SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

Size: px
Start display at page:

Download "SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30"

Transcription

1

2 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 1. REQUISITION NUMBER SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE W912D1-13-R-0002 PAGE 1 OF Oct FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME INFORMATION CALL: BRUCE R. BETHERS (CONTRACTOR) :00 PM 14 Nov ISSUED BY CODE W912D1 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. DISCOUNT TERMS X UNRESTRICTED DESTINATION UNLESS US ARMY CONTRACTING COMMAND SWA - KUWAIT BLOCK IS MARKED BRUCE BETHERS (CACI) SET ASIDE: % FOR BUILDING T-346 SEE SCHEDULE SB RED BALL EXPRESS ROAD APO AE HUBZONE SB 13a. THIS CONTRACT IS A RATED ORDER 8(A) UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: EMERGING SB 14. METHOD OF SOLICITATION FAX: SIZE STD: 100 NAICS: RFQ IFB X RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE ASG-KU S6 TEL: FAX: 17a.CONTRACTOR/ OFFEROR CODE 18a. PAYMENT WILL BE MADE BY CODE TEL. FACILITY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR FAR ARE ATTACHED. TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. ADDENDA ARE ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR FAR IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 COPIES 29. AWARD OF CONTRACT: REFERENCE X OFFER DATED. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 31c. DATE SIGNED 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) (TYPE OR PRINT) TEL: AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR)

3 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGE 2 OF 76 (CONTINUED) 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 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 32g. OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER PARTIAL FINAL 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR 36. PAYMENT COMPLETE PARTIAL FINAL 37. CHECK NUMBER 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 AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) BACK Prescribed by GSA FAR (48 CFR)

4 Page 3 of 76 Section SF CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Customizable Matrix Switcher Enclosure FFP Customizable Matrix Switcher Enclosure with Integrated Controller, 6RU and 4 SC connections for a maximum configuration of 32x32 PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 4 Input HDCP Compliant Twisted Pair CBL FFP 4 input HDCP compliant twisted pair cable input board compatible with 16 or 32 enclosure PURCHASE REQUEST NUMBER: NET AMT

5 Page 4 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 4HDMI input HDCP compliance FFP 4 HDMI input HDCP compliance, compatible with 16 or 32 enclosure (1 spare) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 4 DVI output HDCP compliance FFP 4 DVI output HDCP compliance, compatible with 16 or 32 enclosure (1 Spare) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 4 HDMI output HDCP compliance FFP 4 HDMI output HDCP compliance, compatible with 16 or 32 enclosure PURCHASE REQUEST NUMBER: NET AMT

6 Page 5 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 4 input HDCP Compliant Twisted Pair CBL FFP 4 input HDCP compliant twisted pair cable output board compatible with 16 or 32 enclosure PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Multi-format Twisted Pair Transmitter FFP Multi-format Twisted Pair Transmitter Module, HDCP compliant on digital input, power supplied over twisted pair cable, VAC single phase, Hz, supports legacy analog signals - RGBHV and DVI signals. (Transmits PCs display to Matrix Switcher via twisted pair) PURCHASE REQUEST NUMBER: NET AMT

7 Page 6 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each HDMI (m) to DVI (m) 3ft Cable FFP HDMI (m) to DVI (m) 3ft Cable (connect transmitter to computer) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Twisted Pair Transmitter Mod (DVI) FFP Twisted Pair Transmitter Module, HDCP compliant on digital input (DVI), VAC single phase, Hz, (connect monitors to Video Controller via DVItwisted pair-dvi line extenders) (2 Spare) PURCHASE REQUEST NUMBER: NET AMT

8 Page 7 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Twisted Pair Transmitter Mod (HDMI) FFP Twisted Pair Receiver Module, HDCP compliant on digital input, power supplied over twisted pair cable, VAC single phase, Hz, with DVI output (converts twisted pair back to DVI signal for monitors on video wall) (2 Spare) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each HDMI (m) to HDMI (m) 3ft Cable FFP HDMI (m) to HDMI (m) 3ft Cable (connect receiver modules to display) PURCHASE REQUEST NUMBER: NET AMT

9 Page 8 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each DVI (m) to DVI (m) 6ft Cable FFP DVI (m) to DVI (m) 6ft Cable (connect matrix to processor (28) and all monitors (24)) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each DVI (m) to DVI (m) 3ft Cable FFP DVI (m) to DVI (m) 3ft Cable (processor to transmitters (24)(2 Spare)) PURCHASE REQUEST NUMBER: NET AMT

10 Page 9 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Display Wall Processor FFP Display Wall Processor (large, minimum of 16 displays), 16 DVI OUT, 32 DVI IN, an HDCP-compliant, card frame-based video wall processor with eight slots for input and output cards PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 55" inch viewable flat panel LED FFP 55" inch viewable flat panel LED back lit LCD displays # widescreen # 1080p (Full HD), ultra-narrow bezel PURCHASE REQUEST NUMBER: NET AMT

11 Page 10 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Pull-Out Wall Mount - Mounting Kit Flat FFP Pull-Out Wall Mount - Mounting Kit for flat panel displays # black # screen size: 55" - 62" (For installation of up to three owner provided flat panel displays) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Free-standing modular 4 (wide)-by-3 FFP Free-standing modular four(wide)-by-three(high) 4x3 video wall stand designed for 55 in. thin bezel flat-panel LCD monitors. Mounting system shall completely break down to allow for easy handling and moving. Include fine-tune alignment of each display provided by top adjustable mounting brackets. PURCHASE REQUEST NUMBER: NET AMT

12 Page 11 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 3ft mini 3.5mm Male to Male audio cable FFP 3ft mini 3.5mm Male to Male audio cable PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Acoustic Echo Cancelling (AEC) Mixer FFP Acoustic Echo Cancelling (AEC) Mixer, eight (8) Input PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Boundary Microphones FFP Boundary Microphones PURCHASE REQUEST NUMBER: NET AMT

13 Page 12 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Ceiling Speakers with 8# Back Can FFP Ceiling Speakers with 8# Back Can and 70/100 V Transformer PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 8" Wall Mount Speaker FFP 8" Wall Mount Speakers with transformer (for first floor corridor) PURCHASE REQUEST NUMBER: NET AMT

14 Page 13 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 15" Two-way Stage Utility Speakers FFP 15" Two-way Stage Utility Speakers PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each HDMI Audio De-embedder FFP HDMI Audio De-embedder PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Desktop System Control with Touch Screen FFP Desktop System Control with Touch Screen panel, 12" inch Electro luminescence (EL) PURCHASE REQUEST NUMBER: NET AMT

15 Page 14 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Single microphone Stage Preamplifier FFP Single microphone Stage Preamplifier PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Video Teleconferencing (VTC) Codec FFP Video Teleconferencing (VTC) Codec, with two (2) HDMI IN/OUT, 1080P with two (2) Cameras, NPP, integration package, Multi-point license, Premium Resolution. PURCHASE REQUEST NUMBER: NET AMT

16 Page 15 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Communication Equipment Half Racks FFP Communication Equipment Half Racks, 42 X 19 X 24 PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Blue Ray Player with RS 232 Controller FFP Blue Ray Player with RS 232 Controller PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each HDMI (m) to HDMI (m) 6ft Cable FFP HDMI (m) to HDMI (m) 6ft Cable (connect Blue Ray and CODEC to matrix) PURCHASE REQUEST NUMBER: NET AMT

17 Page 16 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Computers (Dell - Brand Name or Equal) FFP Computers (Brand Name of Equal) Dell Optiplex 9010 Small Form Factor EPA w/monitor; Monitors: Dell P1913 Widescreen, 19VIS, VGA/DVI, OptiPlex, Precision and Latitude; Windows 7 Professional; 3rd Gen Intel Core # i Processor (3.4GHz, 8M) w/hd4000 Graphics; Boot Hard Drives: 500GB Gb/s SATA with 16MB Data Burst /Cache #; Memory: 8GB DDR3 Non-ECC, 1600MHz; Removable Media Storage Device: 8X Slimline DVD+/-RW; Video card: AMD RADEON HD GB DDR3 DP/DVI; Speakers: Dell AX510 Sound Bar or equal for all Ultra Sharp Flat Panel Displays (Black); Hardware Support Services: 3 Year ProSupport with 3 Year NBD Limited Onsite Service After Remote Diagnosis. PURCHASE REQUEST NUMBER: NET AMT

18 Page 17 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Server (Intel - Brand Name or Equal) FFP (Brand Name or Equal) "Server, Processor: Intel Xeon E GHz. 12M Cache; Additional Processor: Intel Xeon E GHz. 12M Cache; Memory: 16GB Memory (2x8GB) 133MHz Dual Rack; Operating System: Windows Server 2008 R2 SP1 Standard Edition includes 5 CALS Hard Drives: 500GB 7.2K RPM SATA 3.5in Hot-Plug Hard Drives (2); Hard Drives: 2TB 7.2 RPM SATA 3.5in Hot-Plug Hard Drives (6); Hard Drive Configuration: RAID 1, RAID 5 for PERC 6i, H700 Controllers, x8 Chassis; Internal Controller: PERC6i Controller, PERC Battery with PERC, SAS 6i/R Hot Plug, 8HD Power Supply: 750 Watt Redundant Power Supply Network Adapter: Intel Gigabit ET Quad Port NIC, PCle-4; Rails: Ready Rails Sliding Rails with Cable Management Arm; Internal Optical Drive: DVD+-/RW, SATA Internal; Licenses: 5-pack of Windows Server 2008 User CALs (5); Hardware Support: 3Yr. Basic Hardware Warranty Repair, 5x10 HW- Only, NBD Onsite; Data Protection: Keep your hard drive, 3 years; Exchange Server 2010 Standard Edition (5 CALs); Exchange 2010 Standard Edition (40 User CALs)" PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Audio Amplifier with 70 and 100 Volt FFP Audio Amplifier with 70 and 100 Volt line output, 200 Watt PURCHASE REQUEST NUMBER: NET AMT

19 Page 18 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Audio Stereo Ampifier, Watts FFP Audio Stereo Ampifier, Watts PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 12/2 Gauge Speaker Wire (250' ft reel) FFP 12/2 Gauge Speaker Wire (250' ft reel) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each 22 Gauge Shielded Twisted Pr. Microphone FFP 22 Gauge Shielded Twisted Pair Microphone Wire (with drain)(500' ft reel) PURCHASE REQUEST NUMBER: NET AMT

20 Page 19 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Shielded Twisted pair extend DVI & HDMI FFP Individually Shielded Twisted pair, to extend DVI and HDMI, 1000 foot roll, (for connecting the monitors) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Yellow Cat5E Twisted Pair Cable FFP Yellow Cat5E Twisted Pair Cable (1000' ft reel) PURCHASE REQUEST NUMBER: NET AMT

21 Page 20 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Triple LCD Monitor Desk Stands FFP Triple LCD Monitor Desk Stands (Turn over to Government at Site) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Surge Arrestor Power Strips FFP Surge Arrestor Power Strips (6 Receptacle) PURCHASE REQUEST NUMBER: NET AMT

22 Page 21 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Hardware: Includes cabling (Cat5E) FFP Hardware: Includes cabling (Cat5E), connectors, labeling, unistrut, vented plates, terminal strips, lacing bars, above ceiling cable tray/racks, cable conduit, and dual drop boxes with faceplates. PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each Installation and Project Management FFP Installation and Project Management for the US-Kuwait Joint Operations Center Video Wall System is to be installed in accordance with the Statement of Work (SOW) of this solicitation. PURCHASE REQUEST NUMBER: NET AMT

23 Page 22 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Cost Shipping FFP To Include Shipping - Door to Door - International delivery including fees if any for Delivery Confirmation, Insurance, and Tracking (20% estimate) PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Cost Contractor Manpower Report FFP Contractor shall complete one (1) Contractor Manpower Report (CMR) for performance in Fiscal Year (FY) 2013 according to the reporting requirement in the attached Statement of Work. This CLIN is not separately priced (NSP) and is reflected in the total price of the contract. The reporting requirement of CMR shall be completed in the month due as stated in the contract. No payment for delivery or installation services or final payment, if applicable, shall be made until the CMR requirement associated with the contract has been completed. PURCHASE REQUEST NUMBER: NET AMT

24 Page 23 of 76 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Cost Spot Reporting FFP The contractor shall ensure all the employees in Kuwait of the contractor and all sub-contractors are registered in the Synchronized Pre-Deployment and Operational Tracker (SPOT) Program available at or submitted manually to the Contracting Office if directed by the Contracting Officer. SPOT reporting will be updated as required. This CLIN is not separately priced (NSP) and is included in the total price of the contract. Payment will not be made for any CLIN of the contract until this deliverable is accepted by the Government. PURCHASE REQUEST NUMBER: NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0046 Defense Base Act Ins. Coverage COST The amount listed by the contractor on this CLIN is the estimated DBA insurance premium (estimated payroll of the contractor and its subcontractors times the applicable rate(s)). The DBA insurance premium amount varies with payroll and the nature of services. The actual amount paid by the Government under this CLIN will be based on the amount of the Rutherfoord invoice, stamp paid and submitted by the contractor after contract award. In the event of recalculation of the premium by CNA based on actual payroll amounts, the contracting officer will adjust this CLIN by contract modification to reflect the actual premium amounts paid. PURCHASE REQUEST NUMBER: ESTIMATED COST

25 Page 24 of 76 STATEMENT OF WORK 1.0 SCOPE: The contractor shall provide all tools, labor, transportation, badging, and materials to install two (2) Video Walls in the US-Kuwait Joint Operations Center (JOC) on Camp Mubarak, Kuwait. The Contractor shall ensure that all equipment installed is new and operates per manufacturer s guidelines and specifications. 2.0 REQUIREMENT 2.1 Design: The complete video wall design will be composed of two (2) separate video walls in the US-Kuwait JOC. Each video wall will consist of three (3) individual displays tall by four (4) individual displays wide mounted on a free standing video wall stand. A total of two (2) video wall stands and twenty four (24) individual displays will be provided. The top edge of each video wall will be no higher than 104 inches (264 cm) above the finished floor. The bottom edge of the lowest row of displays will be no lower than 20 inches (51 cm) above the finished floor. The video wall shall have internal thermal management features to include temperature monitoring in order to prevent overheating. All equipment must be rated for Volts (AC) and be provided with BS 1363 plugs (UK/Kuwaiti). The video controller and matrix switch must be able to receive DVI input from a minimum of forty-four (44) devices (computers (any combination of laptops and/or desktops), VTC feeds (two separate CODECs), HDMI (i.e. DVD/Blue-ray players), CCTV, as well as cable TV). The video controller and video wall software/control panel must be able to display any feed from any component connected to the matrix switch. The software/control panel must have the versatility to display images on the video wall in a variety of different configurations to include separating feeds on each individual screen or one feed on the video wall as a whole and also to other individual devices not connected to the video wall (i.e. additional stand-alone wall mounted displays). The location and size of the images displayed on the video wall screen must be able to be manipulated through software and a touch panel control pad interface. The Contractor shall also be responsible for neatly arranging all cabling to and from the video wall, controller, and input components with a cable tray system. 2.2 Individual Displays: Individual displays composing of the video walls must be HDTV equivalent or greater LED back lit LCD displays to include off axis viewing with a 178 viewing angle. Individual wall displays shall be fifty five (55 ) inches diagonally corner to corner and will be of an ultra thin bezel design. The bezel width shall be less than or equal to one quarter (1/4) of an inch on all sides. Each individual screen must have at least one HDMI, and one DVI input connection. All displays shall be calibrated with each other to display the same color combinations (include any cabling required for calibration). 2.3 Mounting: Each video wall will be installed on a free-standing, modular four-by-three video wall stand designed specifically for 55 in. thin bezel flat-panels. The video stand shall allow for fine-tune alignment of each display provided by top adjustable mounting brackets. The video stand shall allow for easy disassembly for relocation and handling and shall include an adjustable means of leveling the stand. The video wall stand shall be black in color. A total of two (2) stands shall be furnished and installed. 2.4 Video Controller: Each twelve (12) screen video wall will be provided with its own video controller to interface all video wall displays. The controller must display images and data from a minimum of forty-four (44) DVI interface devices (any combination of sources) and have the capability of adding additional DVI interface devices to accommodate future expansion. The video controller shall also be able to display DVI/HDMI sources from VTC system(s), CCTV, as well as cable TV. The video controller shall provide audio capability for all video wall devices. A total of two (2) video controllers will be provided. 2.5 User Control Interface: The video wall user control interface shall be software based interface that will enable the video wall operator to drag and drop any input source into the video wall view, size and position any application or captured source to any part of the video wall, save and recall custom application and input layouts. This interface must include a programmable touch panel control pad (with spare) for remote operation.

26 Page 25 of Cabling: The contractor shall be responsible for providing all cabling, adapters, and the installation, and neat arrangement of cabling solution to and from all input devices, the video controller, and the video wall displays. All cabling shall be labeled at both ends using printed labels. The cabling solution shall be comprised of two (2) phases: Phase one the contractor shall connect twenty-four (24) DVI cables from the video controller to the individual wall displays (through DVI extenders and shielded Cat5E cables). The contractor shall connect one (1) DVI cable from the video controller to an individual wall display (through DVI extenders and shielded Cat5E cables) in the Coalition Room adjacent to the video wall room (Refer to Exhibit 1 for additional details). The twenty-five (25) cable lengths will vary from approximately 80 to 120 feet from the video controller to the displays (Refer to Exhibit 1 for additional details). All cabling shall be labeled at both ends using printed labels Phase two the contractor shall connect twenty eight (28) desktop Multi-Format Twisted Pair Transmitters to the matrix switch (4 inputs HDCP compliant twisted pair cable input boards (x7)). These transmitters will connect multiple devices to include but not limited to computers, CCTV, TV cable boxes. The CAT 5E/6 cable between the transmitters shall be neatly run in the above-ceiling cable trays installed by the contractor. 2.7 Cable Trays: The contractor shall be responsible for providing and installing cable trays or suitable conduit for all phases. Cable trays shall be constructed of metal mesh material and will provide the maximum accessibility for containing cables and allowing future cable additions and removals. Cable trays shall be installed above the suspended ceiling between the video control room and the access corridor located behind the video wall stands (Refer to Exhibit 1 for additional details). 2.8 Audio: The contractor shall be responsible for installing and testing all of the audio equipment to include the digital signal processor, Acoustic Echo Cancelling (AEC) Mixer, HDMI audio de-embedder, amplifiers (2), boundary microphones (6), the ceiling (6 pair) and surface mounted (3 pair) speakers. The contractor shall provide and install all audio (speaker and microphone) cable. The speaker cable shall be a minimum of 12 gauge jacketed wire. The microphone cable shall be a minimum of 22 gauge shielded twisted pair wire (with drain). 2.9 Computers: The contractor shall provide thirty (30) desk top computers with widescreen monitors (19VIS, VGA/DVI) as stated in the Contract Line Items (CLINS) of the Solicitation Microsoft Exchange Server: The contractor shall provide one (1) Microsoft Exchange server, 2010 Standard Edition (40 User CALs). The exchange server shall meet or exceed the specifications as stated in the Contract Line Items (CLINS) of the Solicitation Triple Monitor Desk Stands: The contractor shall provide to the Government ten (10) triple monitor horizontal desk stands for mounting of Government provided flat screen computer monitors. Stands shall be constructed of aluminum and steel construction and create an extremely stable platform. Stands shall include a base, 14-inch pole, parabolic mounting rail (or bow), two (2) sliding brackets, one (1) angled center bracket, one (1) flat center bracket. LCD mounting brackets shall allow for adjustability Surge Arrestor Power Strip: The contractor shall provide a total of six (6), 230 Volt (AC) surge arrestor power strips rated for 13 Amps. Each power strip shall have six (6) or more BS1363 receptacles and shall have a 1.83 meter long cord with BS1363 plug. Power strips shall have a surge energy rating of at least 960 Joules. Install two (2) power strips at each video wall stand and connect six (6) displays per power strip. Each power strip will be connected to a dedicated 13A, receptacle. Utilize the remaining power strips at the communications equipment racks installed in the Video Control Room (Room #12). 3.0 Installation: The contractor shall provide all equipment, parts, tools, and labor to construct a video wall and install required cabling to the specified standards. It is the responsibility of the contractor to ensure that the video walls will safely and securely fit within the space provided in the US-Kuwait JOC. All specified cabling, cable trays, parts, integration, touch panel (AMX) programming and labor to connect the designated components in the US-Kuwait JOC shall be provided by the contractor.

27 Page 26 of Configuration and Testing: After the installation of the video wall is complete and in compliance with the specifications and capabilities, it must be configured and tested in order to verify that it will perform as designed. The configuration and testing will include but is not limited to the verification that all connected components will display their images on the video wall. The Government will not accept the video wall until all functions are fully operational and must perform the capabilities that have been specified. 5.0 ADDITIONAL REQUIREMENTS: The contractor shall meet the following additional requirements: 5.1 Disassembly and Staging The Contractor shall maintain work sites and other areas utilized in the performance of this contract in a neat, clean, orderly and sanitary condition. The Contractor shall remove all debris from the site at the end of each work day and prior to final inspection. Any waste generated in the performance of the contract shall be transported off Camp Mubarak and disposed of in an approved waste facility in accordance with local laws and regulations. The contractor is responsible for the accountability and safekeeping of all staged materials. 5.2 Pre-final Acceptance Inspection After the Government determines that all contractual obligations have been met a pre-final inspection shall be performed on the video wall. At a minimum, the Government POC shall be present for this inspection. Discrepancies shall be documented on a punch list and shall be corrected prior to final acceptance. If any material does not meet Government specifications or if the discrepancy creates a safety hazard, the items shall be rejected and replaced at no cost to the Government. 5.3 Final Acceptance Inspection A final inspection shall be performed by the Government prior to acceptance. This final inspection shall show the overall condition and quality of deliverables on this contract. Any discrepancies sited shall be corrected prior to Government acceptance. 5.4 Original Condition The contractor shall clean area in and around work area in order to return it to its original condition. Repairs required due to damages caused by the Contractor shall be completed at no additional cost to Government. 5.5 Government The POC for this requirement shall be Major Chris Guilmette, Area Support Group Kuwait Military Engagement Team Engineer. christopher.m.guilmette@kuwait.swa.army.mil. DSN: Site Manager The Contractor shall designate a Site Manager in writing prior to beginning installation. The Site Manager shall be the central point of contact for performance of all on-site work under the contract. The Contractor shall also designate an Alternate Site Manager with all the required skills and authority, to act on the Contractor s behalf during the Site Manager's absence. The Site Manager, and any alternate individuals designated, shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to execution of the contract. The Site Manager shall be able to understand, speak, read, and write the English language and speak Arabic. The Contractor shall provide phone numbers for primary and alternate site managers, and the acting Site Manager must be reachable at all times that contractor personnel are performing work on Camp Mubarak. 5.7 Delivery - The Contractor shall have 45 calendar days after acceptance of the award to deliver and install the video walls. The system shall be fully installed, functional and tested by the Government within the 45 day period. 6.0 GOVERNMENT FURNISHED PROPERTY 6.1 The following Government furnished items shall be installed by the contractor during the configuration and testing of the video wall: Tandberg 8000 VTC (w/two large monitors to be mounted by the contractor) Desktop Computers (25 in addition to the 20 provided by the contractor)

28 Page 27 of Cable TV CCTV 7.0 WARRANTY 7.1 The Contractor shall provide the standard commercial warranty or the original manufacturer warranty terms the Contractor offers to its most favored customers, whichever is greater. However, the minimum original manufacturer warranty shall be at least one year after acceptance by the Government. Provide a warranty for the specified equipment to be free from defects in materials and workmanship, whether functional or nonfunctional, replace or repair without cost, defects which, with normal usage, appear within one year of project closeout or within 24 months from date of shipment, whichever occurs first. Contactor shall provide a primary and back-up means of contacting Contractor s designated representative(s) for any emergency warranty services required. Once contacted, the Contractor will be required to correct any warranty problems and provide the USG a daily status of the outstanding issues. 7.2 The warranty excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, installation and technical support. 7.3 The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the warranty shall be the responsibility of the contractor providing the warranty. 8.0 INSTALLATION ACCESS: 8.1 The Contractor is responsible for coordinating with the Government POC to obtain access to any secure areas on Camp Mubarak. An escort shall be provided by the Government for contractor personnel performing work in secure areas. 9.0 LIST OF ATTACHMENTS/EXHIBITS: 9.1 Exhibit 1 Project Drawings and Diagrams of the US-Kuwait Joint Operations Center (JOC) Video Wall. INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government

29 Page 28 of Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government 0020 Destination Government Destination Government 0021 Destination Government Destination Government 0022 Destination Government Destination Government 0023 Destination Government Destination Government 0024 Destination Government Destination Government 0025 Destination Government Destination Government 0026 Destination Government Destination Government 0027 Destination Government Destination Government 0028 Destination Government Destination Government 0029 Destination Government Destination Government 0030 Destination Government Destination Government 0031 Destination Government Destination Government 0032 Destination Government Destination Government 0033 Destination Government Destination Government 0034 Destination Government Destination Government 0035 Destination Government Destination Government 0036 Destination Government Destination Government 0037 Destination Government Destination Government 0038 Destination Government Destination Government 0039 Destination Government Destination Government 0040 Destination Government Destination Government 0041 Destination Government Destination Government 0042 Destination Government Destination Government 0043 Destination Government Destination Government 0044 Destination Government Destination Government 0045 Destination Government Destination Government 0046 Destination Government Destination Government DELIVERY INFORMATION CLIN

30 Page 29 of dys. ADC 1 ASG-KU S dys. ADC 7 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 7 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 27 (SAME AS PREVIOUS LOCATION) dys. ADC 27 (SAME AS PREVIOUS LOCATION) dys. ADC 28 (SAME AS PREVIOUS LOCATION) dys. ADC 28 (SAME AS PREVIOUS LOCATION) dys. ADC 5 (SAME AS PREVIOUS LOCATION) dys. ADC 50 (SAME AS PREVIOUS LOCATION) dys. ADC 26 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 24 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION)

31 Page 30 of dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 28 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 6 (SAME AS PREVIOUS LOCATION) dys. ADC 12 (SAME AS PREVIOUS LOCATION) dys. ADC 4 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 4 (SAME AS PREVIOUS LOCATION) dys. ADC 20 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION)

32 Page 31 of dys. ADC 3 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 2 (SAME AS PREVIOUS LOCATION) dys. ADC 10 (SAME AS PREVIOUS LOCATION) dys. ADC 6 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC 1 (SAME AS PREVIOUS LOCATION) dys. ADC (SAME AS PREVIOUS LOCATION) INSTRUCTIONS TO OFFERORS ADDENDUM TO FAR INSTRUCTIONS TO OFFERORS: NOTICE: A Pre-Proposal Site Visit is scheduled for 10:00 am, Thursday, 8 November 2012 at Camp Mubarak, J3 Operations & Planning Building, Kuwait. Contact MAJ Christopher Guilmette at christopher.m.guilmette@kuwait.swa.army.mil for further details. 1. PROPOSAL SUBMITTAL INSTRUCTIONS: Offerors are required to submit a complete Proposal package as listed in Paragraph 2. Proposal packages must be received on or before the solicitation closing date. (a) Solicitation related questions and Proposal Packages will be submitted via to the Contracting Proposal Box at Address: To be Announced.

33 Page 32 of 76 (b) The Government reserves the right to extend the notification deadline of the solicitation up to the date Proposals are initially due. (c) Electronically submitted Proposals shall be prepared in Microsoft Word, Microsoft Excel, or Adobe Acrobat. WINZIP (.zip) files will not be accepted. If necessary, Proposals may be submitted through multiple s, which shall be numbered to include the total sent, for example 2 of 6. All submittals shall be in English. (d) All Proposals shall display a statement of validity 90 days from solicitation closing date. 2. PROPOSAL FILES: Offerors shall submit the following: Please note, all company-identifying information (name, logo, stamp, etc) shall be limited to the cover page only, on all submitted information including technical submittals and schedules provided with the Proposal. (a) This solicitation includes requirements for some of the items to be provided on a Brand Name or Equal basis, in accordance with FAR and the FAR provision incorporated into this solicitation. Offerors may choose to offer the specified item or another product determined to be equal to the specified product. All or equal products to be delivered under the resulting contract shall comply with the salient characteristics set forth in the solicitation. (b) Descriptive specifications and pictures of all items being proposed. This includes but is not limited to descriptive literature or brochures for the proposed brand name or equal item which demonstrates that it meets or exceeds the salient characteristics of the requirement. Descriptive literature shall contain the manufacturer s name, brand name, and the make or model number. (c) Pricing spreadsheet containing the list of the proposed brand name, make\model number, proposed brand salient characteristics, unit price and extended price. Include any shipping or delivery fees that will apply. All prices shall be submitted in Kuwaiti Dinar (KWD) and the contract will be awarded in KWD. The offeror shall NOT rephrase or restate the Government s requirements, but shall provide the salient characteristics of the proposed item that meet these requirements. (d) Standard Form 1449, Solicitation/Contract/Order for Commercial Items with Blocks 12 (if applicable), 17a, 30a, 30b, and 30c completed by the Offeror. This form shall be signed by an authorized representative of the company. Include acknowledgement of Amendments, if any. (e). Offerors shall insert the ( UNIT PRICE ) for each item and complete extended prices ( AMOUNT ) in the Pricing Schedule. (f). Proposed Delivery & Installation Time (g). Complete the fill-ins and certifications in the provisions as necessary. Return the completed provision FAR Offeror Representation and Certifications Commercial Items Alt.1 or provide a statement that acknowledges that the Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. (h) Provide detailed warranty information in accordance with Addendum to (b)(5). Omission of any significant aspect of the Proposal may render your Proposal technically unacceptable.

34 Page 33 of EVALUATION COMMERCIAL ITEMS (a) Lowest Evaluated Price. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (b) Basis for Award (i) Award will be made to the responsible offeror whose proposal is found to be technically acceptable and the lowest price to the Government. (ii) The proposal submitted in response to this solicitation must contain the offeror s best terms for the award of a contract. The Government intends to award a contract without discussions and reserves the right to contact an offeror for clarification without opening discussions. (iii) Proposals that are unrealistic in terms of technical or schedule commitments, unrealistically low in price, or contain unbalanced option prices will be considered indicative of a lack of understanding of the complexity and risk in the contract requirements and may be determined unacceptable. (iv) To receive consideration for award, a rating of no less than Acceptable must be achieved for all of the Nonprice factors. An unacceptable rating received in any sub-factor will result in an overall rating of unacceptable for that factor. (c) Evaluation Factors. The following factors shall be used to evaluate the offers: (i) Technical Factors All items to be delivered under the resulting contract shall comply with the minimum technical specifications and delivery schedule set forth in the solicitation. Technical submittals shall include product description in order to demonstrate that each model proposed meets the Government s minimum specifications. The Government will review each offeror s proposal in order to determine whether it demonstrates that the offeror has an understanding of the requirements identified in the SOW. Sub-Factor I: Demonstrates an understanding of the specifications set forth in the SOW. Sub-Factor II: Proposals includes milestones that support the government s requirement to have material items delivered to Kuwait and installed (fully functional) within 45 days after date of award and demonstrates through a written plan to meet the milestones. (ii) Price It is the Governments intent to evaluate the total of the extended prices of each CLIN for contract award decision purposes IAW FAR (b). Total evaluated price shall be determined by adding the proposed extended prices for each line item. Offerors shall price all line items. In the event the unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) to recalculate the extended price for evaluation and award purposes. The Government has the right to decrease the quantity of the requirement if funding is not sufficient for the quantity proposed. Note: Defense Base Act Insurance Coverage (DBA) will not be considered in the price. 4. DEFINITIONS AND RATINGS For Technical factors the following ratings will be assigned based on the evaluation criteria. Ratings and definitions are as follows:

35 Page 34 of 76 RATING Acceptable Unacceptable DESCRIPTION Proposal clearly meets the minimum requirements and indicates an acceptable approach and understanding of the requirements. In addition, the approach is not likely to cause disruption of schedule, increased cost, or degradation of performance. Proposal does not clearly meet the requirements and indicates an unacceptable approach and understanding of the requirements, or the approach is likely to cause disruption of schedule, increased cost, or degradation of performance. Note: An unacceptable rating will result in an overall rating of unacceptable for that factor. 5. ADDENDUM TO FAR (b)(5) TERMS OF EXPRESS WARRANTY (a) The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favored customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. (b) The Contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its Proposal, which may be accepted at the Government s discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or cause the government to favor one contractor over another. (c) The Contractor s terms of express warranty shall be incorporated into the contract award. 6. SPECIAL NOTES (a) AMENDMENTS TO THE SOLICITATION: If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offeror shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Failure to acknowledge an amendment by the date and time specified may result in rejection of your Proposal. (b) EXCHANGES WITH OFFERORS AFTER RECEIPT OF PROPOSALS: The Government intends to evaluate Proposals 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 Proposals if such action is in the public interest; accept other than the lowest Proposal, if the lowest Proposal is not technically acceptable; and waive informalities and minor irregularities in offers received. (c) PROVISIONS AND CLAUSES: Offeror s must give special attention to the provisions/clauses in this solicitation. These provisions/clauses include: DFARS Electronic Submission of Payment Requests: The Government will utilize Wide Area Work- Flow (WAWF) as the electronic method to receive payment requests. Prior to contract award, the successful Offeror shall be registered in CCR and therefore be able to utilize WAWF for invoicing. If an Offeror is unable to be CCR registered or utilize WAWF, the Offeror shall provide an explanation in the Proposal. See additional information on WAWF in the solicitation.

36 Page 35 of GOVERNMENT POINTS OF CONTACT Ms. Chong Keys, Contracting Officer, or LTC Michael F. Scuteri, Commander / Director of Contracting, michael.f.scuteri@kuwait.swa.army.mil CLAUSES INCORPORATED BY REFERENCE Central Contractor Registration AUG Protecting the Government's Interest When Subcontracting DEC 2010 With Contractors Debarred, Suspended, or Proposed for Debarment Instructions to Offerors--Commercial Items FEB Contract Terms and Conditions--Commercial Items FEB Inconsistency Between English Version And Translation Of Contract FEB Prohibition on Engaging in Sanctioned Activities Relating to NOV 2011 Iran--Certification Discounts For Prompt Payment FEB Extras APR Accident Prevention NOV Site Visit APR Protection Of Government Buildings, Equipment, And APR 1984 Vegetation F.O.B. Destination NOV Contracting Officer's Representative DEC Requirements Relating to Compensation of Former DoD Officials SEP Requirement to Inform Employees of Whistleblower Rights JAN Representation Relating to Compensation of Former DoD Officials NOV Alt A Central Contractor Registration Alternate A SEP Disclosure of Ownership or Control by the Government of a Terrorist Country JAN Subcontracting With Firms That Are Owned or Controlled By DEC 2006 The Government of a Terrorist Country Compliance With Local Labor Laws (Overseas) JUN Correspondence in English JUN Authorization to Perform APR Invoices Exclusive of Taxes or Duties JUN Assignment of Claims (Overseas) JUN Levies on Contract Payments DEC Choice of Law (Overseas) JUN Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT

37 Page 36 of SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) (a) Definitions. As used in this clause Central Contractor Registration (CCR) database means the retired primary Government repository for Contractor information required for the conduct of business with the Government. Commercial and Government Entity (CAGE) code means (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an NCAGE code. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System+4 (DUNS+4) number means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4- character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. Registered in the SAM database means that (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor s CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record Active. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. System for Award Management (SAM) means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in CCR may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number (i) Via the internet at or if the contractor does not have internet access, it may call Dun and Bradstreet at if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry).

38 Page 37 of 76 (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day s written notification of its intention to (A) Change the name in the SAM database; (B) Comply with the requirements of subpart of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(c) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through or by calling , or for international calls. (End of Clause) INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinitequantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

39 Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). Page 38 of 76 (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via (see ). (End of provision) UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database via (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L ), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments-- (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by--

40 Page 39 of 76 (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for-- (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L , all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O (End of clause) CLAUSES INCORPORATED BY FULL TEXT TIME OF DELIVERY (JUN 1997) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY AND INSTALLATION SCHEDULE Within Days 45 Days from Date of Contract Award Item No. Quantity of Contract in accordance with CLIN # 0001 Thru CLIN # 0046 The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The

41 Page 40 of 76 Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE Within Days After Date Item No. Quantity of Contract (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) CLAUSES INCORPORATED BY FULL TEXT CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (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) , Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). _X_ Alternate I (Aug 2007) of (22 U.S.C. 7104(g)). (2) , Protest After Award (AUG 1996) (31 U.S.C. 3553).

42 (3) , Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L , ). W912D1-13-R-0002 Page 41 of 76 (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) , Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) , Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L , Title VI, Chapter 1 (41 U.S.C. 251 note)). (3) , Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L ). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) , Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L ) (31 U.S.C note). (5) , American Recovery and Reinvestment Act Reporting Requirements (Jul 2010) (Pub. L ). _X_ (6) , Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C note). (7) , Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). (8) , Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L , section 740 of Division C of Pub. L , section 743 of Division D of Pub. L , and section 745 of Division D of Pub. L ). (9) , Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). (10) , Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (11) [Reserved] (12)(i) , Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011). (iii) Alternate II (NOV 2011). (13)(i) , Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

43 Page 42 of 76 (ii) Alternate I (Oct 1995) of (iii) Alternate II (Mar 2004) of (14) , Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (15)(i) , Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). (ii) Alternate I (Oct 2001) of (iii) Alternate II (Oct 2001) of (iv) Alternate III (Jul 2010) of (16) , Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). (17) , Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). (18) , Liquidated Damages Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (19)(i) , Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I (June 2003) of (20) , Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting (Dec 2010) (Pub. L , section 7102, and 10 U.S.C. 2323). (21) , Small Disadvantaged Business Participation Program Incentive Subcontracting (Oct 2000) (Pub. L , section 7102, and 10 U.S.C. 2323). (22) , Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). (23) , Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). (24) , Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2012) (15 U.S.C. 637(m)). (25) , Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012) (15 U.S.C. 637(m)). _X_ (26) , Convict Labor (June 2003) (E.O ).

44 _X_ (27) , Child Labor Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). _X_ (28) , Prohibition of Segregated Facilities (Feb 1999). _X_ (29) , Equal Opportunity (Mar 2007) (E.O ). (30) , Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (31) , Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) , Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). Page 43 of 76 (33) , Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O ). (34) , Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in ) (35)(i) , 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 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (36) , Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (37)(i) , IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O ). (ii) Alternate I (Dec 2007) of _X_ (38) , Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O ). (39) , Buy American Act Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40)(i) , Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C note, 19 U.S.C note, 19 U.S.C note, 19 U.S.C note, Pub. L , , , , , , , , , , and ). (ii) Alternate I (Mar 2012) of (iii) Alternate II (Mar 2012) of (iv) Alternate III (Mar 2012) of (41) , Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C note). _X_ (42) , 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).

45 (43) , Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C W912D1-13-R-0002 Page 44 of 76 (44) , Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (45) , Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (46) , Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) , Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (48) , Payment by Electronic Funds Transfer Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (49) , Payment by Third Party (Feb 2010) (31 U.S.C. 3332). (50) , Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (51)(i) , 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 (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) , Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) , Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) , Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) , Fair Labor Standards Act and Service Contract Act Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (5) , Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (Nov 2007) (41 351, et seq.). (6) , Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (7) , Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L ). (8) , Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).

46 Page 45 of 76 (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 , 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) , Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L , Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) , Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) , Equal Opportunity (MAR 2007) (E.O ). (v) , Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) , Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) , Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O ). Flow down required in accordance with paragraph (f) of FAR clause (viii) , Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) , Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of (22 U.S.C. 7104(g)). (x) , Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

47 (xi) , Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) , Employment Eligibility Verification (JUL 2012). Page 46 of 76 (xiii) , Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L ). Flow down required in accordance with paragraph (e) of FAR clause (xiv) , 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 (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) WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984) The Contractor shall (a) provide, before commencing performance under this contract, such workers' compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and (b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts under this contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence) imposing upon those subcontractors this requirement to comply with the Defense Base Act. (End of clause) PROTEST AFTER AWARD (AUG. 1996) (a) Upon receipt of a notice of protest (as defined in FAR ) or a determination that a protest is likely (see FAR (d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. 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. Upon receipt of the final decision in the protest, 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 either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an 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 a proposal at any time before final payment under this contract.

48 Page 47 of 76 (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. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR (b)(2) or (h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of clause) 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): (End of provision) 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): (End of clause) ALTERATIONS IN SOLICITATION (APR 1984) Portions of this solicitation are altered as follows: Evaluation - Commercial items

49 Page 48 of AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(deviation)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) EXPORT-CONTROLLED ITEMS (APR 2010) (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts ) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts ). The term includes: (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as ``commodities, software, and technology,'' terms that are also defined in the EAR, 15 CFR (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.);

50 Page 49 of 76 (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts ); (5) The International Traffic in Arms Regulations (22 CFR parts ); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) ITEM IDENTIFICATION AND VALUATION (JUN 2011) (a) Definitions. As used in this clause' Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at DoD unique item identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means--

51 Page 50 of 76 (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS ) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at Agency-Codes.htm. Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent.

52 Page 51 of 76 Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract line, subline, or exhibit line item No. Item description CLIN # Components for Video Wall (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology--Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identifier;

53 Page 52 of 76 (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.**

54 Page 53 of 76 (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it -

55 Page 54 of 76 (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at , Notification of Transportation of Supplies by Sea. (End of provision) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _X_ , Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ , Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L ). (2) , Agency Office of the Inspector General (APR 2012)(section 6101 of Pub. L , 41 U.S.C. 3509). (3) , Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) , Small Business Subcontracting Plan (DoD Contracts) (JUN 2012) (15 U.S.C. 637).

56 Page 55 of 76 (5) , Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) , Buy American and Balance of Payments Program (JUN 2012) (41 U.S.C. chapter 83, E.O ). (ii) Alternate I (OCT 2011) of (7) , Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) , Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUN 2012) (10 U.S.C. 2533b). (9) , Preference for Certain Domestic Commodities (JUN 2012) (10 U.S.C. 2533a). (10) , Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) , Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L and the same restriction in subsequent DoD appropriations acts). 12) , Photovoltaic Devices (JUN 2012) (Section 846 of Pub. L ). 13)(i) , Trade Agreements (JUN 2012) (19 U.S.C and 19 U.S.C note). (ii) Alternate I (OCT 2011) of (iii) Alternate II (OCT 2011) of (14) , Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (15) , Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i) , Buy American Act Free Trade Agreements Balance of Payments Program (JUN 2012) (41 U.S.C. chapter 83 and 19 U.S.C note). (ii) Alternate I (JUN 2012) of (iii) Alternate II (JUN 2012) of (iv) Alternate III (JUN 2012) of (v) Alternate IV (JUN 2012) of (vi) Alternate V (JUN 2012) of (17) , Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) , Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L , as amended by section 853 of Pub. L and sections 831 and 832 of Pub. L ). (19) , Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L and similar sections in subsequent DoD appropriations acts).

57 Page 56 of 76 (20) , Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see (a)). (21) _X_ , Technical Data Commercial Items (DEC 2011) (10 U.S.C. 2320). (22) , Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see (c)))(10 U.S.C. 2321). (23) _X_ , Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) , Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L ) (25) , Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L ). (26) , Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (27) _X_ , Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L ). (28) , Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L ). (29)(i) , Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) Alternate I (MAR 2000) of (iii) Alternate II (MAR 2000) of (iv) _X_ Alternate III (MAY 2002) of (30) , Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631). (31) , Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L ). c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR ), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) , Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L , as amended by section 853 of Pub. L and sections 831 and 832 of Pub. L ). 2) , Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see (a)). (3) , Technical Data--Commercial Items (DEC 2011), if applicable (see (a)). (4) , Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see (c)).

58 Page 57 of 76 (5) , Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L ). (6) , Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L ). (7) , Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L ). (8) , Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) , Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (JUN 2011) (a) Definitions. As used in this clause--combatant Commander means the commander of a unified or specified combatant command established in accordance with 10 U.S.C Designated operational area means a geographic area designated by the combatant commander or subordinate joint force commander for the conduct or support of specified military operations. Law of war means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international law for the conduct of hostilities binding on the United States or its individual citizens, including treaties and international agreements to which the United States is a party, and applicable customary international law. Subordinate joint force commander means a sub-unified commander or joint task force commander. (b) General. (1) This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in-- (i) Contingency operations; (ii) Humanitarian or peacekeeping operations; or (iii) Other military operations or military exercises, when designated by the Combatant Commander. (2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations. (3) Contractor personnel are civilians accompanying the U.S. Armed Forces. (i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only authorized to use deadly force in self-defense.

59 Page 58 of 76 (ii) Contractor personnel performing security functions are also authorized to use deadly force when such force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with the terms and conditions contained in their contract or with their job description and terms of employment. (iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force by contractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause). (4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note. (c) Support. (1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because-- (A) The Contractor cannot obtain effective security services; (B) Effective security services are unavailable at a reasonable cost; or (C) Threat conditions necessitate security through military means. (ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel. (iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of security provided DoD civilians. (2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are authorized to receive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. (iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract. (3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the designated operational area under this contract. (4) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter of authorization signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract. (d) Compliance with laws and regulations. (1) The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable-- (i) United States, host country, and third country national laws; (ii) Provisions of the law of war, as well as any other applicable treaties and international agreements;

60 Page 59 of 76 (iii) United States regulations, directives, instructions, policies, and procedures; and (iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety, or relations and interaction with local nationals. (2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors, including law of war training in accordance with paragraph (e)(1)(vii) of this clause. (3) The Contractor shall ensure that contractor employees accompanying U.S. Armed Forces are aware-- (i) Of the DoD definition of ``sexual assault'' in DoDD , Sexual Assault Prevention and Response Program; (ii) That many of the offenses addressed by the definition are covered under the Uniform Code of Military Justice (see paragraph (e)(2)(iv) of this clause); and (iii) That the offenses not covered by the Uniform Code of Military Justice may nevertheless have consequences to the contractor employees (see paragraph (h)(1) of this clause). (e) Pre-deployment requirements. (1) The Contractor shall ensure that the following requirements are met prior to deploying personnel authorized to accompany U.S. Armed Forces. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract. (i) All required security and background checks are complete and acceptable. (ii) All deploying personnel meet the minimum medical screening requirements and have received all required immunizations as specified in the contract. The Government will provide, at no cost to the Contractor, any theaterspecific immunizations and/or medications not available to the general public. (iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. Any Common Access Card issued to deploying personnel shall contain the access permissions allowed by the letter of authorization issued in accordance with paragraph (c)(4) of this clause. (iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD Directive , Official Temporary Duty Abroad, and DoD G, DoD Foreign Clearance Guide. Contractor personnel are considered non-dod personnel traveling under DoD sponsorship. (v) All personnel have received personal security training. At a minimum, the training shall-- (A) Cover safety and security issues facing employees overseas; (B) Identify safety and security contingency planning activities; and (C) Identify ways to utilize safety and security personnel and other resources appropriately. (vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction , Isolated Personnel Training for DoD Civilian and Contractors. (vii) Personnel have received law of war training as follows:

61 Page 60 of 76 (A) Basic training is required for all Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States. The basic training will be provided through-- (1) A military-run training center; or (2) A Web-based source, if specified in the contract or approved by the Contracting Officer. (B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in the contract. (2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that-- (i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.); (ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national of the United States; (iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and (iv) In time of declared war or a contingency operation, Contractor personnel authorized to accompany U.S. Armed Forces in the field are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10). (f) Processing and departure points. Deployed Contractor personnel shall-- (1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause; (2) Use the point of departure and transportation mode directed by the Contracting Officer; and (3) Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on theater-specific policies and procedures. (g) Personnel data. (1) The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system, at to enter and maintain the data. (2) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designated to receive this data card. (h) Contractor personnel.

62 Page 61 of 76 (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause. (2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or who need to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting Officer upon request. The plan shall-- (i) Identify all personnel who are subject to military mobilization; (ii) Detail how the position would be filled if the individual were mobilized; and (iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential. (3) Contractor personnel shall report to the Combatant Commander or a designee, or through other channels such as the military police, a judge advocate, or an inspector general, any suspected or alleged conduct for which there is credible information that such conduct-- (i) Constitutes violation of the law of war; or (ii) Occurred during any other military operations and would constitute a violation of the law of war if it occurred during an armed conflict. (i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, Contractor personnel must-- (i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and (ii) Carry the written authorization with them at all times. (2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment. (3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety and security of Contractor personnel. (4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting Officer. (j) Weapons. (1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction , paragraph or, if the contract is for security services, paragraph The Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed. (2) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons--

63 Page 62 of 76 (i) The Contracting Officer may authorize the Contractor to issue Contractor-owned weapons and ammunition to specified employees; or (ii) The Contracting Officer's Representative may issue Government-furnished weapons and ammunition to the Contractor for issuance to specified Contractor employees. (3) The Contractor shall ensure that its personnel who are authorized to carry weapons-- (i) Are adequately trained to carry and use them-- (A) Safely; (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and (C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law; (ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and (iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition. (4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon. (5) Upon redeployment or revocation by the Combatant Commander of the Contractor's authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer. (k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the designated operational area. (l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational area whose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer. (m) Evacuation. (1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the extent available, to United States and third country national Contractor personnel. (2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract. (n) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted. (2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive E, Personnel Recovery in the Department of Defense.

64 Page 63 of 76 (o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces will be handled in accordance with DoD Directive , Mortuary Affairs Policy. (p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract. (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in-- (1) Contingency operations; (2) Humanitarian or peacekeeping operations; or (3) Other military operations or military exercises, when designated by the Combatant Commander. (End of clause) ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a nontransitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government.

65 Page 64 of 76 (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT, commercial phone (End of clause) ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) (a) Definitions. As used in this clause (1) Contract financing payment and invoice payment have the meanings given in section of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, , and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) Receiving report means the data required by the clause at , Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at (c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

66 Page 65 of 76 (End of clause) KSCR1-8 CONTRACT DELIVERY, TRANSPORTATION AND CUSTOMS REQUIREMENTS (AUG 2010) (a) CONTRACTOR DELIVERY LOCATION:,., KUWAIT (b) POINT OF CONTACT RESPONSIBLE FOR INSPECTION AND ACCEPTANCE: NAME: MAJ CHRISTOPHER GUILMETTE PHONE NO: (c) FINAL DELIVERY DESTINATION:,., KUWAIT (d) POINT OF CONTACT AT FINAL DESTINATION: NAME: MAJ CHRISTOPHER GUILMETTE PHONE NO. (e) SHIPPING METHOD: Shipments arriving by express couriers DHL, FedEx, or UPS are processed using AK Form, prepared by the express courier and given to the customer for signature. The signed form is then brought to the HNAC office for clearance through the KGAC. No AWB is required, only the signed AK form. (f) KUWAIT CUSTOMS CLEARANCE: Required to ensure smooth transfer of goods between the U.S. Army in Kuwait and the General Administration of Customs (KGAC) of the State of Kuwait under the Defense Cooperation Agreement (DCA). Customs procedures will address import and export of all cargo to and from the U.S. Army, Navy, Air Force and Marines by Air, Land or Sea. CUSTOMS POINT OF CONTACTS: DHA Customs Office Bldg 216 room 104 Camp Arifjan-Kuwait Office: DSN or 5978 (g) Custom Exempt Contract: The Contractor shall furnish to the Contracting Officer, just prior to completion of this contract, a consolidated inventory of all excess supplies, materials, and equipment imported duty free for use under this contract. The Contractor shall either pay required duties on the excesses, re-export the excesses, or the excesses shall become the property of the Government. (h) Contractor Transportation: All materials and equipment which are not to be incorporated into the project, such as office trailers, cranes, metal forms, etc., may be shipped free of duty, if the following actions are taken: (1) Shipments of Materials: All shipments of materials into the country for use in performance of work under this contract and supplies or services necessary for support of the Contractor's personnel shall be addressed to the

67 Page 66 of 76 shipping address furnished to the Contractor by the Contracting Officer. Address will be furnished upon request by the Contractor. (2) Contractor's Responsibilities: The Contractor shall be responsible for all customs clearance actions. All necessary arrangements, clearance procedures, and coordination with the Host Government customs, shall be solely the responsibility of the Contractor. The Contractor shall submit to the Contracting Officer, with a cover letter, information copies of the shipping documents for the shipment(s) involved. As a minimum, the following shall be included as enclosures, with the cover letter to the Contracting Officer in three (3) copies: (i) Invoice. (Include a copy in Arabic) (ii) Bill of Lading. (iii)certificate of Origin. (iv) Statement on the cover letter as to Port of Customs Clearance, estimated arrival date, general description of the shipment, quantity and the name of the carrier. (v) Serial number or model number of shipment items. (3) Physical Handling of Materials: The Contractor shall be responsible for performance of all loading, unloading, transportation or other physical handling of materials as may be required, including all movement from carrier unloading site to delivery at the job site and all movement required at the customs area. (End of Clause) KSCR1-13 INSTALLATION SECURITY/ACCESS/BADGING REQUIREMENTS (AUG 2010) (a) Badging and access requirements for Army Posts in Kuwait will require coordination with the Contracting Officer or the Contracting Officer Representative (COR) responsible for contract oversight at applicable location. (1) To obtain entry to Camp Arifjan, Contractors must contact the Badging Office at for forms, procedures and instructions. (2) New passes are obtained at ECP 1 (TCN Gate) on Camp Arifjan. Renewals and upgrades are handled at the Provost Marshal Office Bldg 159 located on Camp Arifjan. The ECP 1 Badging Office provides support from 0700 to 1600 and 1900 to 0400 Daily. (b) Contractors are advised that badging for citizens/residents of certain countries is restricted or unavailable. Contractors must contact the Badging Office to obtain a list of restricted countries and any applicable waiver processes. (c) Contractor shall adhere to all Physical Security requirements for all areas of performance under this contract IAW Army Regulation 190 series. The Contractor shall comply with the ASG-KU Commands directed vetting/badging policies for all personnel. (d) Special Instructions for Compound Pass access procedures per ASG-KU-PMO: The contractor shall obtain temporary installation access passes through the Contracting Officer or the Contracting Officer's Representative (COR). The contractor shall allow a minimum of 5 working days to process passes through the Pass and ID section. To obtain temporary passes; the contractor must submit a copy of the Civil ID with a level 18 working code for each worker, a copy of the workers' passport showing the Kuwait visa, and a completed Pass Request Form. The above-mentioned form can be obtained at the Pass and ID Section. Additionally, the contractor must identify all the workers' sponsors and have an individual letter for each applicant from their sponsor authorizing their employees to work for the contractor and accepting responsibility. It is the responsibility of the Contractor to screen employees for countries of concern. Citizens of the countries below are prohibited access to the

68 Page 67 of 76 installation unless granted an exception by the ASG-KU Commander. For each exception to policy, a name-check with the U.S. Embassy and a Kuwait KMOD/KMOI Background Investigation will be conducted and kept on file at the ASG-KU PMO Installation Access Office. (1) Cuba (2) Iran (3) Iraq (4) Libya (5) Democratic People's Republic of Korea (6) Sudan (7) Syria Citizens of the countries listed below are permitted to apply for installation access; however a name-check with the U.S. Embassy must be conducted in addition to the routine KMOD/KMOI Background Investigation. (1) Russia (2) People's Republic of China (3) Socialist Republic of Vietnam (End of Clause) KSCR1-15 PREVENTION OF SEXUAL HARASSMENT TRAINING (AUG 2010) (a) Definitions. As used in this policy Sexual Assault means A crime defined as intentional sexual contact, characterized by use of force, physical threat or abuse of authority or when the victim does not or cannot consent. Sexual assault includes rape, nonconsensual sodomy (oral or anal sex), indecent assault (unwanted, inappropriate sexual contact or fondling), or attempts to commit these acts. Sexual assault can occur without regard to gender or spousal relationship or age of victim. Consent will not be deemed or construed to mean the failure by the victim to offer physical resistance. Consent is not given when a person uses force, threat of force, or coercion or when the victim is asleep, incapacitated, or unconscious. Sexual Harassment means Gender discrimination that involves unwelcomed sexual advances, requests for sexual favors and other verbal or physical conduct of a sexual nature between the same or opposite sex genders when such conduct has the purpose or effect of unreasonably interfering with an individual s work performance or creates an intimidating, hostile, or offensive working environment. Categories of sexual harassment are: (1) Verbal Examples include telling sexual jokes; using sexually explicit profanity, threats, sexually oriented cadences, or sexual comments; whistling in a sexually suggestive manner; and describing certain attributes of one s physical appearance in a sexual manner. (2) Nonverbal Examples include staring at someone, blowing kisses, winking, or licking one s lips in a suggestive manner. The term may also include printed material (for example, displaying sexually oriented pictures or cartoons); using sexually oriented screen savers on one s computer; or sending sexually oriented notes, letters, faxes or . (3) Physical Contact Examples include touching, patting, pinching, bumping, grabbing, cornering, or blocking a passageway; kissing; and providing unsolicited back or neck rubs. (b) Policy. The Department of Defense has adopted a policy to prevent sexual assault and sexual harassment.

69 Page 68 of 76 (c) Contractors and contractor employees in the Army Central Command (ARCENT) Area of Responsibility (AOR) shall not (1) Commit acts of sexual assault against any person on any camp, post, installation, or other United States enclave within the ARCENT AOR; or (2) Sexually harass any person on any camp, post, installation, or other United States enclave within the ARCENT AOR. (d) Contractor requirements. The Contractor shall (1) Notify its employees of: (i) The Department of Defenses policy described in paragraph (b); and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b); and (3) Annually train all employees to prevent sexual assault and sexual harassment. This training must, at a minimum, ensure that all contractor employees understanding the definitions outlined in paragraph (a) and the policy in paragraph (b). Each employee s compliance with this training requirement shall be reported to the Contracting Officer s Representative prior to the employee being allowed access to the worksite. (e) Notification. The Contractor shall inform the Contracting Officer immediately of (1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this policy. (f) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), or (f) of this policy 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; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (g) Subcontracts. The Contractor shall include the substance of this policy, including this paragraph (g), in all subcontracts. (h) Mitigating Factor. The Contracting Officer may consider whether the Contactor had a Sexual Assault Prevention and Response training program at the time of the violation as a mitigating factor when determining remedies.

70 Additional information about Sexual Assault Prevention and Response training programs can be found at the Department of Defense Sexual Assault Prevention and Response Home Page, (End of Clause) Page 69 of 76 KSCR1-16 PAYMENT IN LOCAL CURRENCY (AUG 2010) Currency: Payments made against this contract will be paid in local currency (Kuwait Dinar) and will not be paid in U.S. currency (dollars). Payments shall be made via Electronic Funds Transfer (EFT), unless circumstances beyond a contractor s control prevent this. (End of Clause) KSCR1-17 SPONSORSHIP REQUIREMENTS (AUG 2010) Sponsorship: The Contractor shall obtain local sponsorship as required for all personnel for the purpose of providing in-country legal representation, work visas and resolution of other personal business or domestic matters, in compliance with host nation labor laws. Passports, Visa and Customs: The Contractor is responsible for identifying and obtaining all passports, visas, or other documents necessary to enter and/or exit any areas necessary for performance. All Contractor employees shall be subject to the customs, processing procedures, laws, and duties of Kuwait, and the procedures, laws, and duties of the United States upon re-entry. Contractors are required to register all personnel with the appropriate U.S. Embassy or Consulate. (End of Clause) KSCR1-18 CONTRACTOR MANPOWER REPORTING (AUG 2010) Contractor Manpower Reporting: 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 is required to completely fill in all the information in the format using the following web address The required information includes: (1) Contracting Office, Contracting Officer, Administrative Contracting Officer; (2) Contract Number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, address, identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars (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 collections cost;

71 Page 70 of 76 (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 subcontractor perform the work (specified by zip code in the United States or 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 during this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each calendar year. Contractors may use a direct XML data transfer to the data base server or fill in the fields on the website. The XML direct transfer us a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The Contractor shall NOT mark any data provided to the USG under this contract as proprietary; this includes records, files, memoranda, reports, listings, SOPs, plans, programs, studies, tests, property listings, etc., or any other data acquired or produced by the Contractor in support of this contract. Further, IAW with DFARS , the Government shall have unlimited rights to all technical data produced or obtained by the Contractor under the terms of this contract. As such, the Contractor shall not place proprietary markings on any documents to which the Government has unlimited rights. (End of Clause) KSCR1-19 SPECIAL REQUIREMENTS FOR CONSTRUCTION AND FACILITY ASSOCIATED WORK ON MILITARY INSTALLATIONS IN KUWAIT (AUG 2010) Contractor Liaison with Host Government: All communication by the Contractor with all officials, Representatives and/or offices of the Host Government in all matters pertaining to the design or construction of this contract, shall be through and in full liaison with the Contracting Officer. This does not relinquish Contractor responsibility for obtaining routine items to conduct day to-day business, such as visas, permits, and custom clearances. Kuwait Ministry of Defense (KMOD) Letter of Authorization: An offeror must provide a copy of the offeror s KMOD construction authorization letter stamped by the Military Engineering Projects Office along with an original certified English translation. If the KMOD construction authorization letter being submitted is due for renewal within 30 days of proposal submission, the offeror involved should describe the procedure by which it intends to obtain renewal of that authorization letter. Use of Existing Roads as Haul Routes: The Contractor shall be responsible for coordinating with the Host Nation Government and the base authorities for use of any existing roads as haul routes. Construction, and routing of new haul roads, and/or upgrading of existing roads to carry anticipated construction traffic shall be coordinated with the Host Nation and Base authorities and is the sole responsibility of the Contractor. Compliance with Kuwait Rules and Customs for Access to Restricted Areas within Kuwait: The laws of Host Country may prohibit access to certain areas of the country which are under military control. The Contractor shall furnish the Contracting Officer the names of personnel, type, and amounts of equipment, dates and length of time required at the site, and the purpose of entering the host country. It is understood that areas to which rights of entry are provided by the Host Government are to be used only for work carried out under the contract and no destruction or damages shall be caused, except through normal usage, without concurrence of the Host Government. Contractor's Responsibilities: The following items are the sole responsibility of the Contractor to investigate, estimate as to cost, and assume the risk, as normally encountered by Contractors. The Contractor shall be responsible for determining the effect of the following on his own cost of performance of the contract and for including sufficient amount in the contract price:

72 Page 71 of 76 (1) Official language and type of accounts required to satisfy the officials of the Local Government. (2) Entry and exit visas, residence permits, and residence laws applicable to aliens. This includes any special requirements of the Host Government, including those required by local Labor Offices, which the Contractor may have to fulfill before an application for a regular block of visas will be accepted. (3) Passports, health and immunization certificates, and quarantine clearance. (4) Compliance with local labor and insurance laws, including payment of employer's share of contribution, collecting balance from employee and paying into insurance funds. (5) Strikes, demonstrations and work stoppage. (6) Collection through withholding and payment to local Government, of any Host Country income tax on employees subject to tax. (7) Arranging to perform work in the Host Country, to import personnel, to employ non-indigenous labor, to receive payments and to remove such funds from the country. (8) Operating under local laws, practices, customs and controls, and with local unions, in connection with hiring and firing, mandatory wage scales, vacation pay, severance pay, overtime, holiday pay, 7th day of rest, legal notice or pay in lieu thereof for dismissal of employees, slowdown and curtailed schedules during religious holidays and ratio of local labor employed in comparison to others. (9) Possibility of claims in local bureaus, litigation in local courts, or attachment of local bank accounts. (10) Compliance with workmen's compensation laws and contributions into funds. Provisions of necessary medical service for Contractor employees. (11) Special license required by the local Government for setting up and operating any manufacturing plant in the Host Country, e.g. concrete batching, precast concrete, concrete blocks, etc. (12) Sales within the host country of Contractor-owned materials, and equipment. (13) Special licenses for physicians, mechanics, tradesmen, drivers, etc. (14) Identification and/or registration with local police of imported personnel. (15) Stamp tax on documents, payments and payrolls. (16) Base passes for permanent staff, day laborers, motor vehicles, etc. (17) Compliance with all customs and import rules, regulations and restrictions, including, but not limited to, local purchase requirements. Local Standards: Design and installation of systems shall comply with applicable local Kuwait Ministry and Military Engineering Projects (MEP) standards and regulations. Conflicts between criteria and local standards shall be brought to the attention of the Contracting Officer for resolution. In such instances, the Contractor shall furnish all available information with justification to the Contracting Officer. Applicable Publications and Standards: All of the electrical installation shall be in accordance with the requirements of (Kuwait) Ministry of Electricity and Water (MEW) R-1 and S-1. Equipment and installation items not covered by these standards shall meet the other applicable US standards below. Conflicts with local codes or standards shall be brought to the attention of the Contracting Officer for resolution. Where specific U.S. standards are listed, equivalent internationally recognized standards, such as BS, DIN or IEC, may be substituted after written approval of the Contracting Officer. It is the responsibility of the Contractor to provide data demonstrating that the proposed standard is equivalent. The use of the latest published standard is acceptable in lieu of the standard listed. Ministry of Electricity and Water (MEW) R-1:Regulations for Electrical Installations (latest issue) Ministry of Electricity and Water (MEW) S-1:General Specification for Electrical Installation (latest issue) NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 70 (2008) National Electrical Code Kuwait MEW (Ministry of Electricity & Water) R1 & S1 regulations BRITISH STANDARDS INSTITUTE BS (Jan 1995, Amd 1) 13 A Plugs, socket-outlets & adapters- Specifications for 13 A switched and unswitched socket-outlets BS 7671 (1997, Amd 2) Requirements for Electrical Installations INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) Std C2 (2002) National Electrical Safety Code IEEE Std 141 (1993) Electric Power Distribution for Industrial Plants IEEE Std 493 (1997) Design of Reliable Industrial and Commercial Power Systems

73 Page 72 of 76 INTERNATIONAL ELECTRO-TECHNICAL COMMISSION (IEC) IEC ( , Ed. 2.1) Degrees of Protection Provided by Enclosures (IP Code) NFPA 101 (2003) Life Safety Code U.S. ARMY TECHNICAL MANUALS,TM (1995) Electrical Power Supply and Distribution IEC ( ) Safety of power transformers, power supply units and similar Part 2.5: Particular requirements for shaver transformers and shaver supply units. Electrical and Structural Building Standards for Construction Projects at Military Bases in Kuwait: (a) The standards set forth herein are the minimum requirements for the contract. These standards must be followed unless a more stringent standard is specifically included. In such case the most stringent standard shall be required for contract acceptance. (b) The contractor, in coordination with the Contracting Officer, the ASG Department of Public Works (DPW) and the requiring activity shall evaluate, upgrade, build, and/or refurbish buildings (to include tents) to a safe and livable condition. This work may include refurbishment, construction, alterations, and upgrades. All work shall be in accordance with accepted standards of quality. All electrical components and wiring shall conform to Kuwait Ministry of Electricity and Water (MEW) standards as well as U.S. National Electric Code (NEC). (c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet: (1) The minimum requirements of United States National Fire Protection Association (NFPA) 70, (2) 2008 National Electrical Code (NEC), (3) American National Standards Institute (ANSI) C2, and (4) United States National Electrical Safety Code (NESC). (d) These standards must be met when it is reasonable to do so with available materials. When conditions dictate deviation, then provisions within the International Electrical Code (IEC) or British Standard (BS 7671) shall be followed. Any deviations from the above necessary to reflect market conditions, shall receive prior written approval from a qualified engineer and the Contracting Officer. (e) The use of magnetic ballasts in lighting for new construction or replacement of existing magnetic ballasts during refurbishment, alterations, or upgrades with new magnetic ballasts is prohibited. (f) The following internet links provide access to some of these standards: UFC: NFPA 70: NESC: Contractor Health and Safety: (a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms shall be installed and maintained in compliance with these standards and must be properly supported and staffed to ensure perpetual Code compliance, prevent hazards and to quickly correct any hazards to maximize safety of those who use or work at the infrastructure (NEC Table ). Specifically, the use of magnetic ballasts in lighting for new construction or replacement of existing magnetic ballasts during refurbishment, alterations or upgrades with new magnetic ballasts is prohibited. The government has the authority to enter and inspect contractor employee living quarters at any time to ensure the prime contractor is complying with safety compliance standards outlined in the 2008 National Electric Code (NEC). (b) The contractor shall correct all deficiencies within a reasonable amount of time of contractor becoming aware of the deficiency either by notice from the government or a third party, or discovery by the contractor. Further guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link

74 Page 73 of 76 Safety of Facilities, Infrastructure and Equipment for Military Operations: (a) Definition. Discipline Working Group, as used in this clause, means representatives from the DoD Components, as defined in MIL-STD-3007F, who are responsible for the unification and maintenance of the Unified Facilities Criteria (UFC) documents for a particular discipline area. (b) The Contractor shall ensure, consistent with the requirements of the applicable inspection clause in this contract, that the facilities, infrastructure, and equipment acquired, constructed, installed, repaired, maintained, or operated under this contract comply with Unified Facilities Criteria (UFC) for Fire protection; Structural integrity; Electrical systems; Plumbing; Water treatment; Waste disposal; and Telecommunications networks. (c) The Contractor may apply a standard equivalent to or more stringent than UFC upon a written determination of the acceptability of the standard by the Contracting Officer with the concurrence of the relevant Discipline Working Group. (End of Clause) Wide Area Work Flow (WAWF) Vendor Instructions Wide Area Workflow (WAWF) is a Web-based system that allows material receipt and acceptance reports (DD250), Invoices, and other payment-related documents to be created, processed and/or distributed electronically. WAWF has been imposed by the Defense Federal Acquisition Regulation Supplement (DFARS) and is the official repository for all payment requests, acceptance documents, and RFID data input. WAWF can be found at: How to use WAWF Training can be found at: under "WAWF Vendor Getting Started Guide. This publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically. Required Codes for this contract are as follows: CONTRACT NUMBER: DELIVERY ORDER: CAGE CODE: PAY DODAAC: TYPE OF DOCUMENT: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: TO BE DETERMINED N/A TO BE DETERMINED HQ0253 If supply Use Invoice and Receiving Report combo If service Use 2-in-1 W912D1 W912D1

75 Page 74 of 76 MARK FOR CODE: SHIP TO CODE: Notifications After submitting receiving reports and/or invoices, the contractor shall select the Send More Notifications link and enter the additional addresses listed below. Inspector/Acceptor or Contracting Officer Representative (COR) Administering Contracting Officer (if applicable) Contract Specialist DBA APPL & INSTRUCTIONS DBA Application (Upon Award) APPLICATION FOR DEFENSE BASE ACT COVERAGE U.S. Army Contracting Command, SWA-Kuwait (408th) FULL NAME OF INSURED OR COMPANY (as it appears on contract with U.S. Army Contracting Command, SWA-Kuwait): COMPLETE ADDRESS: TELEPHONE NUMBER to include country codes: FAX NUMBER: CONTACT PERSON: COVERAGE EFFECTIVE DATE: COUNTRY OF INCORPORATION: TYPE OF CONTRACT: CONSTRUCTION $4.25/$100 SERVICE X_ $3.50/$100 SECURITY $10.00/$100 AVIATION $17.00/$100 CONTRACT NUMBER: TOTAL LABOR COSTS: (U.S. Dollars Only Example: $10,569.82) 1.

76 Page 75 of (Attach a separate sheet or copy application for more than 3 contracts) BRIEF DESCRIPTION OF WORK TO BE PERFORMED UNDER THIS CONTRACT: CONTRACTING OFFICER: PRINCIPAL COUNTRY IN WHICH CONTRACT WILL BE PERFORMED: Kuwait IS APPLICANT THE PRIMARY CONTRACTOR? If No, PROVIDE NAME OF THE PRIMARY CONTRACTOR: (Please provide a separate estimate for each contract. You may provide an annual estimate, if applicable, or shorter term estimate if contract is less than one year. This estimate is for the overseas portion of the contract only. You will be billed based on your payroll estimate.) DATE: SIGNATURE/TITLE: INSTRUCTIONS FOR COMPLETING THE US ARMY CONTRACTING COMMAND (408th CSB) DEFENSE BASE ACT (DBA) APPLICATION Full Name of Insured or Company and Complete Mailing Address: This is whoever has the contract with Army Contracting Command (ACC)-Kuwait. Generally, it is a company name, but it could be an Independent Consultant, hence asking for the full name of the insured or company. It should be as it is on your contract from ACC-KU/408th (or the contract from the prime contractor if you are a subcontractor). If you are a subcontractor, you would indicate your name and address, not that of the prime contractor. You do not need to list the names of the employees (or consultants, if hired by a company) that are actually going to be doing the work overseas as the policy will be in the name of the contract holder. Telephone Number and Fax Number: Contact Person: This would be the person we send the complete policy and invoice to (generally the person who contacts Rutherford for the coverage, but it may be someone else in your company if so, please be sure they are aware that they will be receiving this policy from Rutherfoord). This should be the address for the contact person. Coverage Effective Date: This is generally the date the contract starts or becomes effective. All initial policies will be open for 1 year from this date, with renewal an option, if needed. If you need to add or increase coverage during the policy period, please indicate a new effective date for the change, as the policy period will remain the same based on the original effective date. Contract Number: This is your specific contract number issued by Army Contracting Command (ACC)- Kuwait. If you are a subcontractor, please indicate the prime contractor s contract number on the application and not your subcontract number. Total Labor Cost: There should be only one (1) figure on the application for labor cost, regardless of how many people are traveling to do the work. Labor costs should be direct salary (plus overseas recruitment incentive, danger/hazard pay, and post differential) but excluding per diem, travel expenses, housing allowance, temporary quarters allowance, education allowance and other miscellaneous post allowance. To calculate, you would take the daily rate of each worker multiplied by the number of working days only and this

77 Page 76 of 76 would equal the Labor Cost. For example, you have 5 people working overseas on the contract for $500 per day, for 15 days. The total labor cost you would indicate on the application would be $37,500. We would then take the $37,500 and multiply it by the rate for the coverage and that would equal the premium we would charge. The current rates as of 4/1/11 are Service $3.50 per $100 of payroll; Construction $4.25 per $100 of payroll; Security $10.00 per $100 of payroll and Aviation $17.00 per $100 of payroll. So, the premium based on the preceding example would be $1,313; $1,594; $3,750 and $6,375, respectively. We round all labor costs and premiums to the nearest whole dollar. You can also include the labor cost for consultants here to be covered under your policy. Please only put your TOTAL LABOR COST on the application, NOT your DBA premium! **Do not include subcontractor s payroll costs in your ACC-KU DBA policy Application. Subcontractors must obtain an ACC-KU DBA policy in their own name. Subcontractors must provide the prime contract number when completing an application.** Brief Description of Work to be performed: Principal Country(ies) in which contract will be performed: Date, Signature and Title: We have an version of our application (a word version document) which can be completed, saved and ed back to the POCs Nikki Houngmany at usace@rutherfoord.com or Sara Payne at Sara.Payne@rutherfoord.com. This method is preferred, and the date, signature and title should also be typed on the application, even if you do not have an electronic signature. One copy returned is all that is needed; you do not need to fax a signed copy or send the original by mail. Notes: Please do not complete and return the application to us if you have not actually been awarded a contract. If you need to know the cost for quoting purposes, please use the example above under payroll to calculate the cost. All of the policies we issue for this coverage are annual (1 year policies); however, we only bill premiums based on the time the workers are overseas. Unless the workers will be overseas for at least 1 year where you can give an annual labor cost, the policy can be endorsed as needed during the policy year for additional trips or new contracts can be added, deleted, etc. at that time. This policy is renewable, if needed, with a renewal sheet being sent to you approximately 1 month prior to your policy expiration. This policy is audited at the end of your policy year, which is basically a worksheet that we will send indicating the contract number(s) and labor cost(s) that are given to us during the year. You would then indicate the actual labor cost for the contract and we would adjust the payrolls accordingly.

78 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) ISSUED BY CODE 09-Nov W912D1 7. ADMINISTERED BY (If other than item 6) CODE US ARMY CONTRACTING COMMAND SWA - KUWAIT ATTN: ROBERT RINALDO (CACI) BLDG T-346 RED BALL EXPRESS RD APO AE See Item 6 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W912D1-13-R-0002 X 9B. DATED (SEE ITEM 11) 28-Oct A. MOD. OF CONTRACT/ORDER NO. CODE 10B. DATED (SEE ITEM 13) FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE SUMMARY OF CHANGES Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) TEL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM BY (Signature of Contracting Officer) 09-Nov-2012 STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

79 0001 Page 2 of 2 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF CONTINUATION SHEET SUPPLIES OR SERVICES AND PRICES CLIN 0031 The CLIN extended description has changed from Computers (Brand Name of Equal) Dell Optiplex 9010 Small Form Factor EPA w/monitor; Monitors: Dell P1913 Widescreen, 19VIS, VGA/DVI, OptiPlex, Precision and Latitude; Windows 7 Professional; 3rd Gen Intel Core # i Processor (3.4GHz, 8M) w/hd4000 Graphics; Boot Hard Drives: 500GB Gb/s SATA with 16MB Data Burst /Cache #; Memory: 8GB DDR3 Non-ECC, 1600MHz; Removable Media Storage Device: 8X Slimline DVD+/-RW; Video card: AMD RADEON HD GB DDR3 DP/DVI; Speakers: Dell AX510 Sound Bar or equal for all Ultra Sharp Flat Panel Displays (Black); Hardware Support Services: 3 Year ProSupport with 3 Year NBD Limited Onsite Service After Remote Diagnosis. to Computers (Brand Name of Equal) Dell Optiplex 9010 Small Form Factor EPA w/monitor; Monitors: Dell P1913 Widescreen, 19VIS, VGA/DVI, OptiPlex, Precision and Latitude; Windows 7 Professional; 3rd Gen Intel Core # i Processor (3.4GHz, 8M) w/hd4000 Graphics; Boot Hard Drives: 500GB Gb/s SATA with 16MB Data Burst /Cache #; Memory: 8GB DDR3 Non-ECC, 1600MHz; Removable Media Storage Device: 8X Slimline DVD+/-RW; Video card: AMD RADEON HD GB DDR3 DP/DVI or equal, native support for up to 4 simultaneous displays; 512MB memory; 533 MHz memory clock; 8.5 GB/s memory bandwidth; Speakers: Dell AX510 Sound Bar or equal; integrated under the monitor; 10 Watt normal output power; Hz response bandwidth; for all Ultra Sharp Flat Panel Displays; (Black); Hardware Support Services: 3 Year ProSupport with 3 Year NBD Limited Onsite Service After Remote Diagnosis.. TABLE OF CONTENTS The below Table of Contents has been added Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit 1 VIDEO WALL 4 (End of Summary of Changes)

80 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) ISSUED BY CODE 13-Nov W912D1 7. ADMINISTERED BY (If other than item 6) CODE US ARMY CONTRACTING COMMAND SWA - KUWAIT ATTN: BRUCE BETHERS (CACI) BLDG T-346 RED BALL EXPRESS RD APO AE See Item 6 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W912D1-13-R-0002 X 9B. DATED (SEE ITEM 11) 28-Oct A. MOD. OF CONTRACT/ORDER NO. CODE 10B. DATED (SEE ITEM 13) FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) 1. The purpose of this Amendment is noted in the Summary of Changes. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) TEL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM BY (Signature of Contracting Officer) 13-Nov-2012 STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

81 0002 Page 2 of 31 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF 30 - BLOCK 14 CONTINUATION PAGE The following have been added by full text: PROPOSAL ADDRESS PROPOSAL SUBMISSION - Contractors are instructed to submit their proposals to the following Address: contractingsolicitat@kuwait.swa.army.mil QUESTIONS & ANSWERS SITE VISIT - Questions & Answers: US-KUWAIT JOC VIDEO WALL W912D1-13-R-0002 NOTE: Questions are preceded by an *. Concern #1: 1- Item CLIN 0010: Twisted Pair Transmitter Mod (HDMI) FFP Twisted Pair Receiver Module, HDCP compliant on digital input, power supplied over twisted pair cable, VAC single phase, Hz, with DVI output (converts twisted pair back to DVI signal for monitors on video wall) (2 Spare) PURCHASE REQUEST NUMBER: * The required item here is a transmitter or receiver? It seems that it is a receiver but please confirm. Answer #1: CLIN 0010 should be titled Twisted Pair Receiver Module as described in the detailed description. Concern #2: 2- Item CLIN 0014: Each video wall processor can receive 32 DVI signals from the matrix switcher. *How many sources will be displayed simultaneously and at which resolution?

82 0002 Page 3 of 31 Please keep in mind that when displaying more sources at one time, then the more frames per second will drop. Example: 5 sources at 1920x1080 resolution will drop the frame rate to 30 fps. Answer #2: The basis of design for the video controller is (Brand name or equal) the Jupiter Catalyst display wall processor which is designed to handle over 32 high resolution inputs. Each display wall processor shall be able to receive sixteen (16) DVI compatible inputs up to resolution. Each display wall processor shall be capable of simultaneously providing sixteen (16) high resolution (output) display channels. Output cards shall have at least 256MB of dedicated graphics memory. Concern #3: 3- Item CLIN 0020: *Is it needed to have the boundary microphone with on/off switch? Answer #3: Yes, the boundary microphones shall include an on/off switch. Concern #4 On Exhibit 1, page 4 of 4. Concerning Figure 5, there are 5 ceiling speakers pictured. The related text states; Ceiling speakers with local On/Off Switch. This will mean on/off switches are for the ground-floor/upper-level speakers. Solicitation has no CLIN for on/off switches. *Will this be the only place for on/off switches? *There is no place to price these on/off switches. *Will anew CLIN will be added for the 5each on/off switches? *And will more on/off switches be needed? Answer #4: An on/off switch is not required. The speakers located outside of the war room will be turned on or off at the amplifier located in the video control room. Ensure that the amplifiers that you are quoting have a means to turn off the corridor speakers. Concern #5: 4- Item CLIN numbers 0021, 0022, and 0023: The RMS power of the speakers is not defined. *Please inform us what the power requirements are for each type of speaker? Answer #5: The revised quantity and description of all speakers is provided below by CLIN number. CLIN 0021: Ceiling speakers shall be 6 Watt speakers. Required quantity has changed to eight (8). Ceiling speakers shall be installed in the Plans Room and VIP Room in the

83 0002 Page 4 of 31 basement level and in the corridors on the ground level where there is a suspended ceiling. The ceiling speakers within the War Room have been eliminated. CLIN 0022: The 8 wall mount speakers shall be 6 Watt speakers and can be either wall or pendant mounted (from ceiling). Required quantity has changed to five (5). Wall or pendant mounted speakers shall be installed where there is no suspended ceiling to include the Fires Room and Break Room on the basement level and the Lobby area of the ground level. CLIN 0023: The 15-inch two-way stage utility speakers have changed to 15-inch, 100 Watt speakers suitable for video wall use. If 15 is not a standard size for this wattage, provide the next larger commercially available size speaker rated for 100 Watts. The quantity required remains at two (2). Concern #6: 5- Item CLIN 0021 shows 12 speakers, CLIN 0022 shows 4 speakers, CLIN 0023 shows 2 speakers. Therefore = 18 total speakers - The total amount of speakers in the Solicitation is 18. However there are 19 (total speakers) indicated in Exhibit 1. *Which we will follow, the RFQ or the Exhibit? (During the site visit, the Major pointed out the amount in each room which equaled to 19, as Exhibit 1 shows). Answer #6: As stated in Answer #5 above, the quantity for CLIN 0021 has changed from twelve (12) to eight (8); the quantity for CLIN 0022 has increased from four (4) to five (5); and the quantity for CLIN 0023 remains unchanged at two (2). The four ceiling speakers shown in the War Room on Figure 2 are no longer required. Concern #7: During the site visit we noticed that some rooms have no false ceiling and the ceiling speakers cannot be installed on the concrete. *Is it possible to suggest the pendant type speakers? Also, in the rooms downstairs, it would be best to use wall mount speakers vs. black can ceiling speakers. REASON; recessed ceiling speakers push the sound downwards. Personnel under the speaker will hear sounds well. Personnel that are away from the speaker will not hear sounds well. Whereas, the wall mount speakers project the sound throughout the room. *Would it be possible to use the items in CLIN #0022 in place of the items in CLIN #0021?

84 0002 Page 5 of 31 Answer #7: The use of either wall mount or pendant type speakers in rooms with no suspended ceilings is allowed. The wall or pendant mounted speakers can be located on the wall between the room and the corridor. The ceiling speakers shown in the War Room in Figure 2 of Exhibit 1 are no longer required. Two wall mounted speakers will be utilized within the War Room at the sides of the video walls. Concern #8: 6- Item CLIN #0039: Triple LCD Monitor Desk Stands *What is the monitor size which will fit on these stands? As there are 10 requested, this means there are 30 monitors to be placed on the stands. The 30 monitors are not listed in the solicitation CLIN lines, nor mentioned in the SOW. *Will these 30 monitors be listed on the Solicitation? *Where will the Triple LCD Monitor Desk Stands be located? (They are not shown on Exhibit 1.) Answer #8: The triple monitor desk stands shall accommodate up to three (3), twenty-one inch (21 ) LCD monitors that will be provided by the Government. These monitors are not the contractor s responsibility. The contractor will deliver the ten (10) triple monitor desk stands to the project site and turn them over to the Government for their use at locations of their choosing. The contractor s responsibility ends upon receipt of the stands by the Government. Concern #9: 7- During the site visit we noticed that some rooms are very far from the control room, the cable length will exceed the extender s capability (nominal 100 m). It is highly recommended to add an extra standalone extender in the middle, between the matrix switcher and the display monitor. *Will an additional standalone extender be added to current CLIN? Answer #9: It is noted that the fires room is approximately 100 meters from the video control room and therefore one additional transmitter module, receiver module and 3 foot DVI-DVI cable are required in order to accommodate the long cable distance. For CLIN 0009 the quantity is changed to twenty-nine (29). For CLIN 0010 the quantity is changed to twenty-nine (29). For CLIN 0013 the quantity is changed to twenty-seven (27). Additional Modifications to CLINs: Modification to CLIN 0033:

85 0002 Page 6 of 31 The description for CLIN 0033 has changed from Audio Amplifier with 70 and 100 Volt Line Output to Dual Channel Amplifier with 70 and 100 Volt Line Outputs. Quantity remains unchanged at one (1). The detailed description for CLIN 0033 shall now read Dual Channel amplifier with 70 and 100 Volt line outputs, 250 Watts per channel. Provide a separate on/off switch for each channel. The dual channel amplifier will use one channel for the speakers located outside of the War Room and one channel for the speakers within the War Room. Modification to CLIN 0034: The quantity required for CLIN 0034 had changed from one (1) to zero (0). Concern #10: The audio component is mixing an audio mixer or DSP. Should one be added or is this equipment GFE? If it is GFE what are the make, model and specifications? Answer #10: This question is unclear and does not reference a CLIN #. The AEC mixer covered by CLIN #019 is for mixing conferencing microphones. The Basis Of Design (BOD) is (brand name or equal) a ClearOne Converge Pro 880. This shall be provided by the contractor and will integrate the boundary microphones and the VTC Codec. Concern #11: The government lists inputs and outputs for the 32x32 matrix. The inputs and outputs don t seem to correlate the rest of the equipment list. Are we to provide what is listed on the CLINs? Answer #11: The input and output cards for the matrix switcher are defined by CLIN #s 002, 003, 004, 005 & 006. Concern #12: The government lists a server and MS exchange. Are we to install this? If so, is there a network design available? Answer #12: The contractor shall install the MS Exchange Server in the half racks that will be installed in the video control room (Room #12 of the War Room). Network cabling between the server and the desktop PCs will be provided by the government. Contractor shall start-up the exchange server and configure MS Outlook service on the 20 desktop computers to be provided. Concern #13: CLIN #031 calls for the provision of 20 computers. Is the contractor to install these?

86 0002 Page 7 of 31 Answer #13: Yes, the contractor is to furnish and install the twenty PCs called for in CLIN #031. Coordinate with the Government for the locations (within the KMOD J3 Building only) to install the PCs. All network cabling is to be provided by the Government. Question #14: Will the computers be an input into to AV matrix? If so, is a local monitor output required? If so, should a DA to allow for two outputs be added to the equipment list? Answer #14: Each PC that is to be connected to the matrix switch will be provided with a transmitter module (CLIN #0007) that will be installed between the PC local monitor ouput and the local monitor. SECTION SF CONTINUATION SHEET SUPPLIES OR SERVICES AND PRICES CLIN 0009 The pricing detail quantity has increased by 1.00 from to CLIN 0010 The pricing detail quantity has increased by 1.00 from to CLIN 0013 The pricing detail quantity has increased by 1.00 from to CLIN 0014 The CLIN extended description has changed from Display Wall Processor (large, minimum of 16 displays), 16 DVI OUT, 32 DVI IN, an HDCP-compliant, card frame-based video wall processor with eight slots for input and output cards to Display Wall Processor (large, minimum of 16 displays), 16 DVI OUT, 16 DVI IN, an HDCP-compliant, card frame-based video wall processor with eight slots for input and output cards. CLIN 0020 The CLIN extended description has changed from Boundary Microphones to Boundary Microphoneswith on/off switch. CLIN 0021 The CLIN description has changed from Ceiling Speakers with 8# Back Can to Ceiling Speakers.

87 0002 Page 8 of 31 The CLIN extended description has changed from Ceiling Speakers with 8# Back Can and 70/100 V Transformer to Ceiling Speakers with 8 # Back Can, 6 Watt "with 8" Black Can, 6 Watt.. The pricing detail quantity has decreased by 4.00 from to CLIN 0022 The CLIN description has changed from 8" Wall Mount Speaker to 8" Wall or Pendant Mounted Speaker. The CLIN extended description has changed from 8" Wall Mount Speakers with transformer (for first floor corridor) to 8" Wall or Pendant Mounted Speakers, 6 Watt.. The pricing detail quantity has increased by 1.00 from 4.00 to CLIN 0023 The CLIN description has changed from 15" Two-way Stage Utility Speakers to 15" Wall Mount Speakers, 100 Watt. The CLIN extended description has changed from 15" Two-way Stage Utility Speakers to 15" Wall Mount Speakers, 100 Watt. CLIN 0033 The CLIN description has changed from Audio Amplifier with 70 and 100 Volt to Dual Channel Amplifier. The CLIN extended description has changed from Audio Amplifier with 70 and 100 Volt line output, 200 Watt to Dual Channel Amplifier, 250 Watts per Channel. CLIN 0034 The pricing detail quantity has decreased by 1.00 from 1.00 to DELIVERIES AND PERFORMANCE The following Delivery Schedule item for CLIN 0001 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

88 0002 Page 9 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0002 has been changed from: 45 dys. ADC 7 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0003 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

89 0002 Page 10 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0004 has been changed from: 45 dys. ADC 7 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0005 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

90 0002 Page 11 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0006 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0007 has been changed from: 45 dys. ADC 27 ASG-KU S6 To:

91 0002 Page 12 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0008 has been changed from: 45 dys. ADC 27 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0009 has been changed from: 45 dys. ADC 28 ASG-KU S6 To:

92 0002 Page 13 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0010 has been changed from: 45 dys. ADC 28 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0011 has been changed from: 45 dys. ADC 5 ASG-KU S6 To:

93 0002 Page 14 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0012 has been changed from: 45 dys. ADC 50 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0013 has been changed from: 45 dys. ADC 26 ASG-KU S6 To:

94 0002 Page 15 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0014 has been changed from: 45 dys. ADC 2 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0015 has been changed from: 45 dys. ADC 24 ASG-KU S6 To:

95 0002 Page 16 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0016 has been changed from: 45 dys. ADC 2 ASG-KU S6 To: 07-JAN ASG-KU S6 The following Delivery Schedule item for CLIN 0017 has been changed from: 45 dys. ADC 2 ASG-KU S6 To:

96 0002 Page 17 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0018 has been changed from: 45 dys. ADC 28 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0019 has been changed from: 45 dys. ADC 2 ASG-KU S6 To:

97 0002 Page 18 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0020 has been changed from: 45 dys. ADC 6 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0021 has been changed from: 45 dys. ADC 12 ASG-KU S6 To:

98 0002 Page 19 of JAN ASG-KU S6 The following Delivery Schedule item for CLIN 0022 has been changed from: 45 dys. ADC 4 ASG-KU S6 To: 07-JAN ASG-KU S6 The following Delivery Schedule item for CLIN 0023 has been changed from: 45 dys. ADC 2 ASG-KU S6 To:

99 0002 Page 20 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0024 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0025 has been changed from: 45 dys. ADC 2 ASG-KU S6 To:

100 0002 Page 21 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0026 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0027 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

101 0002 Page 22 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0028 has been changed from: 45 dys. ADC 2 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0029 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

102 0002 Page 23 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0030 has been changed from: 45 dys. ADC 4 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0031 has been changed from: 45 dys. ADC 20 ASG-KU S6 To:

103 0002 Page 24 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0032 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0033 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

104 0002 Page 25 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0034 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0035 has been changed from: 45 dys. ADC 3 ASG-KU S6 To:

105 0002 Page 26 of JAN ASG-KU S6 The following Delivery Schedule item for CLIN 0036 has been changed from: 45 dys. ADC 2 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0037 has been changed from: 45 dys. ADC 2 ASG-KU S6 To:

106 0002 Page 27 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0038 has been changed from: 45 dys. ADC 2 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0039 has been changed from: 45 dys. ADC 10 ASG-KU S6 To:

107 0002 Page 28 of JAN ASG-KU S6 The following Delivery Schedule item for CLIN 0040 has been changed from: 45 dys. ADC 6 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0041 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

108 0002 Page 29 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0042 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0043 has been changed from: 30 dys. ADC 1 ASG-KU S6 To:

109 0002 Page 30 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0044 has been changed from: 45 dys. ADC 1 ASG-KU S6 To: 30-DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0045 has been changed from: 45 dys. ADC 1 ASG-KU S6 To:

110 0002 Page 31 of DEC ASG-KU S6 The following Delivery Schedule item for CLIN 0046 has been changed from: 45 dys. ADC ASG-KU S6 To: 30-DEC-2012 ASG-KU S6 (End of Summary of Changes)

111

112

113 Questions & comments: US-KUWAIT JOC VIDEO WALL W912D1-13-R-0002 NOTE: Questions are preceded by an *. Concern #1: 1- Item CLIN 0010: Twisted Pair Transmitter Mod (HDMI) FFP Twisted Pair Receiver Module, HDCP compliant on digital input, power supplied over twisted pair cable, VAC single phase, Hz, with DVI output (converts twisted pair back to DVI signal for monitors on video wall) (2 Spare) PURCHASE REQUEST NUMBER: * The required item here is a transmitter or receiver? It seems that it is a receiver but please confirm. Answer #1: CLIN 0010 should be titled Twisted Pair Receiver Module as described in the detailed description. Concern #2: 2- Item CLIN 0014: Each video wall processor can receive 32 DVI signals from the matrix switcher. *How many sources will be displayed simultaneously and at which resolution? Please keep in mind that when displaying more sources at one time, then the more frames per second will drop. Example: 5 sources at 1920x1080 resolution will drop the frame rate to 30 fps. Answer #2: The basis of design for the video controller is (Brand name or equal) the Jupiter Catalyst display wall processor which is designed to handle over 32 high resolution inputs. Each display wall processor shall be able to receive sixteen (16) DVI compatible inputs up to resolution. Each display wall processor shall be capable of simultaneously providing sixteen (16) high resolution (output) display channels. Output cards shall have at least 256MB of dedicated graphics memory. Concern #3: 3- Item CLIN 0020: *Is it needed to have the boundary microphone with on/off switch? Answer #3: Yes, the boundary microphones shall include an on/off switch.

114 Concern #4 On Exhibit 1, page 4 of 4. Concerning Figure 5, there are 5 ceiling speakers pictured. The related text states; Ceiling speakers with local On/Off Switch. This will mean on/off switches are for the ground-floor/upper-level speakers. Solicitation has no CLIN for on/off switches. *Will this be the only place for on/off switches? *There is no place to price these on/off switches. *Will anew CLIN will be added for the 5each on/off switches? *And will more on/off switches be needed? Answer #4: An on/off switch is not required. The speakers located outside of the war room will be turned on or off at the amplifier located in the video control room. Ensure that the amplifiers that you are quoting have a means to turn off the corridor speakers. Concern #5: 4- Item CLIN numbers 0021, 0022, and 0023: The RMS power of the speakers is not defined. *Please inform us what the power requirements are for each type of speaker? Answer #5: The revised quantity and description of all speakers is provided below by CLIN number. CLIN 0021: Ceiling speakers shall be 6 Watt speakers. Required quantity has changed to eight (8). Ceiling speakers shall be installed in the Plans Room and VIP Room in the basement level and in the corridors on the ground level where there is a suspended ceiling. The ceiling speakers within the War Room have been eliminated. CLIN 0022: The 8 wall mount speakers shall be 6 Watt speakers and can be either wall or pendant mounted (from ceiling). Required quantity has changed to five (5). Wall or pendant mounted speakers shall be installed where there is no suspended ceiling to include the Fires Room and Break Room on the basement level and the Lobby area of the ground level. CLIN 0023: The 15-inch two-way stage utility speakers have changed to 15-inch, 100 Watt speakers suitable for video wall use. If 15 is not a standard size for this wattage, provide the next larger commercially available size speaker rated for 100 Watts. The quantity required remains at two (2). Concern #6: 5- Item CLIN 0021 shows 12 speakers, CLIN 0022 shows 4 speakers, CLIN 0023 shows 2 speakers. Therefore = 18 total speakers - The total amount of speakers in the Solicitation is 18. However there are 19 (total speakers) indicated in Exhibit 1. *Which we will follow, the RFQ or the Exhibit?

115 (During the site visit, the Major pointed out the amount in each room which equaled to 19, as Exhibit 1 shows). Answer #6: As stated in Answer #5 above, the quantity for CLIN 0021 has changed from twelve (12) to eight (8); the quantity for CLIN 0022 has increased from four (4) to five (5); and the quantity for CLIN 0023 remains unchanged at two (2). The four ceiling speakers shown in the War Room on Figure 2 are no longer required. Concern #7: During the site visit we noticed that some rooms have no false ceiling and the ceiling speakers cannot be installed on the concrete. *Is it possible to suggest the pendant type speakers? Also, in the rooms downstairs, it would be best to use wall mount speakers vs. black can ceiling speakers. REASON; recessed ceiling speakers push the sound downwards. Personnel under the speaker will hear sounds well. Personnel that are away from the speaker will not hear sounds well. Whereas, the wall mount speakers project the sound throughout the room. *Would it be possible to use the items in CLIN #0022 in place of the items in CLIN #0021? Answer #7: The use of either wall mount or pendant type speakers in rooms with no suspended ceilings is allowed. The wall or pendant mounted speakers can be located on the wall between the room and the corridor. The ceiling speakers shown in the War Room in Figure 2 of Exhibit 1 are no longer required. Two wall mounted speakers will be utilized within the War Room at the sides of the video walls. Concern #8: 6- Item CLIN #0039: Triple LCD Monitor Desk Stands *What is the monitor size which will fit on these stands? As there are 10 requested, this means there are 30 monitors to be placed on the stands. The 30 monitors are not listed in the solicitation CLIN lines, nor mentioned in the SOW. *Will these 30 monitors be listed on the Solicitation? *Where will the Triple LCD Monitor Desk Stands be located? (They are not shown on Exhibit 1.) Answer #8: The triple monitor desk stands shall accommodate up to three (3), twenty-one inch (21 ) LCD monitors that will be provided by the Government. These monitors are not the contractor s responsibility. The contractor will deliver the ten (10) triple monitor desk stands to the project site and turn them over to the Government for their use at locations of their choosing. The contractor s responsibility ends upon receipt of the stands by the Government.

116 Concern #9: 7- During the site visit we noticed that some rooms are very far from the control room, the cable length will exceed the extender s capability (nominal 100 m). It is highly recommended to add an extra standalone extender in the middle, between the matrix switcher and the display monitor. *Will an additional standalone extender be added to current CLIN? Answer #9: It is noted that the fires room is approximately 100 meters from the video control room and therefore one additional transmitter module, receiver module and 3 foot DVI-DVI cable are required in order to accommodate the long cable distance. For CLIN 0009 the quantity is changed to twenty-nine (29). For CLIN 0010 the quantity is changed to twenty-nine (29). For CLIN 0013 the quantity is changed to twenty-seven (27). Additional Modifications: Modification #1 CLIN 0033: The description for CLIN 0033 has changed from Audio Amplifier with 70 and 100 Volt Line Output to Dual Channel Amplifier with 70 and 100 Volt Line Outputs. Quantity remains unchanged at one (1). The detailed description for CLIN 0033 shall now read Dual Channel amplifier with 70 and 100 Volt line outputs, 250 Watts per channel. Provide a separate on/off switch for each channel. The dual channel amplifier will use one channel for the speakers located outside of the War Room and one channel for the speakers within the War Room. Modification #2 CLIN 0034: The quantity required for CLIN 0034 had changed from one (1) to zero (0) Nothing Else Follows

117 EXHIBIT 1 Figure 1 Partial Elevation of Video Walls Figure 2 Partial Floor Plan of the War Room RFQ: US-KUWAIT JOINT OPERATIONS CENTER VIDEO WALL Page 1 of 4

118 EXHIBIT 1 Figure 3 Video Wall Block Diagram RFQ: US-KUWAIT JOINT OPERATIONS CENTER VIDEO WALL Page 2 of 4

119 EXHIBIT 1 Figure 4 Basement Equipment Plan RFQ: US-KUWAIT JOINT OPERATIONS CENTER VIDEO WALL Page 3 of 4

120 EXHIBIT 1 Figure 5 Ground Floor Equipment Plan RFQ: US-KUWAIT JOINT OPERATIONS CENTER VIDEO WALL Page 4 of 4

121

122

Request for Quotation

Request for Quotation Request for Quotation Afghanistan University Support & Workforce Development Program (USWDP) Provision of IT Equipment for USWDP Offices RFQ Number 003690 Issue Date February 8, 2018 Close Date February

More information

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-05-A-5180 25-Aug-2009 7. FOR SOLICITATION

More information

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISSUED BY ISABELLA COUNTY BOARD OF COMMISSIONERS ISSUE DATE: February 4, 2008 ISABELLA COUNTY REQUEST FOR PROPOSALS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015 Request for Proposal Purchase of New Mobile Trailer Climbing Wall No. 2016-002 November 23, 2015 1 Contents Price Proposal-----------------------------------------------------------------------------------------------------3

More information

SEE SCHEDULE 10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

SEE SCHEDULE 10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER GS-03F-PM001 26-Sep-2014 HDEC05-14-F-0010 7. FOR

More information

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity City of Hays Request for Proposal Wastewater Treatment Plant Fiber Connectivity Date of Issue: 3-15-2016 Proposal Due Date: 4-12-2016 CITY OF HAYS, KANSAS CITY CONTRACTS This contract is subject to the

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015 THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015 THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS

More information

Deadline for bid submissions: 9:00 a.m. CST, Monday, September 10, INTRODUCTION

Deadline for bid submissions: 9:00 a.m. CST, Monday, September 10, INTRODUCTION August 21, 2018 Deadline for bid submissions: 9:00 a.m. CST, Monday, September 10, 2018. INTRODUCTION Colby Community College will replace 75 HP Prodesk Mini G3 Desktops, 75 HP Probook 450 G5 Laptops,

More information

1:1 Computer RFP School Year Harrison School District Two

1:1 Computer RFP School Year Harrison School District Two 1:1 Computer RFP School Year 2018-2019 Harrison School District Two 1060 Harrison Road Colorado Springs, CO 80905 Email: rfp@hsd2.org Supervisor of Technology: Mike Peterson Bids DUE DATE: February 25

More information

Request for Quotation (RFQ) Solicitation Overview

Request for Quotation (RFQ) Solicitation Overview Request for Quotation (RFQ) Solicitation Overview Issuance Date: Sep. 25 th 2017 Reference Number: RFQ-894-2017-026 Activity Title: Provision of Internet Equipment and Subscription within South Sudan Determination

More information

REQUEST FOR PROPOSAL INSTRUCTOR AUDIO-VISUAL PODIUMS FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P06

REQUEST FOR PROPOSAL INSTRUCTOR AUDIO-VISUAL PODIUMS FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P06 REQUEST FOR PROPOSAL INSTRUCTOR AUDIO-VISUAL PODIUMS FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P06 Illinois Valley Community College District No. 513 (the College) is accepting sealed proposals

More information

REQUEST FOR PROPOSAL NUMBER: TE1075

REQUEST FOR PROPOSAL NUMBER: TE1075 DEPARTMENT OF TECHNOLOGY 7703 NW BARRY ROAD KANSAS CITY, MO 64153 Phone: 816-359-6858 Email: RFP_Tech@parkhill.k12.mo.us REQUEST FOR PROPOSAL NUMBER: TE1075 The Park Hill School District, Department of

More information

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655 Request for Proposals 2018 2019 School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655 Notice to Bidders Notice is hereby given to interested bidders that the Lafayette

More information

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: NORWALK PUBLIC SCHOOLS Central Office 125 East Avenue Norwalk, Connecticut 06852-6001 Replacement of Public

More information

Ontario School District 8C

Ontario School District 8C Ontario School District 8C Request for Proposals: Content Management System 195 SW 3 rd Ave Ontario, Oregon 97914 Tel: 541-889-5374 Fax: 541-889-8553 tstephan@ontario.k12.or.us Bidding Window Opens: April

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Request for Proposal for Prosecutors Office Case Management Software ISSUED BY: Jefferson County Prosecuting Attorney P.O. Box 729 120 S. George Street Charles Town, WV 25414 Date

More information

CITY OF ROSWELL REQUEST FOR PROPOSALS RFP NUMBER C MOBILE DATA TERMINALS/RUGGEDIZED LAPTOPS

CITY OF ROSWELL REQUEST FOR PROPOSALS RFP NUMBER C MOBILE DATA TERMINALS/RUGGEDIZED LAPTOPS CITY OF ROSWELL REQUEST FOR PROPOSALS RFP NUMBER 13-015-C MOBILE DATA TERMINALS/RUGGEDIZED LAPTOPS The City of Roswell is soliciting proposals from qualified suppliers to assist the City with its mobile

More information

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT Page 1 of 5 RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT This attachment is designed for use with awards under Contract N00019-12-C-2000 The following Buyer s terms and conditions are revised to

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

ADVERTISEMENT FOR THE USE AND BENEFIT OF NESHOBA COUNTY, MISSISSIPPI

ADVERTISEMENT FOR THE USE AND BENEFIT OF NESHOBA COUNTY, MISSISSIPPI ADVERTISEMENT FOR THE USE AND BENEFIT OF NESHOBA COUNTY, MISSISSIPPI The NESHOBA COUNTY BOARD OF SUPERVISORS will receive competitive, sealed bids in the Office of the Chancery Clerk of Board of Supervisors

More information

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION 1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1022113 1 September 21, 2012 5. REVISED

More information

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must disseminate information on proposed contract actions

More information

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No. 513 815 North Orlando Smith Road Oglesby, Illinois 61348 Sound System - Proposal # PR11-P04 November 17, 2010 Illinois Valley Community College (IVCC) is

More information

DALTON PUBLIC SCHOOLS

DALTON PUBLIC SCHOOLS DALTON PUBLIC SCHOOLS TECHNOLOGY DEPARTMENT REQUEST FOR PROPOSAL FOR FY19 Technology Hardware RFP RFP NUMBER (FY19 Technology Hardware RFP) ISSUED 02/15/18 Request for Proposal To: All Proposers The Dalton

More information

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 18-49 Network Video Solution Package ISSUE DATE: April 30, 2018 ISSUING AGENCY: Office of Procurement and Contracts Mississippi State University

More information

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas REQUEST FOR PROPOSAL BY CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY RFP # Gas-20170501 Issue Date May 1, 2017 Questions Due Thursday, May 25, 2017 by 3pm Due Date & Time for Proposals Friday,

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 TBD Unrated 6. ISSUED BY CODE N39430 7. ADMINISTERED BY CODE S0514A 8. DELIVERY

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference U.S. Government Contract and Ds Clauses Incorporated by For covered subcontracts: 1. The clauses listed below are incorporated by reference herein and in this Order, as applicable, with the same force

More information

Digital Copier Equipment and Service Program

Digital Copier Equipment and Service Program 1200 ARLINGTON STREET GREENSBORO, NC 27406 Digital Copier Equipment and Service Program RFP #140-18 PROPOSAL TIMELINES May 15, 2018 June 4, 2018 June 27, 2018 July 9, 2018 Release of Proposals 3:00 p.m.

More information

REQUEST FOR PROPOSAL (RFP) SOLICITATION NO COMPUTER HARDWARE AND SOFTWARE. Nevada Rural Housing Authority Carson City, Nevada

REQUEST FOR PROPOSAL (RFP) SOLICITATION NO COMPUTER HARDWARE AND SOFTWARE. Nevada Rural Housing Authority Carson City, Nevada REQUEST FOR PROPOSAL (RFP) SOLICITATION NO. 2017-01 COMPUTER HARDWARE AND SOFTWARE Nevada Rural Housing Authority Carson City, Nevada Request for Proposal Issued November 9, 2017 Deadline to submit is

More information

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991)

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991) (Revised January 15, 2009) 252.204-7000 Disclosure of Information. As prescribed in 204.404-70(a), use the following clause: DISCLOSURE OF INFORMATION (DEC 1991) (a) The Contractor shall not release to

More information

The United Nations University in Bonn hereby solicits your bid for three notebooks.

The United Nations University in Bonn hereby solicits your bid for three notebooks. Hermann-Ehlers-Str.10 53113, Bonn Germany Vizerektorat der Universität der Vereinten Nationen UNU-ViE Tel.: +49-228-815-0264 Fax: +49-228-815-0299 E-mail: procurement@vie.unu.edu Website: www.vie.unu.edu

More information

Gladstone Area School District Request for Proposals. Classroom Wifi Project 2016

Gladstone Area School District Request for Proposals. Classroom Wifi Project 2016 Gladstone Area School District Request for Proposals Classroom Wifi Project 2016 Form 470 Application # The Gladstone Area School District is accepting bids for Wireless Access Points and Data Wiring to

More information

1. REQUISITION PAGE 1 OF 76 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SEE

1. REQUISITION PAGE 1 OF 76 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SEE SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION PAGE 1 OF 76 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SEE 2. CONTRACT 3. AWARD/EFFECTIVE 4. ORDER 5. SOLICITATION NUMBER 6. SOLICITATION

More information

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike Ingram Chief Information Officer Thomasville City Schools

More information

ADVERTISEMENT OF PUBLIC NOTICE

ADVERTISEMENT OF PUBLIC NOTICE ADVERTISEMENT OF PUBLIC NOTICE Request for Proposals Notice is hereby given that pursuant to the New Jersey Public School Contracts Law competitive contracting process, N.J.S.A. 18A:4.1 through 4.5, sealed

More information

Sanilac County Community Mental Health Authority

Sanilac County Community Mental Health Authority Sanilac County Community Mental Health Authority 227 E. Sanilac Ave, Sandusky Michigan 48471 (810) 648-0330 Fax: (810) 648-0319 Request for Proposal Phone System and IP Phones Due Date: Wednesday, July

More information

DALTON PUBLIC SCHOOLS

DALTON PUBLIC SCHOOLS DALTON PUBLIC SCHOOLS TECHNOLOGY DEPARTMENT REQUEST FOR PROPOSAL FOR FY19 HVAC Technology Modifications RFP RFP NUMBER (FY19 HVAC Technology Modifications RFP) ISSUED 04/17/18 Request for Proposal To:

More information

Request for Proposal: Cabling

Request for Proposal: Cabling Request for Proposal: Cabling December 21, 2015 Falls City Public Schools 1415 Morton Street Falls City, NE 68355 Erate Identifier: Cat2.2016Cabling 1 Table of Contents Overview...3 1.1 General Description...4

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough

More information

Automatic License Plate Recognition System for the Police Department

Automatic License Plate Recognition System for the Police Department City of Dublin Purchasing Department RFP #13 001 Issue Date: May 3, 2013 Automatic License Plate Recognition System for the Police Department Proposals due May 28, 2013 @ 2:00 P.M. EST City of Dublin License

More information

RFP# BCS-DLT-2016 Issue Date July 6 th 2016

RFP# BCS-DLT-2016 Issue Date July 6 th 2016 BEAUFORT COUNTY SCHOOLS USDA DLT Video Conferencing Equipment and Installation RFP# BCS-DLT-2016 Issue Date July 6 th 2016 Section I RFP Information This Request for Proposals establishes that Beaufort

More information

Request for Proposal. Boone Community School District. Copier Equipment Service

Request for Proposal. Boone Community School District. Copier Equipment Service Request for Proposal Boone Community School District Copier Equipment Service Responses Due: October 24 th, 2014 4:00 p.m. Section 1: RFP Information Section 2: Equipment Section 3: RFP Answers Exhibit

More information

Request for Proposals

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

OWENS VALLEY CAREER DEVELOPMENT CENTER

OWENS VALLEY CAREER DEVELOPMENT CENTER TUNIWA NOBI FAMILY LITERACY, FAMILY LITERACY, NUMMA YADOHA LANGUAGE PROGRAM, TRIBAL TANF, CAREER EDUCATION, KERN INDIAN EDUCATION CENTER 2574 DIAZ LANE. (93514) - P.O. BOX 847 - BISHOP, CA 93515 - (760)

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167 REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church 361 Sam Ridley Parkway East Smyrna, Tennessee 37167 Released on February 2, 2018 SECURITY CAMERA INSTALLATION Stones River

More information

Request for Proposal: Cabling

Request for Proposal: Cabling Request for Proposal: Cabling January 17, 2018 Bennington Public Schools 11620 N 156 th Street Bennington, NE 68007 Erate Identifier: Cat2.2018Cabling 1 Table of Contents Overview... 3 1.1 General Description...

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

Request for Proposal P Computer Training Room Furniture

Request for Proposal P Computer Training Room Furniture Request for Proposal 2010-711001P Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue, Saint John, N.B., E2L 2BJ, and marked on the

More information

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSALS RFP NO.: PUBLIC SERVICES DEPARTMENT CONTRACTS & PROCUREMENT DIVISION REQUEST FOR PROPOSALS RFP NO.: 13-064 Sealed proposals for VIDEO VISITATION SYSTEM for the El Paso County Sheriff s Office will be received by

More information

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS RFP - PW - 033116 - FDR ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS The City of College Park is accepting Sealed Proposals from qualified vendors for FUEL DISPENSER REPLACEMENTS (both gas and diesel)

More information

1 INTERNAL AUDIT SERVICES RFP

1 INTERNAL AUDIT SERVICES RFP 1 Price Proposal... 4 Introduction... 7 Scope of Work... 7 Expected Outcomes and Deliverables... 8 Selection Process... 8 Qualification and Evaluation of Proposals... 9 Proposer Representations... 10 Basis

More information

REQUEST FOR PROPOSAL Student Devices

REQUEST FOR PROPOSAL Student Devices The Future Begins Here METROPOLITAN SCHOOL DISTRICT OF WARREN TOWNSHIP REQUEST FOR PROPOSAL Request for Proposal No. 2016-0001 Date of Issue: February 18, 2016 Proposal Closing Date: March 4, 2016, at

More information

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-02-A-9013 23-Jun-2009 7. FOR SOLICITATION

More information

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016 Date Issued: September 28 th, 2016 Due Date: 12:00:00 p.m. (noon local time), October 13 th, 2016 Part 1 Introduction The Town of Okotoks is inviting the submission of proposals for the provision of Hydraulic

More information

ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, CONFIGURATION & TESTING RACK SERVER. Tender No. - NTSC/WST/Software Purchase/ /92

ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, CONFIGURATION & TESTING RACK SERVER. Tender No. - NTSC/WST/Software Purchase/ /92 ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, CONFIGURATION & TESTING of RACK SERVER Tender No. - NTSC/WST/Software Purchase/2016-17/92 NSIC- Technical Services Centre (A Government of India Enterprise)

More information

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Proposals Due: March 22, 2018 by 6:00 p.m. The City of Boulder City, Nevada

More information

CAP IP. ip intercom REFUGE CALL POINTS IP NETWORK SALES DEPARTMENT SECURITY DISPATCH SMARTPHONE SUPERVISION IP MAYLIS RANGE

CAP IP. ip intercom REFUGE CALL POINTS IP NETWORK SALES DEPARTMENT SECURITY DISPATCH SMARTPHONE SUPERVISION IP MAYLIS RANGE CAP IP ip intercom A GLOBAL FULL IP / SIP ACCESS INTERCOM AND AUDIO VIDEO INTERCOMMUNICATION SOLUTION PRINCIPAL VISITOR ACCESS ENTRANCE FLOORS VISITORS CAR PARK CAP IP AUDIO VIDEO KEYPAD SELECTABLE LIST

More information

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA 95202-3717 (209) 937-8411 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE TRAFFIC SIGNAL, ROUNDABOUT, AND PROTECTED LEFT-TURN PHASING

More information

BELGRADE SCHOOL DISTRICT NO. 44

BELGRADE SCHOOL DISTRICT NO. 44 BELGRADE SCHOOL DISTRICT NO. 44 Request for Proposals Mobile Devices May 29, 2015 Page 1 of 8 Table of Contents Request for Proposals Section Page 1. Introduction... 3 2. General Information... 4-6 3.

More information

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016 MAYOR GARY O. PHILLIPS VICE MAYOR KATE COLIN COUNCILMEMBER MARIBETH BUSHEY COUNCILMEMBER JOHN GAMBLIN COUNCILMEMBER ANDREW CUYUGAN MCCULLOUGH PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334 Bill

More information

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to: C I T Y O F T U S T I N 3 0 0 C e n t e n n i a l W a y T u s t i n, C a l i f o r n i a 9 2 7 8 0 R E Q U E S T F O R P R O P O S A L S for a Boom Lift PROPOSAL SUBMITTALS: Responses to the Request for

More information

Request for Proposals and Specifications for a Community Solar Project

Request for Proposals and Specifications for a Community Solar Project Request for Proposals and Specifications for a Community Solar Project CPS Energy P.O. Box 1771 San Antonio, TX 78296-1771 October 9, 2014 PR # 10452716 INVITATION TO SUBMIT PROPOSALS 1. Introduction CPS

More information

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS NOTICE is hereby given that the City of Port Aransas, Texas, is soliciting responses for providing

More information

ORDER FOR SUPPLIES OR SERVICES

ORDER FOR SUPPLIES OR SERVICES ORDER FOR SUPPLIES OR SERVICES Form Approved OMB No. 0704-0187 Expires Aug 31, 1992 Page 1 of 8 1. CONTRACT/PURCH ORDER NO. 2. DELIVERY ORDER NO. 3. DATE OF ORDER 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY

More information

ASSE International Seal Control Board Procedures

ASSE International Seal Control Board Procedures ASSE International Seal Control Board Procedures 2014 PREAMBLE Written operating procedures shall govern the methods used for maintaining the product listing program and shall be available to any interested

More information

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT

REQUEST FOR PROPOSAL ERATE Funding Year NETWORK UPGRADE PROJECT RFP #2015-02 REQUEST FOR PROPOSAL ERATE Funding Year 2015-2016 NETWORK UPGRADE PROJECT Calhoun County School District 119 West Main Street Pittsboro, MS 38951 Contact: Brad Skinner Telephone: (662) 412-3152

More information

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposals (RFP) for Professional Design and Engineering Services Maine State Housing Authority Request for Proposals (RFP) for Professional Design and Engineering Services SCHEDULE Issued: Wednesday, January 10, 2018 On-Site Building Tour: Wednesday, January 24, 2018,

More information

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226 March 8, 2017 Attention Construction Contractors: Wayne County Community College District is hosting a Pre-Bid Conference on Wednesday, March 15, 2017 at 10:30 a.m. The District is inviting your company

More information

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES REQUEST FOR PROPOSALS COMPRESSED NATURAL GAS UTILITY TRUCK BODIES April 2018 CITY OF SAN MATEO Public Works Department 330 West 20 th Avenue San Mateo, CA 94403 650/522-7300 650/522-7301 (fax) ***** 1

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS

Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS Amelia County Public Schools November 11, 2014 NOTICE OF REQUEST FOR PROPOSALS Notice is hereby given that Proposals will be

More information

CITY OF PITTSBURGH Office of Management & Budget

CITY OF PITTSBURGH Office of Management & Budget CITY OF PITTSBURGH Office of Management & Budget on behalf of the Department of Public Safety, Bureaus of Fire and Emergency Medical Services Request for Proposal for Fire Station Alerting System RFP No.

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 June 17, 2016 Deadline for proposals is no

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

REQUEST FOR PROPOSAL FOUNDATION REINFORCING STEEL PACKAGE NEW ORANGEBURG COUNTY DETENTION CENTER ORANGEBURG, SOUTH CAROLINA REQUISITION NO: FY

REQUEST FOR PROPOSAL FOUNDATION REINFORCING STEEL PACKAGE NEW ORANGEBURG COUNTY DETENTION CENTER ORANGEBURG, SOUTH CAROLINA REQUISITION NO: FY REQUEST FOR PROPOSAL FOUNDATION REINFORCING STEEL PACKAGE FOR NEW ORANGEBURG COUNTY DETENTION CENTER ORANGEBURG, SOUTH CAROLINA REQUISITION NO: FY17-1212 ISSUED NOVEMBER 21, 2017 RESPONSE DUE TUESDAY,

More information

Request for Proposal (RFP) For Purchase of DVR Systems, Security Cameras and Installation at the Marinette County Jail

Request for Proposal (RFP) For Purchase of DVR Systems, Security Cameras and Installation at the Marinette County Jail Request for Proposal (RFP) For Purchase of DVR Systems, Security Cameras and Installation at the Marinette County Jail Posting Date: July 25, 2012 Response Deadlines: Mandatory Registration for Onsite

More information

Request for Proposals (RFP) Telephone System

Request for Proposals (RFP) Telephone System Request for Proposals (RFP) Telephone System Northern Kentucky Area Planning Commission 2332 Royal Drive Fort Mitchell, KY 41017 859 331-8980 Email: phone_rfp@nkapc.org July 31, 2012 Table of Contents

More information

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION Issued: November 21, 2014 TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Summary of Services Required...3 2. Key Information

More information

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT

LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year WIRELESS UPGRADE PROJECT LAUREL SCHOOL DISTRICT REQUEST FOR PROPOSAL ERATE Funding Year 2015-2016 WIRELESS UPGRADE PROJECT Laurel School District Technology Department 303 West 8 th St. Laurel, MS. 39440 Contact: Robert Bayless

More information

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 17-96 IT Works Maintenance or Replacement for Mississippi State University ISSUE DATE: October 30, 2017 ISSUING AGENCY: Office of Procurement and

More information

The Shifting Sands of Government IP. John McCarthy Karen Hermann Jon Baker

The Shifting Sands of Government IP. John McCarthy Karen Hermann Jon Baker The Shifting Sands of Government IP John McCarthy Karen Hermann Jon Baker Overview What is MOSA, and why do I care? Proposed changes to the Bayh- Dole regulations Government intellectual property considerations

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 EDITION: NOVEMBER 1, 2016 PHONE: (813) 974-2845 FAX: (813) 974-3542 REQUEST FOR QUALIFICATIONS PROJECT NAME: USF CPT REPLACE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15 EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 3/10/15 TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE

More information

Centre , Jingumae 5-chome. Shibuya-ku, Tokyo Japan

Centre , Jingumae 5-chome. Shibuya-ku, Tokyo Japan Centre 53-70, Jingumae 5-chome Shibuya-ku, Tokyo 150-8925 Japan Telephone (03) 3499-2811 Fax (03) 3499-2828 E-mail mbox@hq.unu.edu Website http://www.unu.edu 国際連合大学本部 150-8925 東京都渋谷区神宮前 5 丁目 53-70 7 March,

More information

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: Alton Middle School NETWORK CABLING Alton Community Unit School District #11 -Technology Department - Request for Proposal: Alton Middle School NETWORK CABLING Low Voltage Network Cabling Installation (ERATE Category II) Bid Reference: NET_AMS-WIRING_1617

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007. WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007 Table of Contents Section 1 Section 2 Section 3 Section 4 Section 5 Section

More information

Request for Proposals

Request for Proposals TRINITY LUTHERAN CHURCH NEW SANCTUARY A/V DESIGN Request for Proposals REVISION 1 1.0 General Information Page 2 2.0 Scope of Services Page 3 3.0 Responses Page 5 4.0 Evaluation Criteria Page 6 5.0 Submission

More information

Technology Consultation and Support

Technology Consultation and Support REQUEST FOR PROPOSALS Fiscal Year 2018 Technology Consultation and Support Updated RFP August 14, 2017 Original Released Date August 7, 2017 Due Date September 1, 2017 4:30 p.m. Eastern Time Any proposal

More information

County of Alpena Website Design and Development RFP

County of Alpena Website Design and Development RFP County of Alpena Website Design and Development RFP January 8 th, 2018 Contents 1. Introduction 1.1 Overview 1.2 About the County of Alpena 1.3 Project Timeline 1.4 County of Alpena County Information

More information

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

Request for Proposals for Angeltrax Mobile Video Surveillance Systems Request for Proposals for Angeltrax Mobile Video Surveillance Systems The Tahoe Transportation District (TTD) is seeking proposals from qualified vendors for the sale and installation of Angeltrax Mobile

More information