SECTION G
CONTRACT ADMINISTRATION DATA
G.1 Contractor’s Contact Information
For prompt action on matters pertaining to your administration of the contract
contact:
General Services Administration, 6FG
Attn: Howard Innis
1500 E. Bannister Road
Kansas City, MO 64131
G.2 Invoice Submission
The Contractor shall submit invoices in accordance with the schedule specified in
each order. Upon delivery of supplies or services to the place designated in the
order, the Contractor is authorized to submit a valid invoice for payment to the
payment office specified in the order. The Contractor agrees that the submission
of an invoice to the Government for payment is a certification that the supplies or
services for which the Government is being billed, have been shipped and
delivered in accordance with shipping and delivery instructions stated in the
order, in the quantities shown on the invoice, and the supplies or services are in
the quantity and of the quality designated by the order. Mark Invoice: “Original
Invoice”.
NOTE: Invoices marked STATEMENT in lieu of invoice will not be processed.
See also Section I.10 for additional invoicing requirements.
G.3 Order Procedures
Any supplies and services to be furnished under this contract will be ordered by
issuance of written orders on GSA Form 300, Standard Form 1449 or DD Form
1155. Oral orders are not authorized. An order specifies and authorizes the work
to be performed by the Contractor. The order will include pricing and a statement
of work. ALL ORDERS MUST ALSO CITE THE PRIMARY NAICS CODE AND
THE APPROPRIATE FUNCTIONAL AREA. Orders may only be issued from
date of contract award through contract expiration. The following ordering
procedures apply to all orders issued under this contract.
G.4 Delegation of ordering authority
a. The GSA Small Business GWAC Center may issue delegated
ordering authority, for orders issued against this contract, to all warranted
Government contracting officers in all Federal Government Agencies.
G-1
b. All orders are subject to the terms and conditions of the original
contract, as amended. In the event of a conflict between an order and the
contract, the contract will take precedence.
c. All costs associated with preparation, presentation and/or
discussion of the Contractor's order proposal will be at the Contractor's expense
and will not be directly charged to the Government.
d. No work will be performed and no payment will be made except
as authorized by an Order.
e. A Order will be considered to be issued in accordance with
Clause 52.216-18 – Ordering (OCT 1995) – Section I.3.
f. An order can only be issued by a warranted contracting officer.
g. Orders issued under this contract will not be announced in the
FEDBIZOPPS.
h. Any required change to a previously issued order will be issued
in writing by the contracting officer for the order.
For orders to be issued with an estimated value of
less than $3 Million (inclusive of options and/or
modifications), the following will apply:
Orders may be awarded on a sole source basis up to $3 million based upon selfmarketing or past performance. The Contracting Officer shall make a
determination of price reasonableness for each order.
For orders to be issued with an estimated value of
greater than $3 Million (inclusive of options and/or
modifications), the following will apply:
All orders expected to exceed $3 Million shall be processed through GSA, and
shall provide for fair opportunity among all contract holders within the applicable
Functional Area. All the necessary information (i.e. Bill of Materials, Statement of
Work, Evaluation Criteria, etc.) shall be disseminated in order to afford all GWAC
contract holders within the required functional area fair opportunity to receive
order award. GSA, or the ordering agency delegated direct order authority, will
provide the necessary oversight to ensure that award is made in accordance with
the stated evaluation criteria. The Government reserves the right to select the
contractor based upon initial offers and may do so without discussions.
Upon receipt of procurement requests exceeding $3 Million from a client agency,
the GSA Contracting Officer shall issue a request for proposals to the multiple
G-2
awardees within the applicable Functional Area. Notifications may be received
via various means including fax, e-mail and commercial mail. However, typically,
notifications will come via broadcast e-mail through the GSA, FTS, IT Solutions
on-line procurement system. All contract holders must register in IT
Solutions at http://it-solutions.gsa.gov. It is the responsibility of the
contract holder to maintain current and accurate information in their IT
Solutions profile for the distribution of RFQ postings.
G.5 Cost Recovery Report (CRR)
The CRR is a report of all invoices and payments received against all active
orders under this contract. The CRR is to provide the Contract Number, Order
Number, Ordering Office, Client Agency and location, the Invoice Number, the
amount of the invoice, Payment Received, the amount of the Contract Access
Fee (CAF), total CAF per Order and the total CAF paid for the reporting period.
The report shall include the total amount of the listed invoices and rebates for
both the reporting period as well as cumulative totals for each active Order to
date. A CRR is required even when no invoices occur during the reporting
period. Invoices that extend beyond the contract period will be reported within
60 days of final delivery. The CRR shall be submitted using the GSA directed
software (Microsoft Excel – version 7.0 or higher) by calendar quarter (January 1
– March 31, April 1 – June 30, July 1 – September 30, and October 1 –
December 31). The reported amounts shall include the Contract Access Fee.
To download the CRR format go to website:
http://r6.gsa.gov/smallbusinessgwac. CRRs shall be submitted with the CAF on
a quarterly basis and sent to the following:
General Services Administration
Small Business GWAC Center (6FG)
P.O. Box 16020
Kansas City, MO 64112
CRR reports are required to be submitted as long as there are open orders
under the contract, even after the term of the contract has expired. CRR
reports shall be submitted until all orders are completed.
The Government reserves the right to inspect without further notice, such records
of the contractor as pertain to orders under this contract. Willful failure or refusal
to furnish the required reports, or falsification thereof, shall constitute sufficient
cause for terminating the contract for default.
G.6 Fee Reimbursement
GSA operating costs associated with awarding and managing this contract are
recovered through a Contract Access Fee (CAF) of 3/4 percent of the total
invoice amount. Contractors should include the Contract Access Fee in the
unit prices submitted with their order offer(s). The contractor shall collect the
G-3
CAF and rebate to GSA the amount of the fee. The CAF amount due shall be
paid by check to:
General Services Administration
Small Business GWAC Center (6FG)
P.O. Box 16020
Kansas City, Missouri 64112
Where multiple invoices and/or multiple orders are involved, the CAF may be
consolidated into one payment. To ensure the payment is credited properly, the
contractor shall submit the check along with a printed copy of the cost recovery
report (CRR) as required by section G.7. Each check shall be annotated with
the corresponding contract number.
The contractor shall pay GSA within 30 calendar days after the end of each
calendar quarter, the CAF for all invoices for which payment by the Government
has been received by the contractor during the reporting period. Calendar
quarters are January 1 – March 31, April 1 – June 30, July 1 – September 30,
and October 1 – December 31. If the full amount of the CAF is not paid within 30
calendar days after the end of the applicable payment date, it shall constitute a
debt to the United States Government under the Debt Collection Act of 1982,
including withholding or setting off payments and interest on the debt (see FAR
52.232-17, Interest).
If the contractor fails to submit documented sales reports, payments, falsifies
payment documentation, or fails to pay the CAF in a timely manner, the
Government may terminate or cancel the contract. Willful failure or refusal to
furnish the required reports, falsification of reports, or failure to pay the
CAF timely constitutes sufficient cause for terminating the contractor for
cause under the termination provisions of this contract.
G.7 Simplified CRR & CAF Payment
The Contractor has the option to pay the entire CAF for an Order up front and
realize administrative savings from not having to issue a stream of checks for the
CAF, and not having to submit information in the Invoice No., Invoice Date,
Invoice Amount and Payment Received portions of CRRs following the 1st
instance of reporting of the Order in a CRR. This alleviates the administrative
burden of tracking partial invoices. The CAF is non-refundable.
G.8 Contract Administration
All contract administration for this contract will be accomplished by:
General Services Administration, 6FG
Attn: Howard Innis
G-4
1500 E. Bannister Rd.
Kansas City, MO 64131
G.9 Open Season
The Government reserves the right to conduct open seasons whereby additional
awards will be made, when it determines it is in its best interest to do so.
Notification of an open season will be made via FedBizOpps.
Contracts awarded under any open season will share the program ceiling and
shall be made in accordance with all of the terms and conditions of this
solicitation.
G.10 Subcontracting
Pursuant to FAR 52.219-14, Limitation on subcontracting, At least 50% of the
cost of contract performance incurred for personnel shall be expended for
employees of the concern. Contractors shall maintain up-to-date records
concerning subcontracting costs and shall submit the standardized report semiannually (using the contract year) no later than 30 calendar days after each sixmonth reporting period. The first report period will be the contract notice to
proceed date through May 31, 2005.
A separate report shall be completed for each functional area. Report(s) must be
submitted every reporting period even if there is no change or no activity on your
contract. The completed report shall be submitted to:
Small Business GWAC Center
ATTN: 8(a) STARS Subcontracting Report
1500 E. Bannister Road (6FGC)
Kansas City, MO 64131
Contract options for contractors not in full compliance with FAR 52.219-14 may
not be exercised. Willful failure or refusal to furnish the required reports, or gross
negligence in managing the subcontracting limitation, or falsification of reports
CONSTITUTES SUFFICIENT CAUSE TO TERMINATE THE CONTRACTOR
FOR DEFAULT.
G.11 Current & Past Performance Information (IAW FAR 42.15)
It is the Small Business GWAC Center's intent to collect complete performance
evaluations for each Order. The requiring office will assess the Contractor's
performance in areas such as quality, quantity and timeliness. Such ratings may
have bearing on the Contractor's likelihood to receive future Orders. The past
performance questionnaire in Section J of the solicitation may be used for this
purpose.
Additionally, evaluators may complete the past performance
questionnaire available on-line at http://r6.gsa.gov/smallbusinessgwac.
G-5
It is incumbent upon the requiring official, or their designee, to complete a
performance record (essentially measures of quality, schedule timeliness,
performance goal attainment, cost goal compliance and customer satisfaction)
for each Order after completion of work, and at least annually for Orders having a
performance period in excess of one year. Performance evaluations should be
submitted to the Small Business GWAC Center at the e-mail address:
8a@gsa.gov. Contractors should be cognizant of this requirement and exercise
their right to contribute to the final performance record. Organizations of caliber
will not only plan for good performance, but also be aware of their current
performance as perceived by the Government, and take steps (i.e., requesting
interim evaluations, holding meetings with the Government, corrective action if
required, etc.) to ensure performance is satisfactory throughout the life of each
Order so that there will be no surprises at the completion of work.
Contractors are invited to document their performance under each Contract
Order and submit it to the Small Business GWAC Center.
This standing
invitation constitutes the Small Business GWAC Center's effort to afford an
opportunity for Contractors to address adverse ratings before they are utilized in
a future selection process. A file of all received Government performance records
and any Contractor supplemental information will be maintained and made
available to interested parties having a bona-fide need to know.
The Small Business GWAC Center is considering and may implement a
mandatory uniform web-based past performance system in the future.
G.12 Re-certification of 8(a) status
Prior to exercising the option period of the contract, the contractor will be
required to re-represent business size status and 8(a) program eligibility by
providing a size status statement to the contracting officer or by completing the
applicable portion of 52.213-3, Offeror Representations and Certifications –
Commercial Items or 52.219-1, Small Business Program Representations, as
applicable to the contract(s). If a previously awarded 8(a) small business
concern re-represents itself as other than small, the contracting officer shall be
precluded from exercising the option.
Pending SBA’s final ruling, the Government reserves the right to require
annual size re-certification.
Failure to re-certify will preclude the option from being exercised.
G.13 Order Level Protest
In accordance with Federal Acquisition Regulation (FAR) 16.505(a)(8), “No
protest under Subpart 33.1 is authorized in connection with the issuance or
G-6
proposed issuance of an Order under a Task-Order Contract or Delivery-Order
Contract, except for a protest on the grounds that the Order increases the scope,
period, or maximum value of the Contract”.
G.14 OMBUDSMAN
In accordance with FAR 16.5 disputes related to matters affecting Order award
may be directed to the Ombudsman. The Ombudsman for GSA is:
DONALD J. SUDA
SPECIAL ASSISTANT FOR CONTRACTING INTEGRITY
OFFICE OF ACQUISITION POLICY (MV)
1800 F STREET, NW – ROOM 4031
WASHINGTON, DC 20405-0002
PHONE: (202) 501-4770
FAX: (202) 501-1986
G.15 SECTION 803 and How it Applies to 8(a) FAST 2 Contract
The 8(a) FAST 2 contract will be awarded under the provisions of section 8(a) of
the Small Business Act (15 U.S.C. 637(a)) and FAR 19.8. For orders at or below
the $3 million competitive threshold, the Contracting Officer may waive the
Section 803 competition requirements based on the exception that a statute
expressly authorizes that the purchase be made from a specified source.
However, the competition requirements of DFARS 216.505-70 are still applicable
for orders above the $3 million competition threshold for 8(a) contracts unless the
contracting officer waives this requirement on the basis of a written determination
that – (1) one of the exceptions described in FAR 16.505(b)(2)(I) through (iv)
applies to the order; or (2) a statute expressly authorizes or requires that the
purchase be made from a specified source.
G-7
Valuable suggestions for preparing your ‘Divorce Certificate Ontario Form’ online
Are you fed up with the inconvenience of managing paper documents? Look no further than airSlate SignNow, the premier digital signature platform for both individuals and organizations. Bid farewell to the lengthy process of printing and scanning documents. With airSlate SignNow, you can swiftly complete and sign documents online. Take advantage of the powerful features integrated into this user-friendly and cost-effective platform and transform your approach to document management. Whether you need to approve forms or collect signatures, airSlate SignNow takes care of everything effortlessly, with just a few clicks.
Adhere to this guided instruction:
- Sign in to your account or sign up for a free trial with our service.
- Click +Create to upload a file from your device, cloud storage, or our template library.
- Edit your ‘Divorce Certificate Ontario Form’ in the editor.
- Select Me (Fill Out Now) to prepare the document on your end.
- Add and allocate fillable fields for others (if needed).
- Proceed with the Send Invite settings to request eSignatures from additional parties.
- Save, print your version, or convert it into a reusable template.
Rest assured, if you require collaboration with others on your Divorce Certificate Ontario Form or need to send it for notarization—our platform provides all the tools necessary to achieve these tasks. Create an account with airSlate SignNow today and enhance your document management to new levels!