel traveling under DOD sponsorship. (f) Processing and departure points. Deployed contractor personnel shall— (1) Under contingency conditions or under other conditions as specified by the Contracting Officer, process through the deployment center designated in the contract, 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; (2) Use the point of departure and transportation mode directed by the Contracting Officer; and (3) If processing through a deployment center, process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel accountability, ensure that specific theater of operations entrance requirements are met, and brief contractor personnel on theater-specific policies and procedures. (g) Personnel data list. (1) The Contractor shall establish and maintain with the designated Government official a current list of all contractor personnel that deploy with or otherwise provide support in the theater of operations to U.S. military forces as specified in paragraph (b)(1) of this clause. The Synchronized Predeployment and Operational Tracker (SPOT) is the designated automated system to use for this effort. This accountability requirement is separate and

W91QVN19R0078

Page 113 of 118

distinct from the personnel accountability requirement listed in the U.S–ROK SOFA’s Invited Contractor/Technical Representative Program (as promulgated in USFK Regulation 700-19). (2) The Contractor shall ensure that all employees on the list have a current DD Form 93, Record of Emergency Data Card, on file with both the Contractor and the designated Government official. (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 clause. Contractors shall replace designated personnel within 72 hours, or at the Contracting Officer’s direction. 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 and USFK Sponsoring Agency (see USFK Reg 700-19) upon request. The plan shall— (i) Identify all personnel who are subject to U.S. or Republic of Korea military mobilization; (ii) Identify any exemptions thereto; (iii) Detail how the position would be filled if the individual were mobilized; and (iv) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential. (i) Military clothing and protective equipment. (1) Contractor personnel supporting a force deployed outside the United States as specified in paragraph (b)(1) of this clause are prohibited from wearing military clothing unless specifically authorized in writing by the COMUSK. 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 and the Geneva Conventions. (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 clothing. (3) The deployment center, the Combatant Commander, or the Sponsoring Agency 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. (j) Weapons. (1) If the Contractor requests that its personnel performing in the theater of operations be authorized to carry weapons, the request shall be made through the Contracting Officer to the COMUSK. The COMUSK will determine whether to authorize in-theater contractor personnel to carry weapons and what weapons will be allowed. (2) The Contractor shall ensure that its personnel who are authorized to carry weapons— (i) Are adequately trained; (ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

W91QVN19R0078

Page 114 of 118

(iii) Adhere to all guidance and orders issued by the COMUSK regarding possession, use, safety, and accountability of weapons and ammunition. (iv) The use of deadly force by persons subject to this clause shall be made only in self-defense, except: (v) Persons subject to this clause who primarily provide private security are authorized to use deadly force only as defined in the terms and conditions of this contract in accordance with USFK regulations and policies (especially, USFK Regulation 190-50). (vi) Liability for the use of any weapon by persons subject to this clause is solely the responsibility of the individual person and the contractor. (3) Upon redeployment or revocation by the COMUSK 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) Evacuation. (1) 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. (l) Theater Specific Training. Training Requirements for IC/TR personnel shall be conducted in accordance with USFK Reg 350-2 Theater Specific Required Training for all Arriving Personnel and Units Assigned to, Rotating to, or in Temporary Duty Status to USFK. (m) USFK Responsible Officer (RO). The USFK appointed RO will ensure all IC/TR personnel complete all applicable training as outlined in this clause. (n) 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 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. (o) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph, in all subcontracts that require subcontractor personnel to be available to deploy with or otherwise provide support in the theater of operations to U.S. military forces deployed/stationed outside the United States in— (1) Contingency operations; (2) Humanitarian or peacekeeping operations; or (3) Other military operations or exercises designated by the Combatant Commander. (p) The Contracting Officer will discern any additional GFE, GFP or logistical support necessary to facilitate the performance of the enhanced requirement or necessary for the protection of contractor personnel. These items will be furnished to the Contractor at the sole discretion of the Contracting Officer and may be provided only on a reimbursable basis. (End of clause)

W91QVN19R0078

Page 115 of 118

5152.222-4034 KOREAN LABOR LAW Contractors and subcontractors at all tiers, shall honor employees’ rights in full compliance with Korean Labor Law, including the rights of succession of employment. Failure to comply may be deemed breach or default of the contract and evidence of nonresponsibility. Such violation of Korean Labor Law may be evidenced by a Republic of Korea Ministry of Labor determination, a court decision, or a Labor Relations Commission adjudication. If a contractor is found to be in serious violation and fails to take adequate corrective action promptly, USFK may consider this grounds for determining the contractor to be non-responsible for future Government contracts. 5152.229-4012 TAX EXEMPTION, CUSTOMS, REPUBLIC OF KOREA (a) EXEMPTION: This clause is in implementation of Article IX of the Status of Forces Agreement between the Republic of Korea and the United States of America granting contractors exemption from Republic of Korea customs duties and other such charges. At the time this contract is awarded, the Contractor shall certify to the Contracting Officer that all materials, supplies, and equipment to be imported for the contract have been proposed to the Government exclusive of customs duties and other such charges and; further, that the contract price includes no customs duty whatsoever. It shall indicate to the Contracting Officer the total amount of customs duties excluded from the contract price. The USFK Contracting Officer will verify the amount of customs duty that would otherwise be applicable to the contract and will issue USFK Form(s) 75 to the Contractor. The contractor will submit the original USFK Form 75 to the governing ROK Customs Office at the time of import declaration. The Chief of the Customs Office will review the USFK Form 75 and will exempt the Contractor from customs duties and other such charges. During the review process the customs office will post on the Contractor's Import Permit the anticipated submission date for a completed USFK Form 76, which will be prepared by the Contracting Officer and given to the contractor immediately after contract performance. The Contractor will submit the original USFK Form 76 to the governing ROK Customs Office no later than the date posted on the Import Permit. If the USFK Form 76 is not submitted by the anticipated date, the ROK Customs Office will immediately collect the customs duties and other such charges previously exempted. (b) If for any reason the Contractor has paid customs duties on materials, supplies, or equipment prior to award of this contract and desires to use such materials, supplies, or equipment for performance of this contract, the Contractor must exclude such duties from the contract price and may obtain refund of such previously paid duties by submitting a completed USFK Form 76 to the governing ROK Customs Office. (c) Refund: Any Contractor that requires refund of customs duties and other such charges on items used for USFK contracts, can claim refund of such charges by submitting a copy of a completed USFK Form 76 to the governing ROK Customs Office (d) This entire clause is inapplicable to contracts, or any portions of contracts, funded by the Republic of Korea. 5152.229-4013 TAX EXEMPTION, SPECIAL EXCISE TAX, REPUBLIC OF KOREA This clause is in implementation of Article XVI of the Status of Forces Agreement between the Republic of Korea and the United States, granting Contractors exemption from Republic of Korea Special Excise Taxes. At the time this contract is awarded the Contractor shall indicate to the Contracting Officer which items will be purchased for the contract that are subject to Special Excise Tax. It shall indicate the name of the item, the number of units to be purchased, the cost per unit without tax, the percentage of tax, the tax amount per unit, the total tax, and the

W91QVN19R0078

Page 116 of 118

manufacturer of the item. The Contracting Officer will verify the reasonableness of the quantities claimed and ensure that the Contractor has certified that the contract price excludes Special Excise Tax on those items subject to the tax. The contractor shall purchase the special-excise-taxed items from the manufacturer, tax-inclusive. For construction and single-delivery type supply and service contracts, the contractor shall employ the following procedure: At the time it purchases the items it shall present the manufacturer with a notification letter requesting refund of the Special Excise Tax. (Copies of this letter can be obtained from the 411th CSB, Korea Contracting Officer.) The manufacturer will endorse the letter to the manufacturer's District Tax Office which will make refund to the manufacturer. The manufacturer will make subsequent refund to the Contractor. Requests for refund under requirements-type contracts will be submitted monthly and will be accompanied by copies of the USFK delivery orders issue 5152.229-4014 TAX EXEMPTION, VALUE ADDED TAX, REPUBLIC OF KOREA This clause implements Article XVI of the Status of Forces Agreement between the Republic of Korea and the United States of America, which exempts contractors from paying the Republic of Korea Value-Added Taxes. When the contractor submits an offer, it shall certify to the Contracting Officer that all the costs in the offer will be exclusive of any Value-Added Tax; and further, that the proposed contract price includes no Value-Added Tax. The contractor shall also indicate the amount and type of Value-Added Taxes excluded from the contract price. If supplies and/or services which the contractor purchases for this contract include Value-Added Taxes, it can obtain a full refund for the amount of the Value-Added Tax by submitting to the ROK District Tax Office tax invoices which the contractor receives when it purchases materials and/or services for this contract. The contractor must submit a copy of the USFK contract with its first tax invoice submission. Subsequent tax invoice submissions must be accompanied by a letter which references the USFK contract submitted with the first tax invoice submission. 5152.229-4015 TAX EXEMPTION, POL PRODUCTS, REPUBLIC OF KOREA (a) This clause is in implementation of Article XVI of the Status of Forces Agreement between the Republic of Korea and the United States of America, granting Contractors exemption from Republic of Korea taxes for petroleum products (POL) utilized on USFK acquisitions in the Republic of Korea. At the time this contract is awarded, the Contractor shall make a final nomination in writing of its point of purchase for POL products to be used on this contract. If the Contractor intends to purchase directly from an oil company refinery, it may nominate any of the three ROK oil companies below which have agreed to sell to Contractor FOB refinery at the SET-exempt price. List of Oil Companies and their Respective Tax Offices (1) Hyundai Oil Refinery Co., Ltd.: Dong-Inchon District Tax Office ATTN: POL Tax Administrator Inchon City, Korea (2) SK Corporation: Ulsan District Tax Office ATTN: POL Tax Administrator Ulsan City, Kyongsan Nam Do, Korea (3) LG Caltex Company: Yosu District Tax Office ATTN: POL Tax Administrator Yosu City, Chonla Nam Do, Korea

W91QVN19R0078

Page 117 of 118

(b) If the contractor instead intends to purchase its POL products from an individual gasoline station, the Contracting Officer will advise the contractor as to which individual gasoline stations will sell to it at the SET-exempt price. The contractor shall specify from which of those stations it will purchase. In addition to specifying the oil company/gas station, the Contractor shall state the estimated quantity and the amount of POL to be purchased from each refinery/gas station. The USFK Contracting Officer will verify the reasonableness of the amounts of POL products claimed for use on the contract and, based on this verification, the USFK Responsible Officer will issue USFK POL Tax Exemption Coupons. If the Contractor wishes to purchase from an individual gas station, it will be required to make advance payment for the amount of POL covered by the coupons. Advance payment will be at the SET-exempt price and will be made to the gas station(s) previously nominated. Representatives from the nominated gas station(s) shall be present at the issuing session. They will collect the advance payments, mark “paid” on the back of the original copy of the coupons issued, and provide the purchasing Contractor with tax invoices to be used by the Contractor to obtain SET refund from its governing ROK District Tax Office. All coupons for construction contracts will be issued at the time of award. Coupons for requirements-type contracts will be issued on a delivery order increment basis or on a monthly basis. Pre-selected oil company refineries will sell their POL products at the SET-exempted prices upon presentation of the coupons. Individual gas stations, which have previously collected POL payment in advance will accept the pre-paid USFK POL Tax Exemption Coupons from contractors and will provide the POL amounts reflected on tendered coupons without any further charge. 5152.233-4703 AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Facsimile number (256)450-8840 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) PAYMENT INFO

W91QVN19R0078

Page 118 of 118

Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil . Vendor training is available on the internet at https://wawftraining.eb.mil. If you are experiencing technical problems with Wide Area Workflow, please contact. below service center. Customer Service Center CONUS ONLY: 1-866-618-5988 COMMERCIAL: 801-605-7095 DSN: 388-7095 FAX COMMERCIAL: 801-605-7453 FAX DSN: 388-7453 [email protected] A separate invoice will be prepared for every modification. For Services: Select the 2-in-1 Invoice within WAWF as the invoice type. For Supplies: Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type. The Invoice and Receiving Report COMBO prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information, regarding invoice routine DODAAC’s, must be e entered for completion of the invoice in WAWF: “Contract number”

WAWF Invoice Type: 2-in-1

Issuing Office DODAAC W91QVN

Admin Office DODAAC W91QVN

Inspector DODAAC (if applicable) Ship To DODAAC (for Combo),

Service Acceptor DODAAC (for 2 in 1) WT4G3U

Service Approver DODAAC (for Cost Voucher) (if applicable)

Acceptor DODAAC (if applicable) Paying Office DODAAC W56GBU

The contractor shall submit invoices for payment per contract terms. The government shall process invoices for payment per contract terms. For each invoice submitted for payment the contractor shall also email the WAWF automated invoice notice directly to the Invoice / Acceptance Officer identified below. Invoice / Acceptance Officer: Acceptor- Dubinsky, Joseph - [email protected] Contract Specialist : Ms. Chong, Chin Suk - [email protected]