HomeMy WebLinkAboutFour Points Technology(Ij " FOUR POINTS
TECHNO'
nananizasiouovormiworrnsmuLzusnass
AUTHORIZED FEDERAL SUPPLY SERVICE
INFORMATION TECHNOLOGY SCHEDULE PRICELIST
GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY
EQUIPMENT, SOFTWARE AND SERVICES
Special Item No. 132-8 Purchase of Equipment
Special Item No. 132-12 Maintenance, Repair Service and Repair Parts/Spare Parts
Special Item No. 132-33 Perpetual Software Licenses
Special Item No. 132-34 Maintenance of Software
Special Item No. 132.51 Information Technology Services .
SIN 132-8 PURCHASE OF EQUIPMENT
FSC CLASS 7010 - SYSTEM CONFIGURATION
End User Computers/Desktop Computers
Laptop/Portable/Notebook Computers
FSC CLASS 7025 - INPUT/OUTPUT AND STORAGE DEVICES
Printers
Display
Graphics, including Video Graphics, Light Pens, Digitizers, Scanners, and Touch Screens
Network Equipment
Storage Devices including Magnetic Storage, Magnetic Tape Storage and Optical Disk Storage
SIN 132-12 - MAINTENANCE OF EQUIPMENT, REPAIR SERVICE, AND REPAIR PARTS/SPARE
PARTS (FPDS Code J070 - Maintenance and Repair Service)(Repair PartslSpare Parts - See FSC Class for basic
equipment)
- Maintenance
- Repair Service
SIN 132-33 - PERPETUAL SOFTWARE LICENSES
FSC CLASS 7030 - INFORMATION TECHNOLOGY SOFTWARE
Large Scale Computers
Application Software
Utility Software
Microcomputers
Application Software
Utility Software
SIN 132-34 - MAINTENANCE OF SOFTWARE
SIN132-51 - INFORMATION TECHNOLOGY SERVICES
Four Points Technology, LLC
11350 Random Hills Rd.
Suite 650
Fairfax, VA 22030-7428
703-279-6404
http ://www.4points.com
Contract Number: GS-35F-0553P
Period Covered by Contract: 05/26/2004 -- 05/25/2009
General Services Administration
Federal Supply Service
Pricelist current through Modification # P00003 , dated 8/26/2004 .
Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also
available on the GSA Advantage! System. Agencies can browse GSA Advantage! by accessing the Federal Supply
Service's Home Page via the Internet at http://www.fss.gsa.gov/
2
TABLE OF CONTENTS
INFORMATION FOR ORDERING ACTIVITIES APPLICABLE TO ALL SPECIAL
ITEM NUMBERS
TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF GENERAL
PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT
(SPECIAL ITEM NUMBER 132-8)
TERMS AND CONDITIONS APPLICABLE TO MAINTENANCE, REPAIR
SERVICE AND REPAIR PARTS/SPARE PARTS FOR GOVERNMENT -OWNED
GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY
EQUIPMENT (AFTER EXPIRATION OF GUARANTEE/WARRANTY
PROVISIONS AND/OR WHEN REQUIRED SERVICE IS NOT COVERED BY
GUARANTEE/WARRANTY PROVISIONS) AND FOR LEASED EQUIPMENT
(SPECIAL ITEM NUMBER 132-12)
SERVICE AREAS
TERMS AND CONDITIONS APPLICABLE TO PERPETUAL SOFTWARE
LICENSES (SPECIAL ITEM NUMBER 132-33) AND MAINTENANCE (SPECIAL
ITEM NUMBER 132-34) OF GENERAL PURPOSE COMMERCIAL INFORMATION
TECHNOLOGY SOFTWARE
USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION
PROCUREMENT PROGRAMS
BEST VALUE BLANKET PURCHASE AGREEMENT FEDERAL SUPPLY
SCHEDULE
BASIC GUIDELINES FOR USING "CONTRACTOR TEAM ARRANGEMENTS"
D. CONTRACT TERMS AND CONDITIONS
E. SOLICITATION PROVISIONS
F. EVALUATION
G. OFFEROR SUPPLIED INFORMATION
3
SPECIAL NOTICE TO AGENCIES: Small Business Participation
SBA strongly supports the participation of small business concerns in the Federal Supply Schedules Program. To
enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals,
the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report
accomplishments against these goals.
For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists
of at least three schedule contractors or consider reasonably available information by using the GSA Advantage!TM
on-line shopping service (www.gsaadvantage.gov ). The catalogs/pricelists, GSA Advantage!TM and the Federal
Supply Service Home Page (www.fss.esa.gov) contain information on a broad array of products and services
offered by small business concerns.
This information should be used as a tool to assist ordering activities in meeting or exceeding established small
business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women -owned
small businesses among those considered when selecting pricelists for a best value determination.
For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns
when two or more items at the same delivered price will satisfy their requirement.
1. Geographic Scope of Contract:
The geographic scope of this contract is the 48 contiguous states and the District of Columbia.
2. Contractor's Ordering Address and Payment Information:
Four Points Technology, LLC
11350 Random Hills Rd., Suite 650
Fairfax, VA 22030-7428
Contractors are required to accept credit cards for payments equal to or less than the micro -purchase threshold for
oral or written delivery orders. Credit cards will/will not be acceptable for payment above the micro -purchase
threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.
The following telephone number(s) can be used by ordering activities to obtain technical and/or ordering assistance:
703-279-6404
3. LIABILITY FOR INJURY OR DAMAGE
The Contractor shall not be liable for any injury to ordering activity personnel or damage to ordering activity
property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the
fault or negligence of the Contractor.
4
4. Statistical Data for Government Ordering Office Completion of Standard Form 279:
Block 9: G. Order/Modification Under Federal Schedule
Block 16: Data Universal Numbering System (DUNS) Number: 08-989-6737
Block 30: Type of Contractor - B
Block 31: Woman -Owned Small Business - NO
Block 36: Contractor's Taxpayer Identification Number (TIN): 03-0433660
4a. CAGE Code: 1YS78
4b. Contractor has registered with the Central Contractor Registration Database.
5. FOB Destination
6. DELIVERY SCHEDULE
a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of
calendar days after receipt of order (ARO), as set forth below:
SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO)
SIN 132-8 14 Days
SIN 132-33 14 Days
2 days expedited delivery
b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery
period does not meet the bona fide urgent delivery requirements of an ordering activity, ordering
activities are encouraged, if time permits, to contact the Contractor for the purpose of obtaining
accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt.
(Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an
accelerated delivery time acceptable to the ordering activity, any order(s) placed pursuant to the
agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time
and in accordance with all other terms and conditions of the contract.
7. Discounts: Prices shown are NET Prices; Basic Discounts have been deducted.
a. Prompt Payment: NET 30 days from receipt of invoice or date of acceptance, whichever
is later.
b. Quantity: None
c. Dollar Volume: None
d. Government Educational Institutions:
e. Other: None
Government Educational Institutions are
offered the same discounts as all other
Government customers.
8. Trade Agreements Act of 1979, as amended:
All items are U.S. made end products, designated country end products, Caribbean Basin country end products,
Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended.
5
9. Statement Concerning Availability of Export Packing:
10. Small Requirements: The minimum dollar value of orders to be issued is $ 100 .
11. Maximum Order (All dollar amounts are exclusive of any discount for prompt payment.)
The Maximum Order value for the following Special Item Numbers (SINs) is $500,000:
Special Item Number 132-8 -- Purchase of Equipment
Special Item Number 132-12 — Maintenance of' Equipment
Special Item Number 132-33 -- Perpetual Software Licenses
Special Item Number 132-34 — Maintenance of Software
Special Item Number 132-51 -- Information Technology Services
12. USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE
CONTRACTS. In accordance with FAR 8.404:
Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to
be issued pursuant to full and open competition. Therefore, when placing orders under Federal Supply Schedules,
ordering activities need not seek further competition, synopsize the requirement, make a separate determination of
fair and reasonable pricing, or consider small business set -asides in accordance with subpart 19.5. GSA has already
determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a
schedule using the procedures outlined below, the ordering activity has concluded that the order represents the best
value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.)
to meet the ordering activity's needs.
a. Orders placed at or below the micro -purchase threshold. ordering activities can place
orders at or below the micro -purchase threshold with any Federal Supply Schedule Contractor.
b. Orders exceeding the micro -purchase threshold but not exceeding the maximum order
threshold. Orders should be placed with the Schedule Contractor that can provide the supply or
service that represents the best value. Before placing an order, ordering activities should consider
reasonably available information about the supply or service offered under MAS contracts by
using the "GSA Advantage!" on-line shopping service, or by reviewing the catalogs/pricelists of
at least three Schedule Contractors and selecting the delivery and other options available under the
schedule that meets the ordering activity's needs. In selecting the supply or service representing
the best value, the ordering activity may consider--
(1) Special features of the supply or service that are required in effective program
performance and that are not provided by a comparable supply or service;
(2) Trade-in considerations;
(3) Probable life of the item selected as compared with that of a comparable item;
(4) Warranty considerations;
(5) Maintenance availability;
(6) Past performance; and
(7) Environmental and energy efficiency considerations.
c. Orders exceeding the maximum order threshold. Each schedule contract has an
established maximum order threshold. This threshold represents the point where it is
advantageous for the ordering activity to seek a price reduction. In addition to following the
6
procedures in paragraph b, above, and before placing an order that exceeds the maximum order
threshold, ordering activities shall --
Review additional Schedule Contractors'
(1) catalogs/pricelists or use the "GSA Advantage!" on-line shopping service;
(2) Based upon the initial evaluation, generally seek price reductions from the
Schedule Contractor(s) appearing to provide the best value (considering price and other
factors); and
(3) After price reductions have been sought, place the order with the Schedule
Contractor that provides the best value and results in the lowest overall cost alternative.
If further price reductions are not offered, an order may still be placed, if the ordering
activity determines that it is appropriate.
NOTE: For orders exceeding the maximum order threshold, the Contractor may:
(1) Offer a new lower price for this requirement (the Price Reductions clause is not
applicable to orders placed over the maximum order in FAR 52.216-19 Order
Limitations);
(2) Offer the lowest price available under the contract; or
(3) Decline the order (orders must be returned in accordance with FAR 52.216-19).
d. Blanket purchase agreements (BPAs). The establishment of Federal Supply Schedule
BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts
contain BPA provisions. ordering activities may use BPAs to establish accounts with Contractors
to fill recurring requirements. BPAs should address the frequency of ordering and invoicing,
discounts, and delivery locations and times.
e. Price reductions. In addition to the circumstances outlined in paragraph c, above, there
may be instances when ordering activities will find it advantageous to request a price reduction.
For example, when the ordering activity finds a schedule supply or service elsewhere at a lower
price or when a BPA is being established to fill recurring requirements, requesting a price
reduction could be advantageous. The potential volume of orders under these agreements,
regardless of the size of the individual order, may offer the ordering activity the opportunity to
secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a
price reduction extended only to an individual ordering activity for a specific order.
f. Small business. For orders exceeding the micro -purchase threshold, ordering activities
should give preference to the items of small business concerns when two or more items at the
same delivered price will satisfy the requirement.
g. Documentation. Orders should be documented, at a minimum, by identifying the
Contractor the item was purchased from, the item purchased, and the amount paid. If an ordering
activity requirement, in excess of the micro -purchase threshold, is defined so as to require a
particular brand name, product, or feature of a product peculiar to one manufacturer, thereby
precluding consideration of a product manufactured by another company, the ordering activity
shall include an explanation in the file as to why the particular brand name, product, or feature is
essential to satisfy the ordering activity's needs.
13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS
REQUIREMENTS: ordering activities acquiring products from this Schedule must comply with the provisions of
the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine
whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or
Federal Telecommunication Standards (FED-STDS), which are cited by ordering activities, shall be responded to
promptly by the Contractor.
7
13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS):
Information Technology products under this Schedule that do not conform to Federal Information Processing
Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS
Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S.
Department of Commerce, National Institute of Standards and Technology (MIST), pursuant to National Security
Act. Information concerning their availability and applicability should be obtained from the National Technical
Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary
standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS
Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the
above address, or telephone number (703) 487-4650.
13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS): Telecommunication products
under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be
acquired unless a waiver has been granted in accordance with the applicable "FED -STD." Federal
Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and
Technology (MIST), pursuant to National Security Act. Ordering information and information concerning the
availability of FED-STDS should be obtained from the GSA, Federal Supply Service, Specification Section, 470
East L'Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a
self-addressed mailing label when requesting information by mail. Information concerning their applicability can be
obtained by writing or calling the U.S. Department of' Commerce, National Institute of Standards and Technology,
Gaithersburg, MD 20899, telephone number (301)975-2833.
14. CONTRACTOR TASKS / SPECIAL REQUIREMENTS (C-FSS-370) (NOV 2001)
(a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in
the performance of orders issued under this contract. All costs associated with obtaining/possessing such
security clearances should be factored into the price offered under the Multiple Award Schedule.
(b) Travel: The Contractor may be required to travel in performance of orders issued under this contract. Allowable
travel and per diem charges are governed by Pub .L. 99-234 and FAR Part 31, and are reimbursable by the
ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. The
Industrial Funding Fee does NOT apply to travel and per diem charges.
(c) Certifications, Licenses and Accreditations: As a commercial practice, the Contractor may be required to
obtain/possess any variety of certifications, licenses and accreditations for specific FSC/service code
classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and
accreditations should be factored into the price offered under the Multiple Award Schedule program.
(d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for
specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance
should be factored into the price offered under the Multiple Award Schedule program.
(e) Personnel: The Contractor may be required to provide key personnel, resumes or skill category descriptions in
the performance of orders issued under this contract. Ordering activities may require agency approval of
additions or replacements to key personnel.
(f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by
the ordering agency, the Contractor's participation in such order may be restricted in accordance with FAR Part
9.5.
8
(g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance with
rules, regulations, OMB orders, standards and documentation as specified by the agency's order.
(h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or
negotiated in the agency's order.
(i) Government -Furnished Property: As specified by the agency's order, the Government may provide property,
equipment, materials or resources as necessary.
(j) Availability of Funds: Many Government agencies' operating funds are appropriated for a
specific fiscal year. Funds may not be presently available for any orders placed under the contract or any
option year. The Government's obligation on orders placed under this contract is contingent upon the
availability of appropriated funds from which payment for ordering purposes can be made. No legal
liability on the part of the Government for any payment may arise until funds are available to the ordering
Contracting Officer.
15. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES: Any ordering activity, with
respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of
termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (1) Termination
for the ordering activity's convenience, and (m) Termination for Cause (See C.1.)
16. GSA Advantage!
GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access
to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various
searches across all contracts including, but not limited to:
(1) Manufacturer;
(2) Manufacturer's Part Number; and
(3) Product categories.
Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.:
NetScape). The Internet address is http://www.gsaadvantage.gov/ .
17. PURCHASE OF OPEN MARKET ITEMS
NOTE: Open Market Items are also known as incidental items, noncontract items, non -Schedule items, and items
not on a Federal Supply Schedule contract.
For administrative convenience, an ordering activity contracting officer may add items not on the Federal Supply
Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Supply Schedule blanket
purchase agreement (BPA) or an individual task or delivery order, only if-
(1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal
Supply Schedule have been followed (e.g., publicizing (Part 5), competition requirements (Part 6),
acquisition of commercial items (Part 12), contracting methods (Parts 13, 14, and 15), and small business
programs (Part 19));
(2) The ordering activity contracting officer has determined the price for the items not on the Federal
Supply Schedule is fair and reasonable;
(3)
(4)
The items are clearly labeled on the order as items not on the Federal Supply Schedule; and
All clauses applicable to items not on the Federal Supply Schedule are included in the order.
9
18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS
a. For the purpose of this contract, commitments, warranties and representations include, in
addition to those agreed to for the entire schedule contract:
(1) Time of delivery/installation quotations for individual orders;
(2) Technical representations and/or warranties of products concerning
performance, total system performance and/or configuration, physical, design and/or
functional characteristics and capabilities of a product/equipment/ service/software
package submitted in response to requirements which result in orders under this schedule
contract.
(3) Any representations and/or warranties concerning the products made in any
literature, description, drawings and/or specifications furnished by the Contractor.
b. The above is not intended to encompass items not currently covered by the GSA
Schedule contract.
19. OVERSEAS ACTIVITIES
The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of
equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as
indicated below:
NOT APPLICABLE
Upon request of the Contractor, the ordering activity may provide the Contractor with logistics support, as available,
in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a
reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively
required for the fulfillment of the terms and conditions of this contract.
20. BLANKET PURCHASE AGREEMENTS (BPAs)
Federal Acquisition Regulation (FAR) 13.303-1(a) defines Blanket Purchase Agreements (BPAs) as "...a simplified
method of filling anticipated repetitive needs for supplies or services by establishing `charge accounts' with
qualified sources of supply." The use of Blanket Purchase Agreements under the Federal Supply Schedule Program
is authorized in accordance with FAR 13.303-2(c)(3), which reads, in part, as follows:
"BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the
applicable schedule contract."
Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their
administrative and purchasing savings. This feature permits schedule users to set up "accounts" with Schedule
Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address
issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times.
Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential
volume of business that may be generated through such an agreement, regardless of the size of the individual orders.
In addition, agencies may be able to secure a discount higher than that available in the contract based on the
aggregate volume of business possible under a BPA. Finally, Contractors may be open to a progressive type of
discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed
levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format,
contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.
21. CONTRACTOR TEAM ARRANGEMENTS
10
Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective
contracts. This includes compliance with Clauses 552.238-74, Contractor's Reports of Sales and 552.238-76,
Industrial Funding Fee, i.e., each contractor (team member) must report sales and remit the IFF for all products and
services provided under its individual contract.
22. INSTALLATION, DEINSTALLATION, REINSTALLATION
The Davis -Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United
States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating)
of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic
employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the
Secretary of Labor. The requirements of the Davis -Bacon Act do not apply if the construction work is incidental to
the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation
or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply
contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements
of the Davis -Bacon Act applies.
The ordering activity issuing the task order against this contract will be responsible for proper administration and
enforcement of the Federal labor standards covered by the Davis -Bacon Act. The proper Davis -Bacon wage
determination will be issued by the ordering activity at the time a request for quotations is made for applicable
construction classified installation, deinstallation, and reinstallation services under SIN 132-8.
23. SECTION 508 COMPLIANCE.
If applicable, Section 508 compliance information on the supplies and services in this contract are available in
Electronic and Information Technology (EIT) at the following:
www.4points.com
The EIT standard can be found at: www.Section508.gov/.
24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES.
Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of
an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order
(a) A copy of the authorization from the ordering activity with whom the contractor has the prime
contract (unless a copy was previously furnished to the Federal Supply Schedule contractor); and
(b) The following statement:
This order is placed under written authorization from dated . In the
event of any inconsistency between the terms and conditions of this order and those of
your Federal Supply Schedule contract, the latter will govern.
25. INSURANCE —WORK ON A GOVERNMENT INSTALLATION (JAN 1997)(FAR 52.228-5)
(a) The Contractor shall, at its own expense, provide and maintain during the entire
performance of this contract, at least the kinds and minimum amounts of insurance required in the
Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting
Officer in writing that the required insurance has been obtained. The policies evidencing required
11
insurance shall contain an endorsement to the effect that any cancellation or any material change
adversely affecting the Government's interest shall not be effective—
(c)
(I)
For such period as the laws of the State in which this contract is to be performed
prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the
Contracting Officer, whichever period is longer.
The Contractor shall insert the substance of this clause, including this paragraph (c), in
subcontracts under this contract that require work on a Government installation and shall require
subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the
contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance,
and shall make copies available to the Contracting Officer upon request.
1. MATERIAL AND WORKMANSHIP
All equipment furnished hereunder must satisfactorily perform the function for which it is intended.
2. ORDER
Written orders, EDI orders (GSA Advantage! and FACNET), credit card orders, and orders placed under blanket
purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the provisions of this
contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to
meet the delivery and installation date specified in the original order.
For credit card orders and BPAs, telephone orders are permissible.
3. TRANSPORTATION OF EQUIPMENT
FOB DESTINATION. Prices cover equipment delivery to destination, for any location within the geographic scope
of this contract.
4. INSTALLATION AND TECHNICAL SERVICES
a. INSTALLATION. When the equipment provided under this contract is not normally
self -installable, the Contractor's technical personnel shall be available to the ordering activity, at
the ordering activity's location, to install the equipment and to train ordering activity personnel in
the use and maintenance of the equipment. The charges, if any, for such services are listed below,
or in the price schedule:
12
All equipment is self installable
b. INSTALLATION, DEINSTALLATION, REINSTALLATION. The Davis -Bacon Act
(40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or
the District of Columbia is a party for construction, alteration, or repair (including painting and
decorating) of public buildings or public works with the United States, shall contain a clause that
no laborer or mechanic employed directly upon the site of the work shall received less than the
prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis -
Bacon Act do not apply if the construction work is incidental to the furnishing of supplies,
equipment, or services. For example, the requirements do not apply to simple installation or
alteration of a public building or public work that is incidental to furnishing supplies or equipment
under a supply contract. However, if the construction, alteration or repair is segregable and
exceeds $2,000, then the requirements of the Davis -Bacon Act applies.
The ordering activity issuing the task order against this contract will be responsible for proper
administration and enforcement of the Federal labor standards covered by the Davis -Bacon Act.
The proper Davis -Bacon wage determination will be issued by the ordering activity at the time a
request for quotations is made for applicable construction classified installation, deinstallation,
and reinstallation services under SIN 132-8.
c. OPERATING AND MAINTENANCE MANUALS. The Contractor shall furnish the
ordering activity with one (1) copy of all operating and maintenance manuals which are normally
provided with the equipment being purchased.
5. INSPECTION/ACCEPTANCE
The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The
ordering activity reserves the right to inspect or test any equipment that has been tendered for acceptance. The
ordering activity may require repair or replacement of nonconforming equipment at no increase in contract price.
The ordering activity must exercise its postacceptance rights (1) within a reasonable time after the defect was
discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the
item, unless the change is due to the defect in the item.
6. WARRANTY
a. Unless specified otherwise in this contract, the Contractor's standard commercial
warranty as stated in the contract's commercial pricelist will apply to this contract.
b. The Contractor warrants and implies that the items delivered hereunder are merchantable
and fit for use for the particular purpose described in this contract.
c. Limitation of Liability. Except as otherwise provided by an express or implied warranty,
the Contractor will not be liable to the ordering activity for consequential damages resulting from
any defect or deficiencies in accepted items.
d. If inspection and repair of defective equipment under this warranty will be performed at
the Contractor's plant, the address is as follows:
Four Points Technology, L.L.C.,
11350 Random Hills Rd., Suite 650
Fairfax, VA 22030-7428
7. PURCHASE PRICE FOR ORDERED EQUIPMENT
13
The purchase price that the ordering activity will be charged will be the ordering activity purchase price in effect at
the time of order placement, or the ordering activity purchase price in effect on the installation date (or delivery date
when installation is not applicable), whichever is less.
S. RESPONSIBILITIES OF THE CONTRACTOR
The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering
work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.
9. TRADE-IN OF INFORMATION TECHNOLOGY EQUIPMENT
When an ordering activity determines that Information Technology equipment will be replaced, the ordering activity
shall follow the contracting policies and procedures in the Federal Acquisition Regulation (FAR), the policies and
procedures regarding disposition of information technology excess personal property in the Federal Property
Management Regulations (FPMR) (41 CFR 101-43.6), and the policies and procedures on exchange/sale contained
in the FPMR (41 CFR part 101-46).
14
1. SERVICE AREAS
a. The maintenance and repair rates listed herein are applicable to any Government location within a
30 mile radius of Four Points Technology's service points. If any additional charge is to apply because of
the greater distance from Four Points Technology's service locations, the mileage rate or other distance
factor shall be stated in paragraph 8.c and 9.c.(3) of this Special Item 132-12.
b. When repair services cannot be performed at the Government installation site, the repair services
will be performed at Four Points Technology's plant(s) listed below:
Four Points Technology, LLC.
2744-B Gallows Road
Vienna, Virginia 22180
2. MAINTENANCE ORDER
a. Agencies may use written orders, EDI orders, credit card orders, or BPAs, for ordering
maintenance under this contract. Four Points Technology shall confirm orders within fifteen (15) calendar
days from the date of receipt, except that confirmation of orders shall be considered automatic for renewals
for maintenance (Special Item Number 132-12). Automatic acceptance of order renewals for maintenance
service shall apply for machines which may have been discontinued from use for temporary periods of time
not longer than 120 calendar days. If the order is not confirmed by Four Points Technology as prescribed
by this paragraph, the order shall be considered to be confirmed by Four Points Technology.
b. Four Points Technology shall honor orders for maintenance for the duration of the contract period
or a lessor period of time, for the equipment shown in the pricelist. Maintenance service shall commence
on a mutually agreed upon date, which will be written into the maintenance order. Maintenance orders
shall not be made effective before the expiration of any applicable maintenance and parts
guarantee/warranty period associated with the purchase of equipment. Orders for maintenance service
shall not extend beyond the end of the contract period.
c. Maintenance may be discontinued by the Government on thirty (30) calendar days written notice,
or shorter notice when agreed to by Four Points Technology; such notice to become effective thirty (30)
calendar days from the date on the notification. However, the Government may extend the original
15
discontinuance date upon written notice to Four Points Technology, provided that such notice is furnished
at least ten (10) calendar days prior to the original discontinuance date.
d. Annual Funding. When annually appropriated funds are cited on a maintenance order, the period
of maintenance shall automatically expire on September 30th of the contract period, or at the end of the
contract period, whichever occurs first. Renewal of a maintenance order citing the new appropriation shall
be required, if maintenance is to continue during any remainder of the contract period.
e. Cross -year Funding Within Contract Period. Where an ordering office's specific appropriation
authority provides for funds in excess of a 12 month, fiscal year period, the ordering office may place an
order under this schedule contract for a period up to the expiration of the contract period, notwithstanding
the intervening fiscal years.
f. Ordering offices should notify Four Points Technology in writing thirty (30) calendar days prior to the
expiration of maintenance service, if maintenance is to be terminated at that time. Orders for
continued maintenance will be required if maintenance is to be continued during the subsequent
period.
3. REPAIR SERVICE AND REPAIR PARTS/SPARE PARTS ORDERS
a. Agencies may use written orders, EDI orders, credit card orders, blanket purchase agreements
(BPAs), or small order procedures for ordering repair service and/or repair parts/spare parts under this
contract. Orders for repair service shall not extend beyond the end of the contract period.
b. When repair service is ordered, only one chargeable repairman shall be dispatched to perform
repair service, unless the ordering office agrees, in advance, that additional repair personnel are
required to effect repairs.
4. LOSS OR DAMAGE
When Four Points Technology removes equipment to its establishment for repairs, Four Points Technology shall be
responsible for any damage or loss, from the time the equipment is removed from the Government installation, until
the equipment is returned to such installation.
5. SCOPE
a. Four Points Technology shall provide maintenance for all equipment listed herein, as requested by
the Government agency during the contract term. Repair service and repair parts/spare parts shall apply
exclusively to the equipment types/models within the scope of this Information Technology Schedule.
b. Equipment placed under maintenance service shall be in good operating condition.
(1) In order to determine that the equipment is in good operating condition, the equipment shall
be subject to inspection by Four Points Technology, without charge to the Government.
(2) Costs of any repairs performed for the purpose of placing the equipment in good operating
condition shall be borne by Four Points Technology, if the equipment was under Four Points
Technology's guarantee/warranty or maintenance responsibility prior to the effective date of
the maintenance order.
16
(3)
If the equipment was not under the Four Points Technology's responsibility, the costs
necessary to place the equipment in proper operating condition are to be borne by the
Government, in accordance with the provisions of Special Item Number 132-12 (or outside
the scope of this contract).
6. RESPONSIBILITIES OF THE GOVERNMENT
a. Government personnel shall not perform maintenance or attempt repairs to equipment while such
equipment is under the purview of this contract, unless agreed to by Four Points Technology.
b. Subject to security regulations, the Government shall permit access to the equipment which is to
be maintained.
7. RESPONSIBILITIES OF THE CONTRACTOR
For equipment not covered by a maintenance contract or warranty, Four Points Technology's repair service
personnel shall complete repairs as soon as possible after notification by the Government that service is required.
Within the service areas, this repair service should normally be done within 8 hours after notification.
8. MAINTENANCE RATE PROVISIONS
a. REGULAR HOURS
(1) Four Points Technology shall bear all costs of maintenance, including labor, parts, and
such other expenses as are necessary to keep the equipment in good operating condition,
provided that the required repairs are not occasioned by fault or negligence of the Government.
(2) The basic monthly rate for each make and model of machine shall entitle the Government
to remedial maintenance service during the period 8:00 a.m. to 5:00 p.m., Monday through Friday,
exclusive of holidays observed at the Government location.
b. AFTER HOURS
Should the Government require that remedial maintenance be performed outside of Regular Hours, charges
for such maintenance, if any, will be $285 per hour. Periods of less than one hour will be prorated to the
nearest quarter hour.
c. TRAVEL AND TRANSPORTATION
(1) If any charge is to apply, over and above the regular maintenance rates, because of the
distance between the Government location and Four Points Technology's service area, the charge
will be at the contract rate for time and materials service.
17
(2) Such additional charge, if any, will apply to each remedial maintenance request, and will
be limited to one round trip for each service call.
9. REPAIR SERVICE RATE PROVISIONS
a. CHARGES.
Charges for repair service will include the labor charge, computed at the rates set forth below, for the time
during which repairmen are actually engaged in work, and, when applicable, the charge for travel or
transportation.
b. MULTIPLE MACHINES.
When repairs are ordered by a Government agency on two or more machines located in one or more
buildings within walking distance of each other, the charges will be computed from the time the repairman
commences work on the first machine, until the work is completed on the last machine. The time required
to go from one machine to another, or from one building to another, will be considered actual work
performance, and chargeable to the Government, provided the time consumed in going between machines
(or buildings) is reasonable.
c. TRAVEL OR TRANSPORTATION
(1)
AT FOUR POINTS TECHNOLOGY'S SHOP
(a) When equipment is returned to Four Points Technology's shop for adjustments
or repairs which are not covered by the guarantee provision, the cost of transportation,
packing, etc., from the Government location to Four Points Technology's plant, and
return to the Government location, shall be borne by the Government.
(b) The Government should not return defective equipment to Four Points
Technology for adjustments and repairs or replacement without its prior consultation and
instruction.
(2) AT THE GOVERNMENT LOCATION (Within Established Service Areas)
When equipment is repaired at the Government location, and repair service rates are established
for service areas or zones, the listed rates are applicable to any Government location within such
service areas or zones. No extra charge, time, or expense will be allowed for travel or
transportation of repairmen or machines to or from the Government office; such overhead is
included in the repair service rates listed.
(3) AT THE GOVERNMENT LOCATION (Outside Established Service Areas)
(a) The repair service rates listed for subparagraph (2) above apply, except that a
travel charge of $.35 per mile for repairmen will apply to the round-trip distance between
the geographic limits of the applicable service area and the Government location. Such
18
charge will apply as an additional charge, but it will be limited to one round trip for each
request that is made by the ordering activity for repair service, regardless of whether
repairs are performed at the Government location or at Four Points Technology's shop.
(b) When the overall travel charge computed at the above mileage rate is
unreasonable (considering the time required for travel, actual and necessary
transportation costs, and the allowable Government per diem rate for each night the
repairman is required to remain overnight at the Government location), the Government
shall have the option of reimbursing Four Points Technology for actual costs, provided
that the actual costs are reasonable and allowable. Four Points Technology shall furnish
the Government with a report of travel performed and related expenses incurred. The
report shall include departure and arrival dates, times, and the applicable mode of travel.
d. LABOR RATES
(1) REGULAR HOURS - The Regular Hours repair service rates listed herein shall entitle
the Government to repair service during the period 8:00 a.m. to 5:00 p.m., Monday through
Friday, exclusive of holidays observed at the Government location. There shall be no additional
charge for repair service which was requested during Regular Hours, but performed outside the
Regular Hours defined above, at the convenience of Four Points Technology.
(2) AFTER. HOURS - When the Government requires that repair service be performed
outside the Regular Hours defined above, except Sundays and Holidays observed at the
Government location, the After Hours repair service rates Listed herein shall apply. The Regular
Hours rates defined above shall apply when repair service is requested during Regular Hours, but
performed After Hours at the convenience of Four Points Technology.
(3) SUNDAYS AND HOLIDAYS - When the Government requires that repair service be
performed on Sundays and Holidays observed at the Government location, the Sundays and
Holidays repair service rates listed herein shall apply. When repair service is requested to be
performed during Regular Hours and/or After Hours, but is performed at the convenience of Four
Points Technology on Sundays or Holidays observed at the Government location, the Regular
Hours and/or After Hours repair service rates, as applicable, shall apply.
19
REPAIR SERVICE RATES
TIME & MATERIALS
MAINTENANCE RATES
(Rates are based on portal to portal).
Off -site at After Hours
On -site at FPT's at
Client Site Depot Facility Either Site
Hourly Rate (2 hour minimum for
0001 hardware) $52.64 $50.38 $157.93
0001
a Each 114 hour after the first hour. $13.16 $12.59 $39.48
After Hours
at
Outside of 100 mile radius of Depot Facility On -site Either Site
Hourly Rate (2 hour minimum for
0002 hardware) $94.76 $284.28
0002
a Each 1/4 hour after the first hour. $23.69 $71.07
10. Repair Parts/Spare Parts Rate Provisions: All parts, furnished as spares or as repair parts in connection
with the repair of equipment, unless otherwise indicated in this pricelist, shall be new, standard parts manufactured
by the equipment manufacturer.
11. Guarantee/Warranty—Repair Service And Repair Parts/Spare Parts
a. REPAIR SERVICE: All repair work will be guaranteed/warranted for a period of 30 days.
b. REPAIR PARTS/SPARE PARTS: All parts, furnished either as spares or repairs parts will be
guaranteed/warranted for a period of 30 days.
12. INVOICES AND PAYMENTS
a. Maintenance Service
(1) Invoices for maintenance service shall be submitted by the Contractor on a quarterly or
monthly basis, after the completion of such period. Maintenance charges must be paid in arrears (31
U.S.C. 3324). PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN ON THE
INVOICE.
(2) Payment for maintenance service of less than one month's duration shall be prorated at
1/30th of the monthly rate for each calendar day.
20
b. Repair Service and Repair Parts/Spare Parts
Invoices for repair service and parts shall be submitted by the Contractor as soon as possible after completion of
work. Payment under blanket purchase agreements will be made quarterly or monthly, except where cash payment
procedures are used. Invoices shall be submitted separately to each ordering activity office ordering services under
the contract. The cost of repair parts shall be shown as a separate item on the invoice, and shall be priced in
accordance with paragraph #10, above. PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE
SHOWN ON THE INVOICE.
AK
Anchorage
ANCHORAGE, AK
A
AK
Fairbanks
ANCHORAGE, AK
D
AK
Juneau
JUNEAU, AK
A
AK
Ketchikan
JUNEAU, AK
D
AL
Albertville
BIRMINGHAM, AL
B
Service Proximity
Code Miles
A 0-50
B 50 - 100
C 100- 150
D 150+
AL
Alexander City
BIRMINGHAM, AL
B
AL
Andalusia
MOBILE, AL
B
AL
Anniston
BIRMINGHAM, AL
B
AL
Bessemer
BIRMINGHAM, AL
A
AL
Birmingham
BIRMINGHAM, AL
A
AL
Cullman
BIRMINGHAM, AL
A
AL
Decatur
BIRMINGHAM, AL
B
AL
Dothan
MONTGOMERY, AL
B
AL
Fairhope
MOBILE, AL
A
AL
Florence
HUNTSVILLE, AL
B
AL
Gadsden
BIRMINGHAM, AL
B
AL
Huntsville
HUNTSVILLE, AL
A
AL
Jackson
MOBILE, AL
B
AL
Jasper
BIRMINGHAM, AL
A
21
AL
Montgomery
MONTGOMERY, AL
A
AL
Opelika
MONTGOMERY, AL
B
AL
Scottsboro
HUNTSVILLE, AL
A
AL
Selma
MONTGOMERY, AL
A
AL
Talladega
BIRMINGHAM, AL
A
AL
Troy
MONTGOMERY, AL
A
AL
Tuscaloosa
BIRMINGHAM, AL
AR
Batesville
LITTLE ROCK, AR
A
AR
Blytheville
LITTLE ROCK, AR
C
AR
Conway
LITTLE ROCK, AR
A
AR
El Dorado
LITTLE ROCK, AR
AR
Fayetteville
LITTLE ROCK, AR.
AR
Forrest City
LITTLE ROCK, AR
AR
Ft. Smith
LITTLE ROCK, AR
AR
Harrison
LITTLE ROCK, AR
AR
Helena
LITTLE ROCK, AR
AR
Hot Springs
LITTLE ROCK, AR
A
AR
Jonesboro
LITTLE ROCK, AR
B
AR
Little Rock
LITTLE ROCK, AR
A
AR
Monticello
LITTLE ROCK, AR
A
AR
Mountain Home
LITTLE ROCK, AR
B
AR
N. Little Rock
LITTLE ROCK, AR
A
AR
Pine Bluff
LITTLE ROCK, AR
A
AR
Russellville
LITTLE ROCK, AR
A
AR
Searcy
LITTLE ROCK, AR
A
AZ
Bullhead City
PHOENIX, AZ
AZ
Casa Grande
PHOENIX, AZ
A
AZ
Chinle
PHOENIX, AZ
C
AZ
Douglas
TUSCON, AZ
AZ
Flagstaff
PHOENIX, AZ
AZ
Glendale
PHOENIX, AZ
A
22
AZ
Mesa
PHOENIX, AZ
A
AZ
Nogales
TUSCON, AZ
A
AZ
Phoenix
PHOENIX, AZ
A
AZ
Prescott
PHOENIX, AZ
A
AZ
Safford
TUSCON, AZ
A
AZ
Scottsdale
PHOENIX, AZ
A
AZ
Sells
TUSCON, AZ
A
AZ
Show Low
PHOENIX, AZ
B
AZ
South Tucson
TUSCON, AZ
A
AZ
Tuba City
PHOENIX, AZ
C
AZ
Tuscon
TUSCON, AZ
A
AZ
Yuma
PHOENIX, AZ
CA
Alhambra
LOS ANGELES, CA
A
CA
Anaheim
LOS ANGELES, CA
A
CA
Arcadia
LOS ANGELES, CA
B
CA
Auburn
SACRAMENTO, CA
A
CA
Bakersfield
BAKERSFIELD, CA
A
CA
Banning
ORANGE COUNTY, CA
A
CA
Barstow
SAN BERNADINO, CA
A
CA
Berkeley
OAKLAND, CA
A
CA
Bishop
FRESNO, CA
C
CA
Blythe
SAN BERNADINO, CA
C
CA
Brea
ORANGE COUNTY, CA
A
CA
Campbell
SAN JOSE, CA
A
CA
Carmel
MONTERREY, CA
A
CA
Carmichael
SACRAMENTO, CA
A
CA
Chatsworth
LOS ANGELES, CA
A
CA
Chico
SACRAMENTO, CA
B
CA
Chula Vista
SAN DIEGO, CA
A
CA
Clovis
FRESNO, CA
A
CA
Corona
LOS ANGELES, CA
A
CA
Crescent City
EUGENE, OR
D
23
CA City Of Industry
LOS ANGELES, CA
CA
Culver City
LOS ANGELES, CA
A
CA
Daly City
SAN FRANCISCO, CA
A
CA
Delano
FRESNO, CA
B
CA
Downey
LOS ANGELES, CA
A
CA
El Cajon
SAN DIEGO, CA
A
CA
El Centro
SAN DIEGO, CA
B
CA
El Monte
LOS ANGELES, CA
A
CA
El Segundo
LOS ANGELES, CA
A
CA
Escondido
SAN DIEGO, CA
A
CA
Eureka
NOVATO, CA
C
CA
Fairfield
FAIRFIELD, CA
A
CA
Fontana
LOS ANGELES, CA
A
CA
Fremont
OAKLAND, CA
A
CA
Fresno
FRESNO, CA
A
CA
Ft. Bragg
NOVATO, CA
B
CA
Garden Grove
LOS ANGELES, CA
A
CA
Gilroy
SAN JOSE, CA
A
CA
Glendale
LOS ANGELES, CA
A
CA
Glendora
LOS ANGELES, CA
A
CA
Hanford
FRESNO, CA
A
CA
Hayward
OAKLAND, CA
A
CA
Hemet
SAN BERNADINO, CA
A
CA
Hollywood
LOS ANGELES, CA
A
CA
Huntington Bch
LOS ANGELES, CA
A
CA
Huntington Pk
LOS ANGELES, CA
A
CA
Indio
SAN BERNADINO, CA
B
CA
Inglewood
LOS ANGELES, CA
A
CA
La Mesa
SAN DIEGO, CA
A
CA
Laguna Niguel
ORANGE COUNTY, CA
A
CA
Lakeport
NOVATO, CA
A
CA
Lakewood
LOS ANGELES, CA
A
CA
Lancaster
LOS ANGELES, CA
B
CA
Livermore
OAKLAND, CA
A
24
CA Lodi
SACRAMENTO, CA
CA
Long Bch
LOS ANGELES, CA
A
CA
Los Angeles
LOS ANGELES, CA
A
CA
Madera
FRESNO, CA
A
CA
Manhattan Bch
LOS ANGELES, CA
A
CA
CA
Manteca
Marina Del Rey
STOCKTON, CA
LOS ANGELES, CA
A
A
CA
Merced
FRESNO, CA
B
CA
Modesto
STOCKTON, CA
A
CA
Montebello
LOS ANGELES, CA
A
CA
N Hollywood
LOS ANGELES, CA
A
CA
Napa
STOCKTON, CA
A
CA
National City
SAN DIEGO, CA
A
CA
Needles
SAN BERNADINO, CA
C
CA
Newport Bch
LOS ANGELES, CA
A
CA
Norwalk
LOS ANGELES, CA
A
CA
Oakland
OAKLAND, CA
A
CA
Oceanside
SAN DIEGO, CA
A
CA
Ontario
LOS ANGELES, CA
A
CA
Orange
LOS ANGELES, CA
A
CA
Oroville
SACRAMENTO, CA
B
CA
Oxnard
LOS ANGELES, CA
A
CA
Palm Springs
SAN BERNADINO, CA
A
CA
Palo Alto
SAN FRANCISCO, CA
A
CA
Panorama City
LOS ANGELES, CA
C
CA
Pasadena
LOS ANGELES, CA
A
CA
Pittsburg
OAKLAND, CA
A
CA
Placerville
SACRAMENTO, CA
A
CA
Pomona
LOS ANGELES, CA
A
CA
Porterville
FRESNO, CA
CA
Redding
SACRAMENTO, CA
C
CA
Redlands
SAN BERNADINO, CA
A
CA
Redwood City
SAN JOSE, CA
A
CA
Richmond
OAKLAND, CA
A
25
CA Ridgecrest
SAN BERNADINO, CA
CA
Riverside
SAN BERNADINO, CA
A
CA
Roseville
SACRAMENTO, CA
A
CA
Sacramento
SACRAMENTO, CA
A
CA
Salinas
MONTERREY, CA
A
CA
San Bernadino
SAN BERNADINO, CA
A
CA
San Diego
SAN DIEGO, CA
A
CA
San Fernando
LOS ANGELES, CA
A
CA
San Francisco
SAN FRANCISCO, CA
A
CA
San Jose
SAN JOSE, CA
A
CA
San Leandro
OAKLAND, CA
A
CA
San Mateo
SAN JOSE, CA
A
CA
San Pablo
OAKLAND, CA
A
CA
San Pedro
LOS ANGELES, CA
B
CA
San Rafael
NOVATO, CA
A
CA
Santa Ana
LOS ANGELES, CA
A
CA
Santa Barbara
VENTURA, CA
A
CA
Santa Clarita
SAN JOSE, CA
A
CA
Santa Cruz
SAN JOSE, CA
A
CA
Santa Maria
LOS ANGELES, CA
B
CA
Santa Rosa
NOVATO, CA
A
CA
San Luis Obispo
LOS ANGELES, CA
C
CA
Sonora
STOCKTON, CA
B
CA
Stockton
STOCKTON, CA
A
CA
Sunnyvale
SAN JOSE, CA
A
CA
Susanville
SACRAMENTO, CA
C
CA
Thousands Oaks
LOS ANGELES, CA
A
CA
Torrance
LOS ANGELES, CA
A
CA
Tujunga
LOS ANGELES, CA
B
CA
Ukiah
NOVATO, CA
B
CA
Vallejo
NOVATO, CA
A
CA
Van Nuts
LOS ANGELES, CA
A
CA
Ventura
LOS ANGELES, CA
A
CA
Victorville
SAN BERNADINO, CA
A
26
CA Visalia
FRESNO, CA
A
CA
W Sacramento
SACRAMENTO, CA
A
CA
Walnut Creek
OAKLAND, CA
A
CA
Watsonville
MONTERREY, CA
A
CA
West Covina
LOS ANGELES, CA
A
CA
Whittier
LOS ANGELES, CA
A
CA
Yreka
EUGENE, OR
D
CA
Yuba City
SACRAMENTO, CA
A
CO
Alamosa
COLORADO SPRINGS, CO
C
CO
Aurora
DENVER, CO
A
CO
Boulder
DENVER, CO
A
CO
Canon City
COLORADO SPRINGS, CO
A
CO
Colorado Springs
COLORADO SPRINGS, CO
A
CO
Cortez
COLORADO SPRINGS, CO
D
CO
Denver
DENVER, CO
A
CO
Durango
COLORADO SPRINGS, CO
D
CO
Englewood
DENVER, CO
A
CO
Ft. Collins
FT. COLLINS, CO
A
CO
Glenwood Springs
DENVER, CO
C
CO
Golden
DENVER, CO
A
CO
Grand Junction
DENVER, CO
D
CO
Greeley
FT. COLLINS, CO
A
CO
Lajunta
COLORADO SPRINGS, CO
C
CO
Lakewood
DENVER, CO
A
CO
Montrose
COLORADO SPRINGS, CO
D
CO
Pueblo
COLORADO SPRINGS, CO
A
CO
Sterling
DENVER, CO
C
Co
Trinidad
COLORADO SPRINGS, CO
C
CT
Ansonia
WATERBURY, CT
A
CT
Bridgeport
STAMFORD, CT
A
CT
Bristol
WATERBURY, CT
A
CT
Danbury
WATERBURY, CT
B
27
CT
E. Hartford
NORTHEAST, CT
CT
Hartford
NORTHEAST, CT
CT
Merdian
WATERBURY, CT
A
CT
Middletown
WATERBURY, CT
A
CT
New Britain
NORTHEAST, CT
A
CT
New Haven
WATERBURY, CT
A
CT
New London
SHELTON, CT
B
CT
Norwalk
STAMFORD, CT
A
CT
Norwich
SHELTON, CT
B
CT
Stamford
STAMFORD, CT
A
CT
Torrington
WATERBURY, CT
A
CT
Waterbury
WATERBURY, CT
A
CT
Willimantic
NORTHEAST, CT
A
DC
Washington
BALTIMORE, MD
A
DE
Dover
WILMINGTON, DE
A
DE
Georgetown
WILMINGTON, DE
B
7
DE
New Castle
WILMINGTON, DE
A
DE
Wilmington
WILMINGTON, DE
A
FL
Belle Glade
MIAMI, FL
B
FL
Bradenton
TAMPA, FL
A
FL
Clearwater
TAMPA, FL
A
FL
Cocoa
ORLANDO, FL
A
FL
Dade City
TAMPA, FL
A
FL
Deland
ORLANDO, FL
A
FL
Delray Beach
MIAMI, FL
A
FL
Ft Lauderdale
MIAMI, FL
A
FL
Ft. Myers
TAMPA, FL
B
FL
Ft. Pierce
FT LAUDERDALE, FL
B
FL
Ft. Walton Bch
PENSACOLA, FL
A
FL
Gainesville
ORLANDO, FL
B
FL
Hallandale
MIAMI, FL
A
28
FL
Holly Hill
ORLANDO, FL
B
FL
Hollywood
MIAMI, FL
A
FL
Jacksonville
JACKSONVILLE, FL
A
FL
Key West
MIAMI, FL
C
FL
Lake City
JACKSONVILLE, FL
B
FL
Lakeland
TAMPA, FL
A
FL
Leesburg
ORLANDO, FL
A
FL
Marianna
TALLAHASSEE, FL
B
FL
Melbourne
ORLANDO, FL
B
FL
Miami
MIAMI, FL
A
FL
Miami Bch
MIAMI, FL
A
FL
N Miami Bch
MIAMI, FL
A
FL
Naples
MIAMI, FL
C
FL
New Port Richey
TAMPA, FL
A
FL
Ocala
ORLANDO, FL
B
FL
Orlando
ORLANDO, FL
A
FL
Palatka
JACKSONVILLE, FL
B
FL
Panama City
PENSACOLA, FL
B
FL
Pensacola
PENSACOLA,FL
A
FL
Pinellas Park
TAMPA, FL
A
FL
Plant City
ORLANDO, FL
A
FL
Pompano Beach
MIAMI, FL
A
FL
Port Charlotte
TAMPA, FL
B
FL
Quincy
TALLAHASSEE, FL
A
FL
Sanford
ORLANDO, FL
A
FL
Sarasota
TAMPA, FL
A
FL
Sebring
ORLANDO, FL
B
FL
St Augustine
JACKSONVILLE, FL
A
FL
St. Petersburg
TAMPA, FL
A
FL
Sunrise
ORLANDO, FL
B
FL
Tallahassee
TALLAHASSEE, FL
A
FL
Tampa
TAMPA, FL
A
FL
Titusville
ORLANDO, FL
A
29
FL Venice
TAMPA, FL
B
FL
Vero Beach
ORLANDO, FL
B
FL
W Palm Bch
MIAMI, FL
B
FL
Winter Haven
ORLANDO, FL
A
GA
Albany
ALBANY, GA
A
GA
Athens
ATLANTA, GA
B
GA
Atlanta
ATLANTA, GA
A
GA
Augusta
ATLANTA, GA
C
GA
Bainbridge
ALBANY, GA
B
GA
Blue Ridge
ATLANTA, GA
B
GA
Brunswick
JACKSONVILLE, FL
A
GA
Carrollton
ATLANTA, GA
A
GA
Cedartown
ATLANTA, GA
A
GA
Columbus
ALBANY, GA
B
GA
Cordele
ALBANY, GA
A
GA
Covington
ATLANTA, GA
A
GA
Dalton
ATLANTA, GA
B
GA
Dublin
MACON, GA
B
GA
East Point
ATLANTA, GA
A
GA
Gainesville
ATLANTA, GA
A
GA
Griffin
ATLANTA, GA
A
GA
Lagrange
ATLANTA, GA
B
GA
Lawrenceville
ATLANTA, GA
A
GA
Macon
MACON, GA
A
GA
Marietta
ATLANTA, GA
A
GA
Milledgeville
MACON, GA
A
GA
Moultrie
ALBANY, GA
A
GA
Newnan
ATLANTA, GA
A
GA
Rome
ATLANTA, GA
GA
Savannah
CHARLESTON, SC
B
GA
Statesboro
MACON, GA
GA
Swainsboro
MACON, GA
GA
Thomasville
ALBANY, GA
B
30
GA
Toccoa
ATLANTA, GA
B
GA
Tucker
ATLANTA, GA
A
GA
Valdosta
ALBANY, GA
B
GA
Vidalia
MACON, GA
8
GA
Warner Robins
MACON, GA
A
GA
Waycross
BRUNSWICK, GA
A
GA
Winder
ATLANTA, GA
A
HI
Hilo
HONOLULU, HI
B
HI
Honolulu
HONOLULU, HI
A
HI
Lihue
HONOLULU, HI
C
HI
Pearl City
HONOLULU, HI
A
HI
Wailuku
HONOLULU, HI
IA
Ames
DES MOINES, IA
A
IA
Burington
MOLINE/DAVENPORT, IA
B
IA
Carroll
OMAHA, NB
B
IA
Cedar Rapids
CEDAR RAPIDS, IA
A
IA
Clinton
MOLINE/DAVENPORT, IA
A
IA
Council Bluffs
OMAHA, NB
A
IA
Creston
DES MOINES, IA
B
IA
Davenport
MOLINE/DAVENPORT, IA
A
IA
Decorah
CEDAR RAPIDS, IA
C
IA
Des Moines
DES MOINES, IA
A
IA
Dubuque
CEDAR RAPIDS, IA
B
IA
Ft Dodge
DES MOINES, IA
B
IA
Iowa City
CEDAR RAPIDS, IA
A
IA
Marshalltown
DES MOINES, IA
B
IA
Mason City
DES MOINES, IA
C
IA
Oskaloosa
DES MOINES, IA
IA
Ottumwa
DES MOINES, IA
B
IA
Sioux City
OMAHA, NB
C
IA
Spencer
DES MOINES, IA
31
IA
Storm Lake
DES MOINES, IA
IA
Waterloo
CEDAR RAPIDS, IA
B
ID
Boise
BOISE, ID
A
ID
Caldwell
BOISE, ID
A
ID
Coeur D'Alene
SPOKANE, WA
A
ID
Idaho Falls
IDAHO FALLS, ID
A
ID
Lewiston
SPOKANE, WA
B
ID
Pocatello
IDAHO FALLS, ID
A
ID
Twin Falls
BOISE, ID
B
IL
Alton
ST. LOUIS, MO
A
IL
Aurora
CHICAGO, IL
A
IL
Belleville
ST. LOUIS, MO
A
IL
Bloomingdale
CHICAGO, IL
A
IL
Bloomington
BLOOMINGTON, IL
A
IL
Carbondale
MARION, IL
A
IL
Champaign
CHAMPAIGN/URBANA, IL
A
IL
Chicago
CHICAGO, IL
A
IL
Chicago Hghts
CHICAGO, IL
A
IL
Danville
CHAMPAIGN/URBANA, IL
A
IL
Decatur
SPRINGFIELD, IL
B
IL
Des Plaines
CHICAGO, IL
A
IL
Downers Grove
SPRINGFIELD, IL
B
IL
E St. Louis
ST. LOUIS, MO
A
IL
Effingham
CHAMPAIGN/URBANA, IL
B
IL
Elgin
CHICAGO, IL
A
IL
Evanston
CHICAGO, IL
A
IL
Evergreen Park
CHICAGO, IL
A
IL
Freeport
ROCKFORD, IL
B
IL
Galesburg
PEORIA, IL
B
IL
Harrisburg
MARION, IL
A
IL
Hickory Hills
CHICAGO, IL
A
IL
Joliet
CHICAGO, IL
B
32
IL Kankakee
CHICAGO, IL
B
IL
Litchfield
SPRINGFIELD, IL
B
IL
Melrose Park
CHICAGO, IL
A
IL
Mount Vernon
MARION, IL
B
IL
N. Riverside
CHICAGO, IL
A
IL
Oak Park
CHICAGO, IL
A
IL
Pekin
PEORIA, IL
A
IL
Peoria
PEORIA, IL
A
IL
Peru
BLOOMINGTON, IL
B
IL
Quincy
SPRINGFIELD, IL
C
IL
Rock Island
PEORIA, IL
C
IL
Rockford
ROCKFORD, IL
A
IL
Springfield
SPRINGFIELD, IL
A
IL
Sterling
ROCKFORD, IL
B
IL
Waukegan
CHICAGO, IL
B
IL
W Frankfort
MARION, IL
A
IL
Woodstock
ROCKFORD, IL
A
IN
Anderson
ANDERSON, IN
A
IN
Auburn
FT. WAYNE, IN
A
IN
Bloomington
INDIANAPOLIS, IN
A
IN
Columbus
INDIANAPOLIS, IN
A
IN
Crawfordsville
INDIANAPOLIS, IN
A
IN
Elkhart
SOUTH BEND, IN
A
IN
Evansville
MARION, IL
B
IN
Ft. Wayne
FT. WAYNE, IN
A
IN
Gary
CHICAGO, IL
A
IN
Hammond
CHICAGO, IL
A
IN
Indianapolis
INDIANAPOLIS, IN
A
IN
Kokomo
INDIANAPOLIS, IN
A
IN
Lafayette
INDIANAPOLIS, IN
B
IN
Madison
LOUISVILLE, KY
IN
Marion
FT. WAYNE, IN
B
IN
Merrillville
CHICAGO, IL
B
33
IN Michigan City
CHICAGO, IL
IN
Muncie
ANDERSON, IN
A
IN
New Albany
LOUISVILLE, KY
A
IN
Richmond
INDIANAPOLIS, IN
B
IN
South Bend
SOUTH BEND, IN
A
IN
Terre Haute
INDIANAPOLIS, IN
IN
Valparaiso
CHICAGO, IL
IN
Vincennes
MARION, IL
C
KS
Dodge City
WICHITA, KS
C
KS
Empora
TOPEKA, KS
A
KS
Hays
TOPEKA, KS
D
KS
Hutchinson
WICHITA, KS
A
KS
Indepenence
TULSA, OK
B
KS
Kansas City
KANSAS CITY, KS
A
KS
Lawrence
TOPEKA, KS
A
KS
Lenexa
KANSAS CITY, KS
A
KS
Manhattan
TOPEKA, KS
B
KS
Ottawa
TOPEKA, KS
B
KS
Pittsburg
TULSA, OK
C
KS
Salina
WICHITA, KS
B
KS
Topeka
TOPEKA, KS
A
KS
Wichita
WICHITA, KS
A
KS
Winfield
WICHITA, KS
A
KY
Ashland
PARKERSBURG, WV
C
KY
Bowling Green
NASHVILLE, TN
A
KY
Campbellsville
LEXINGTON, KY
C
KY
Corbin
LEXINGTON, KY
C
KY
Danville
LEXINGTON, KY
B
KY
Elizabethtown
LOUISVILLE, KY
B
KY
Frankfort
LEXINGTON, KY
A
KY
Ft. Mitchell
CINCINNATI, OH
A
KY
Harlan
LEXINGTON, KY
D
34
KY Hazard
LEXINGTON, KY
KY
Henderson
LOUISVILLE, KY
C
KY
Hopkinsville
NASHVILLE, TN
B
KY
Jackson
LEXINGTON, KY
C
KY
Lexington
LEXINGTON, KY
A
KY
Louisville
LOUISVILLE, KY
A
KY
Madisonville
NASHVILLE, TN
C
KY
Mayfield
MARION, IL
B
KY
Maysville
LEXINGTON, KY
B
KY
Middlesboro
LEXINGTON, KY
D
KY
Owensboro
LOUISVILLE, KY
C
KY
Paduca
MARION, IL
B
KY
Pikeville
LEXINGTON, KY
D
KY
Prestonsburg
LEXINGTON, KY
D
KY
Richmond
LEXINGTON, KY
A
KY
Somerset
LEXINGTON, KY
C
LA
Alexandria
SHREVEPORT, LA
C
LA
Bastrop
SHREVEPORT, LA
B
LA
Baton Rouge
BATON ROUGE, LA
A
LA
Bogalusa
BATON ROUGE, LA
B
LA
Covington
NEW ORLEANS, LA
A
LA
tDeridder
SHREVEPORT, LA
C
LA
Gretna
NEW ORLEANS, LA
A
LA
Hammond
NEW ORLEANS, LA
A
LA
Houma
NEW ORLEANS, LA
A
LA
Lafayette
BATON ROUGE, LA
LA
Lake Charles
BATON ROUGE, LA
C
LA
Leesville
SHREVEPORT, LA
C
LA
Metairie
NEW ORLEANS, LA
A
LA
Minden
SHREVEPORT, LA
A
LA
Morgan City
NEW ORLEANS, LA
B
TX
Mt. Pleasant
SHREVEPORT, LA
C
LA
Natchitoches
SHREVEPORT, LA
B
35
LA New Iberia
BATON ROUGE, LA
B
LA
New Orleans
NEW ORLEANS, LA
A
LA
Opelousas
BATON ROUGE, LA
B
LA
Plaquemine
BATON ROUGE, LA
A
LA
RUSTON
SHREVEPORT, LA
B
LA
Shreveport
SHREVEPORT, LA
A
LA
Tallulah
JACKSON, MS
MA
Attleboro
BOSTON, MA
A
MA
Boston
BOSTON, MA
A
MA
Brockton
BOSTON, MA
A
MA
Brookline
BOSTON, MA
A
MA
Chelsea
BOSTON, MA
A
MA
Dorchester
BOSTON, MA
A
MA
Fall River
CAPE COD, MA
B
MA
Falmouth
CAPE COD, MA
B
MA
Fitchburg
WORCESTER, MA
A
MA
Framingham
BOSTON, MA
A
MA
Gardner
GREENFIELD, MA
A
MA
Greenfield
GREENFIELD, MA
A
MA
Hanover
BOSTON, MA
A
MA
Haverhill
BOSTON, MA
A
MA
Holyoke
SPRINGFIELD, MA
A
MA
Hyannis
CAPE COD, MA
A
MA
Lawrence
BOSTON, MA
A
MA
Lowell
BOSTON, MA
A
MA
Lynn
BOSTON, MA
A
MA
Malden
BOSTON, MA
A
MA
New Bedford
CAPE COD, MA
B
MA
North Adams
SPRINGFIELD, MA
A
MA
Norwood
BOSTON, MA
A
MA
Pittsfield
PITTSFIELD, MA
A
MA
Quincy
BOSTON, MA
A
MA
Roslindale
BOSTON, MA
A
36
MA Roxbury BOSTON, MA
MA Salem
MA Somerville
MA Springfield
MA Taunton
MA Waltham
MA Worcester
MD Annapolis
MD Baltimore
MD Bel Air
MD Cambridge
MD Columbia
MD Elkton
MD Frederick
MD Glen Burnie
MD Hagerstown
MD Lavale
MD Owings Mills
MD Randallstown
MD Rockville
MD Salisbury
MD Seat Pleasant
MD Silver Springs
MD Temple Hills
MD Towson
MD Westminster
MD Wheaton
ME Auburn
ME Augusta
ME Bangor
ME Biddeford
BOSTON, MA
BOSTON, MA
SPRINGFIELD, MA
CAPE COD, MA
BOSTON, MA
WORCESTER, MA
LANHAM, MD
BALTIMORE, MD
LANHAM, MD
BALTIMORE, MD
BALTIMORE, MD
BALTIMORE, MD
HAGERSTOWN/FREDERICK, MD
BALTIMORE, MD
LANHAM, MD
HAGERSTOWN/FREDERICK, MD
HAGERSTOWN/FREDERICK, MD
BALTIMORE, MD
BALTIMORE, MD
LANHAM, MD
NORFOLK, VA
LANHAM, MD
LANHAM, MD
LANHAM, MD
BALTIMORE, MD
BALTIMORE, MD
LANHAM, MD
PORTLAND, ME
PORTLAND, ME
PORTLAND, ME
PORTLAND, ME
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
37
ME
Presque Isle
PORTLAND, ME
PORTLAND, ME
D
ME
Rockland
PORTLAND, ME
A
ME
Rumford
PORTLAND, ME
A
ME
MI
Waterville
Adrian
PORTLAND, ME
ANN ARBOR, MI
A
MI
Alpena
SAGINAW, MI
C
MI
Ann Arbor
ANN ARBOR, MI
A
MI
Battle Creek
BATTLE CREK, MI
A
MI
Bay City
SAGINAW, MI
A
MI
Benton Harbor
KALAMAZOO, MI
B
MI
Big Rapids
GRAND RAPIDS, MI
A
MI
Dearborn
DETROIT, MI
A
MI
Detroit
DETROIT, MI
A
MI
Escanaba
OSHKOSH, WI
C
MI
Farmington Hills
DETROIT, MI
A
MI
Flint
FLINT, MI
A
MI
Grand Rapids
GRAND RAPIDS, MI
A
MI
Hamtrack
DETROIT, MI
A
MI
Hancock
WAUSAU, WI
C
MI
Highland Prk
DETROIT, MI
A
MI
Holand
GRAND RAPIDS, MI
A
MI
Inkster
DETROIT, MI
A
MI
Iron Mountain
WAUSAU, WI
C
MI
Ironwood
WAUSAU, WI
C
MI
Jackson
JACKSON, MI
A
MI
Kalamazoo
KALAMAZOO, MI
A
MI
Lansing
LANSING, MI
A
MI
Livonia
DETROIT, MI
A
MI
Ludington
MUSKEGON, MI
MI
Marquette
WAUSAU, WI
MI
Monroe
DETROIT, MI
A
MI
Mount Clemens
DETROIT, MI
A
38
MI Mt. Pleasant
SAGINAW, MI
MI
Muskegon
MUSKEGON, MI
A
MI
Owosso
LANSING, MI
A
MI
Petoskey
SAGINAW, MI
MI
Pontiac
PONTIAC, MI
A
MI
Port Huron
DETROIT, MI
A
MI
Roseville
DETROIT, MI
A
MI
Royal Oak
DETROIT, MI
A
MI
Saginaw
SAGINAW, MI
A
MI
Sault St. Marie
SAGINAW, MI
D
MI
Traverse City
SAGINAW, MI
C
MI
Warren
DETROIT, MI
A
MI
West Branch
SAGINAW, MI
B
MI
Wyandotte
DETROIT, MI
A
MN
Alexandria
ST. CLOUD, MN
B
MN
Austin
MINNEAPOLIS, MN
B
MN
Bemidji
ST. CLOUD, MN
C
MN
Brainerd
ST. CLOUD, MN
B
MN
Brooklyn Center
MINNEAPOLIS, MN
A
MN
Duluth
DULUTH, MN
A
MN
Fairmont
MINNEAPOLIS, MN
C
MN
Fergus Falls
FARGO,ND
B
MN
Hibbing
DULUTH, MN
B
MN
Mankato
MINNEAPOLIS, MN
B
MN
Marshall
SIOUX FALLS, SD
B
MN
Minneapolis
MINNEAPOLIS, MN
A
MN
Rochester
MINNEAPOLIS, MN
B
MN
St. Cloud
ST. CLOUD, MN
A
MN
St. Louis Prk
MINNEAPOLIS, MN
A
MN
St. Paul
MINNEAPOLIS, MN
A
MN
Winona
MINNEAPOLIS, MN
MO
Arnold
ST. LOUIS, MO
A
39
MO Cape Girardeau
MARION, IL
MO
Chillicothe
KANSAS CITY, KS
B
MO
Clayton
ST. LOUIS, MO
A
MO
Columbia
COLUMBIA, MO
A
MO
Creve Couer
ST. LOUIS, MO
A
MO
Flat River
ST. LOUIS, MO
B
MO
Florissant
ST. LOUIS, MO
A
MO
Gladstone
KANSAS CITY, KS
A
MO
Hannibal
ST. LOUIS, MO
B
MO
Independence
KANSAS CITY, KS
A
MO
Jefferson City
COLUMBIA, MO
A
MO
Joplin
SPRINGFIELD, MO
B
MO
Kansas City
KANSAS CITY, KS
A
MO
Kennett
MEMPHIS, TN
B
MO
Kerwood
COLUMBIA, MO
C
MO
Kirksville
COLUMBIA, MO
B
MO
Lebanon
SPRINGFIELD, MO
A
MO
Maryville
KANSAS CITY, KS
B
MO
Moberly
COLUMBIA, MO
A
MO
Nevada
KANSAS CITY, KS
B
MO
Poplar Bluff
ST. LOUIS, MO
C
MO
Rolla
ST. LOUIS, MO
B
MO
Sedalia
COLUMBIA, MO
B
MO
Sikeston
ST. LOUIS, MO
C
MO
Springfield
SPRINGFIELD, MO
A
MO
St. Charles
ST. LOUIS, MO
A
MO
St. Joseph
KANSAS CITY, KS
B
MO
St. Louis
ST. LOUIS, MO
A
MO
Union
ST. LOUIS, MO
A
MO
Warrensburg
KANSAS CITY, KS
B
MO
West Plains
SPRINGFIELD, MO
B
MS
Biloxi
MOBILE, AL
A
MS
Brookhaven
JACKSON, MS
B
40
MS Clarksdale MEMPHIS, TN
MS
Cleveland
JACKSON, MS
C
MS
Columbus
JACKSON, MS
B
MS
Corinth
MEMPHIS, TN
B
MS
Greenville
JACKSON, MS
B
MS
Greenwood
JACKSON, MS
B
MS
Grenada
JACKSON, MS
B
MS
Gulfport
MOBILE, AL
B
MS
Hattiesburg
JACKSON, MS
B
MS
Holly Springs
MEMPHIS, TN
A
MS
Jackson
JACKSON, MS
A
MS
Kosciusko
JACKSON, MS
B
MS
Laurel
JACKSON, MS
B
MS
Mccomb
JACKSON, MS
B
MS
Meridian
JACKSON, MS
B
MS
Natchez
JACKSON, MS
B
MS
Newton
JACKSON, MS
A
MS
Pascagoula
MOBILE, AL
A
MS
Philadelphia
JACKSON, MS
B
MS
Starkville
JACKSON, MS
B
MS
Tupelo
MEMPHIS, TN
B
MS
Vicksburg
JACKSON, MS
A
MT
Billings
RAPID CITY, SD
D
MT
Bozeman
IDAHO FALLS, ID
C
MT
Butte
IDAHO FALLS, ID
D
MT
Glasgow
RAPID CITY, SD
D
MT
Great Falls
IDAHO FALLS, ID
D
MT
Havre
RAPID CITY, SD
D
MT
Helena
IDAHO FALLS, ID
D
MT
Kalispell
IDAHO FALLS, ID
D
MT
Miles City
RAPID CITY, SD
C
MT
Missoula
IDAHO FALLS, ID
D
41
NC Ahoskie
RALIEGH, NC
C
NC
Albemarle
CHARLOTTE, NC
A
NC
Asheboro
GREENSBORO, NC
A
NC
Asheville
ASHEVILLE, NC
A
NC
Burlington
GREENSBORO, NC
A
NC
Charlotte
CHARLOTTE, NC
A
NC
Concord
CHARLOTTE, NC
A
NC
Durham
RALIEGH, NC
A
NC
Elizabeth City
NORFOLK, VA
B
NC
Fayetteville
RALIEGH, NC
NC
Franklin
ASHEVILLE, NC
NC
Gastonia
CHARLOTTE, NC
A
NC
Goldsboro
RALIEGH, NC
B
NC
Greensboro
GREENSBORO, NC
A
NC
Greenville
RALIEGH, NC
B
NC
Henderson
RALIEGH, NC
A
NC
Hendersonville
ASHEVILLE, NC
A
NC
Hickory
CHARLOTTE, NC
B
NC
High Point
GREENSBORO, NC
A
NC
Kingston
RALIEGH, NC
B
NC
Lumberton
RALIEGH, NC
NC
Morganton
CHARLOTTE, NC
NC
Mount Airy
GREENSBORO, NC
NC
New Bern
CHERRY POINT, NC
NC
Raleigh
RALIEGH, NC
A
NC
Reidsville
GREENSBORO, NC
A
NC
Roanoke Rapids
NORFOLK, VA
B
NC
Rockingham
CHARLOTTE, NC
NC
Rocky Mount
RALIEGH, NC
NC
Salisbury
CHARLOTTE, NC
NC
Sanford
RALIEGH, NC
NC
Shelby
CHARLOTTE, NC
NC
Smithfield
RALIEGH, NC
A
NC
Statesville
CHARLOTTE, NC
A
42
NC Washington RALIEGH, NC
NC
Whitevillc
RALIEGH, NC
NC
Wilkesboro
GREENSBORO, NC
B
NC
Wilmington
RALIEGH, NC
NC
Wilson
RALIEGH, NC
A
NC
Winston-Salem
GREENSBORO, NC
A
ND
Bismarck
FARGO, ND
D
ND
Devils Lake
FARGO, ND
C
ND
Dickinson
FARGO, ND
D
ND
Fargo
FARGO, ND
A
ND
Grafton
FARGO, ND
B
ND
Grand Forks
FARGO, ND
ND
Jamestown
FARGO, ND
B
ND
Minot
FARGO, ND
D
ND
Williston
FARGO, ND
D
NE
Beatrice
LINCOLN, NE
A
NE
Grand Island
LINCOLN, NE
B
NE
Lincoln
LINCOLN, NE
A
NE
Norfolk
OMAHA, NB
B
NE
North Platte
NORTH PLATTE, NE
A
NE
Omaha
OMAHA, NB
A
NE
Scottsbluff
NORTH PLATTE, NE
D
NH
Concord
KEENE, NH
A
NH
Keene
KEENE, NH
A
NH
Littleton
KEENE, NH
D
NH
Manchester
KEENE, NH
B
NH
Nashua
KEENE, NH
B
NH
Portsmouth
PORTLAND, ME
A
NJ
Asbury Park
EDISON, NJ
A
NJ
Brick
EDISON, NJ
43
NJ Bridgeton
SOUTH JERSEY, NJ
A
NJ
Camden
PHILADELPHIA, PA
A
NJ
East Brunswick CLIFTON, NJ
A
NJ
East Orange CLIFTON, NJ
A
NJ
Elizabeth CLIFTON, NJ
A
NJ
Glassboro SOUTH JERSEY, NJ
A
NJ
Glen Rock CLIFTON, NJ
A
NJ
Hackensack CLIFTON, NJ
A
NJ
Hoboken CLIFTON, NJ
A
NJ
Irvington CLIFTON, NJ
A
NJ
Iselin CLIFTON, NJ
A
NJ
Jersey City CLIFTON, NJ
A
NJ
Lodi CLIFTON, NJ
A
NJ
Montclair CLIFTON, NJ
A
NJ
Mount Holly PHILADELPHIA, PA
A
NJ
New Brunswick EDISON, NJ
A
NJ
Newark CLIFTON, NJ
A
NJ
Newton CLIFTON, NJ
A
NJ
Parsippany CLIFTON, NJ
A
NJ
Passaic CLIFTON, NJ
A
NJ
Paterson CLIFTON, NJ
A
NJ
Plainfield EDISON, NJ
A
NJ
Pleasantville SOUTH JERSEY, NJ
A
NJ
Raritan CLIFTON, NJ
A
NJ
Toms River EDISON, NJ
NJ
Trenton PHILADELPHIA, PA
NJ
Wildwood PHILADELPHIA, PA
NM
Albuquerque ALBUQUERQUE, NM
A
NM
Carlsbad EL PASO, TX
B
NM
Clovis LUBBOCK, TX
NM
Farmington ALBUQUERQUE, NM
NM
Gallup ALBUQUERQUE, NM
NM
Hobbs LUBBOCK, TX
44
NM Las Cruces
EL PASO, TX
A
NM
Las Vegas
SANTA FE, NM
B
NM
Roswell
ALBUQUERQUE, NM
C
NM
Sante Fe
SANTA FE, NM
A
NV
Elko
RENO, NV
NV
Las Vegas
LAS VEGAS, NV
A
NV
N Las Vegas
LAS VEGAS, NV
A
NV
Reno
RENO, NV
A
NY
Albany
ALBANY,NY
A
NY
Amherst
BUFFALO, NY
A
NY
Astoria
NYC, NY
B
NY
Auburn
SYRACUSE, NY
A
NY
Batavia
BUFFALO, NY
A
NY
Binghamton
BINGHAMTON, NY
A
NY
Bronx
NYC, NY
A
NY
Brooklyn
MELVILLE, NY
A
NY
Buffalo
BUFFALO, NY
A
NY
Cheektowaga
BUFFALO, NY
A
NY
Corning
ELMIRA, NY
A
NY
Dunkirk
ERIE, PA
B
NY
Elmira
ELMIRA, NY
A
NY
Far Rockaway
MELVILLE, NY
A
NY
Flushing
MELVILLE, NY
A
NY
Freeport
MELVILLE, NY
A
NY
Geneva
SYRACUSE, NY
B
NY
Glendale
NYC, NY
B
NY
Glens Falls
GLENSFALLS, NY
A
NY
Gloversville
GLENSFALLS, NY
B
NY
Herkimer
UTICA, NY
A
NY
Hudson
PUTNAM, NY
B
NY
Ithaca
ITHACA, NY
A
NY
Jackson Heights
MELVILLE, NY
A
45
NY Jamaica
MELVILLE, NY
NY
Jamestown
ERIE, PA
B
NY
Kingston
PUTNAM, NY
B
NY
Lindenhurst
MELVILLE, NY
A
NY
Long Beach
MELVILLE, NY
A
NY
Long Island City
MELVILLE, NY
A
NY
Melville
MELVILLE, NY
A
NY
Mineola
MELVILLE, NY
A
NY
Monticello
WHITE PLAINS, NY
B
NY
Mount Vernon
WHITE PLAINS, NY
A
NY
Nanuet
PUTNAM, NY
B
NY
New Rochelle
WHITE PLAINS, NY
A
NY
New York
NYC, NY
A
NY
Newburgh
PUTNAM, NY
B
NY
Niagara Falls
BUFFALO, NY
A
NY
Ogdensburg
SYRACUSE, NY
D
NY
Olean
ERIE, PA
B
NY
Oneonta
BINGHAMTON, NY
B
NY
Oswego
SYRACUSE, NY
NY
Patchogue
MELVILLE, NY
A
NY
Peekskill
WHITE PLAINS, NY
A
NY
Plattsburgh
GLENSFALLS, NY
C
NY
Poughkeepsie
PUTNAM, NY
A
NY
Riverhead
MELVILLE, NY
A
NY
Rochester
ROCHESTER, NY
A
NY
Rome
ROME, NY
A
NY
Schenectady
ALBANY, NY
A
NY
Staten Island
NYC, NY
A
NY
Syracuse
SYRACUSE, NY
A
NY
Troy
ALBANY, NY
A
NY
Utica
UTICA, NY
A
NY
Watertown
SYRACUSE, NY
B
NY
West Seneca
BUFFALO, NY
A
NY
Westbury
MELVILLE, NY
A
46
NY White Plains
WHITE PLAINS, NY
A
NY
Yonkers
NYC, NY
A
OH
Akron
AKRON, OH
A
OH
Ashtabula
CLEVELAND, OH
B
OH
Athens
PARKERSBURG, WV
A
OH
Batavia
CINCINNATI, OH
A
OH
Bowling Green
BOWLING GREEN, OH
A
OH
Cambridge
PARKERSBURG, WV
A
OH
Canton
AKRON, OH
A
OH
Chillicothe
COLUMBUS, OH
A
OH
Cincinnati
CINCINNATI, OH
A
OH
Cleveland
CLEVELAND,OH
A
OH
Columbus
COLUMBUS, OH
A
OH
Dayton
DAYTON,OH
A
OH
Defiance
BOWLING GREEN, OH
A
OH
East Liverpool
PITTSBURGH, PA
A
OH
Euclid
CLEVELAND, OH
A
OH
Findlay
BOWLING GREEN, OH
A
OH
Fremont
BOWLING GREEN, OH
A
OH
Gallipolis
PARKERSBURG, WV
B
OH
Hamilton
CINCINNATI, OH
A
OH
Ironton
LEXINGTON, KY
C
OH
Lakewood
CLEVELAND, OH
A
OH
Lancaster
COLUMBUS, OH
A
OH
Lima
BOWLING GREEN, OH
A
OH
Lorain
CLEVELAND,OH
A
OH
Mansfield
AKRON, OH
B
OH
Marietta
PARKERSBURG, WV
A
OH
Marion
BOWLING GREEN, OH
B
OH
Medina
AKRON, OH
A
OH
Middleburg Hgt
CLEVELAND,OH
A
OH
Middletown
DAYTON, OH
A
OH
Newark
COLUMBUS, OH A
47
OH New Philadelphia
AKRON,OH
OH
Painesville
CLEVELAND,OH
A
OH
Piqua
BOWLING GREEN, OH
OH
Portsmouth
CINCINNATI, OH
OH
Ravenna
AKRON, OH
A
OH
Sandusky
CLEVELAND, OH
B
OH
Springfield
DAYTON,OH
A
OH
Steubenville
PITTSBURGH, PA
A
OH
Toledo
TOLEDO, OH
A
OH
Warren
CLEVELAND,OH
B
OH
Wooster
AKRON, OH
A
OH
Worthington
COLUMBUS, OH
A
OH
Xenia
DAYTON, OH
A
OH
Youngstown
YOUNGSTOWN, OH
A
OH
Zanesville
COLUMBUS, OH
OK
Ada
OKLAHOMA CITY, OK
OK
Ardmore
OKLAHOMA CITY, OK
OK
Bartlesville
TULSA, OK
A
OK
Chickasha
OKLAHOMA CITY, OK
A
OK
Clinton
OKLAHOMA CITY, OK
OK
Duncan
OKLAHOMA CITY, OK
OK
Durant
DALLAS, TX
OK
Enid
PONCA CITY, OK
OK
Hugo
DALLAS, TX
OK
Lawton
OKLAHOMA CITY, OK
OK
Mcalester
TULSA, OK
OK
Miami
TULSA, OK
OK
Moore
OKLAHOMA CITY, OK
A
OK
Muskogee
TULSA, OK
B
OK
Oklahima City
OKLAHOMA CITY, OK
A
OK
Okmulgee
TULSA, OK
A
OK
Poteau
TULSA, OK
C
OK
Shawnee
OKLAHOMA CITY, OK
A
48
OK Stillwater
OKLAHOMA CITY, OK
OK
Tulsa
TULSA, OK
A
OK
Woodward
OKLAHOMA CITY, OK
OR
Albany
EUGENE,OR
A
OR
Astoria
PORTLAND, OR
B
OR
Beaverton
PORTLAND, OR
A
OR
Bend
EUGENE, OR
C
OR
Coos Bay
EUGENE, OR
C
OR
Eugene
EUGENE, OR
A
OR
Grants Pass
EUGENE, OR
C
OR
Klamath Falls
EUGENE, OR
D
OR
La Grande
BOISE, ID
D
OR
Medford
EUGENE, OR
D
OR
Milwaukie
PORTLAND, OR
A
OR
Ontario
BOISE, ID
B
OR
Pendleton
BOISE, ID
D
OR
Portland
PORTLAND, OR
A
OR
Roseburg
EUGENE, OR
B
OR
Salem
PORTLAND, OR
A
OR
The Dalles
PORTLAND, OR
B
PA
Allentown
ALLENTOWN, PA
A
PA
Altoona
PITTSBURGH, PA
C
PA
Ambridge
PITTSBURGH, PA
A
PA
Beaver Falls
PITTSBURGH, PA
A
PA
Bethlehem
ALLENTOWN, PA
A
PA
Bloomsburg
WILKES-BARRE, PA
A
PA
Boyers
PITTSBURGH, PA
B
PA
Bristol
PHILADELPHIA, PA
A
PA
Butler
PITTSBURGH, PA
A
PA
Carbondale
SCRANTON, PA
A
PA
Carlisle
HARRISBURG, PA
A
PA
Chambersburg
HARRISBURG, PA
B
49
PA Charleroi
PITTSBURGH, PA
A
PA
Chester
PHILADELPHIA, PA
A
PA
Dubois
PITTSBURGH, PA
C
PA
E Pittsburgh
PITTSBURGH, PA
A
PA
E Stroudsburg
SCRANTON, PA
A
PA
Easton
ALLENTOWN, PA
A
PA
Erie
ERIE, PA
A
PA
Glenside
PHILADELPHIA, PA
A
PA
Greensburg
PITTSBURGH, PA
A
PA
Harrisburg
HARRISBURG, PA
A
PA
Hazleton
HARRISBURG, PA
B
PA
Indiana
PITTSBURGH, PA
B
PA
Johnstown
PITTSBURGH, PA
B
PA
Kittanning
PITTSBURGH, PA
B
PA
Lancaster
HARRISBURG, PA
A
PA
Lebanon
READING, PA
A
PA
Lewistown
READING, PA
B
PA
Mckeesport
PITTSBURGH, PA
A
PA
Meadville
ERIE, PA
A
PA
Monroeville
PITTSBURGH, PA
A
PA
New Castle
PITTSBURGH, PA
B
PA
New Kensington
PITTSBURGH, PA
A
PA
Norristown
KING OF PRUSSIA, PA
A
PA
Oil City
PITTSBURGH, PA
B
PA
Philadelphia
PHILADELPHIA, PA
A
PA
Pittsburgh
PITTSBURGH, PA
A
PA
Pittston
WILKES-BARRE, PA
A
PA
Plainesville
WILKES-BARRE, PA
A
PA
Pottstown
KING OF PRUSSIA, PA
A
PA
Pottsville
READING, PA
A
PA
Reading
PHILADELPHIA, PA
B
PA
Scranton
SCRANTON, PA
A
PA
Shamokin
HARRISBURG, PA
B
PA
Sharon
AKRON, OH
B
50
PA Somerset
PITTSBURGH, PA
PA
State College
HARRISBURG, PA
B
PA
Sunbury
READING, PA
B
PA
Towanda
ELMIRA, NY
A
PA
Uniontown
PITTSBURGH, PA
A
PA
Upper Darby
KING OF PRUSSIA, PA
A
PA
Washington
PITTSBURGH, PA
A
PA
West Chester
KING OF PRUSSIA, PA
A
PA
Wilkes-Barre
WILKES-BARRE, PA
A
PA
Wilkinsburg
PITTSBURGH, PA
A
PA
Williamsport
ELMIRA, NY
B
PA
York
HARRISBURG, PA
A
RI
Newport
WARWICK, RI
A
RI
Pawtucket
WARWICK, RI
A
RI
Providence
WARWICK, RI
A
RI
West Warwick
WARWICK, RI
A
RI
Woonsocket
WARWICK, RI
A
SC
Aiken
COLUMBIA, SC
B
SC
Anderson
GREENVILLE, SC
A
SC
Beaufort
CHARLESTON, SC
SC
Bennettsville
COLUMBIA, SC
B
SC
Camden
COLUMBIA, SC
A
SC
Charleston
CHARLESTON, SC
A
SC
Columbia
COLUMBIA, SC
A
SC
Conway
CHARLESTON, SC
B
SC
Dillon
CHARLESTON, SC
C
SC
Florence
CHARLESTON, SC
SC
Georgetown
CHARLESTON, SC
B
SC
Greenville
GREENVILLE, SC
A
SC
Greenwood
COLUMBIA, SC
B
SC
Lancaster
COLUMBIA, SC
B
SC
Laurens
GREENVILLE, SC
A
51
SC N Charleston
CHARLESTON, SC
A
SC
Orangeburg
CHARLESTON, SC
SC
Rock Hill
CHARLOTTE, NC
A
SC
Spartanburg
GREENVILLE, SC
A
SC
Sumter
COLUMBIA, SC
A
SC
Walterboro
CHARLESTON, SC
SD
Aberdeen
FARGO, ND
SD
Huron
SIOUX FALLS, SD
SD
Rapid City
RAPID CITY, SD
A
SD
Sioux Falls
SIOUX FALLS, SD
A
SD
Watertown
SIOUX FALLS, SD
C
SD
Yankton
SIOUX FALLS, SD
TN
Athens
CHATTANOOGA, TN
TN
Chattanooga
CHATTANOOGA, TN
A
TN
Clarksville
NASHVILLE, TN
A
TN
Cleveland
CHATTANOOGA, TN
A
TN
Columbia
NASHVILLE, TN
A
TN
Cookeville
NASHVILLE, TN
B
TN
Dyersburg
MEMPHIS, TN
B
TN
Gallatin
NASHVILLE, TN
A
TN
Greenville
ASHEVILLE, NC
B
TN
Jackson
MEMPHIS, TN
TN
Johnson City
ASHEVILLE, NC
TN
Kingsport
ASHEVILLE, NC
TN
Kingston
KNOXVILLE, TN
A
TN
Knoxville
KNOXVILLE, TN
A
TN
Lafollette
KNOXVILLE, TN
A
TN
Lawrenceburg
HUNTSVILLE, AL
B
TN
Madison
NASHVILLE, TN
A
TN
Maryville
KNOXVILLE, TN
A
TN
Mcminnville
CHATTANOOGA, TN
B
TN
Memphis
MEMPHIS, TN
A
52
TN Moristown
KNOXVILLE, TN
A
TN
Murfreesboro
NASHVILLE, TN
A
TN
Nashville
NASHVILLE, TN
A
TN
Oak Ridge
KNOXVILLE, TN
A
TN
Paris
NASHVILLE, TN
A
TN
Selmer
MEMPHIS, TN
B
TN
Tullahoma
NASHVILLE, TN
B
TN
Union City
MEMPHIS, TN
B
TX
Abilene
FT. WORTH, TX
D
TX
Alice
CORPUS CHRISTI, TX
A
TX
Amarillo
LUBBOCK, TX
C
TX
Angleton
HOUSTON, TX
A
TX
Austin
AUSTIN, TX
A
TX
Beaumont
HOUSTON, TX
B
TX
Bellaire
HOUSTON, TX
B
TX
Big Spring
MIDLAND-ODESSA, TX
A
TX
Brenham
HOUSTON, TX
B
TX
Brownsville
CORPUS CHRISTI, TX
C
TX
Bryan
HOUSTON, TX
B
TX
Cleburne
FT. WORTH, TX
A
TX
Conroe
HOUSTON, TX
A
TX
Corpus Christi
CORPUS CHRISTI, TX
A
TX
Corsicana
DALLAS, TX
B
TX
Dallas
DALLAS, TX
A
TX
Del Rio
SAN ANTONIO, TX
D
TX
Denton
DALLAS, TX
A
TX
Eagle Pass
SAN ANTONIO, TX
D
TX
Early
KILEEN, TX
B
TX
El Paso
EL PASO, TX
A
TX
Ft Worth
FT. WORTH, TX
A
TX
Galveston
HOUSTON, TX
A
TX
Georgetown
AUSTIN, TX
A
TX
Grand Prairie
DALLAS, TX
A
53
TX Greenville
DALLAS, TX
A
TX
Harlingen
CORPUS CHRISTI, TX
C
TX
Houston
HOUSTON, TX
A
TX
Kerrville
SAN ANTONIO, TX
A
TX
Laredo
SAN ANTONIO, TX
C
TX
Longview
TYLER, TX
A
TX
Lubbock
LUBBOCK, TX
A
TX
Lufkin
TYLER, TX
B
TX
Marshell
SHREVEPORT, LA
A
TX
Mcallen
CORPUS CHRISTI, TX
C
TX
Mckinney
DALLAS, TX
A
TX
Midland
MIDLAND-ODESSA, TX
A
TX
Monroe
HOUSTON, TX
A
TX
Nacogdoches
TYLER, TX
B
TX
Odessa
MIDLAND-ODESSA, TX
A
TX
Palestine
TYLER, TX
B
TX
Pampa
LUBBOCK, TX
TX
Paris
DALLAS, TX
B
TX
Pasadena
HOUSTON, TX
A
TX
Plainview
LUBBOCK, TX
B
TX
Port Arthur
HOUSTON, TX
TX
San Angelo
MIDLAND-ODESSA, TX
B
TX
San Antonio
SAN ANTONIO, TX
A
TX
San Marcos
AUSTIN, TX
A
TX
Seguin
SAN ANTONIO, TX
A
TX
Sherman
TYLER, TX
B
TX
Temple
KILEEN, TX
A
TX
Texarkana
SHREVEPORT, LA
B
TX
Tyler
TYLER, TX
A
TX
Vernon
FT. WORTH, TX
C
TX
Victoria
CORPUS CHRISTI, TX
B
TX
Waco
WACO, TX
A
TX
Waxahachie
DALLAS, TX
A
TX
Wichita Falls
FT. WORTH, TX
54
UT Cedar City LAS VEGAS, NV C
UT Murray
UT Ogden
UT Price
UT Provo
UT Salt Lake City
UT St. George
VA Alexandria
VA Arlington
VA Ashland
VA Bristol
VA Charlottesville
VA Covington
VA Culpeper
VA Danville
VA Fairfax
VA Falls Church
VA Farmville
VA Fredericksburg
VA Hampton
VA Harrisonburg
VA Lynchburg
VA Manassas
VA Martinsville
VA Midloathian
VA Newport News
VA Norfolk
VA Norton
VA Onancock
VA Petersburg
VA Portsmouth
SALT LAKE CITY, UT A
SALT LAKE CITY, UT A
SALT LAKE CITY, UT B
SALT LAKE CITY, UT A
SALT LAKE CITY, UT A
LAS VEGAS, NV C
LANHAM, MD A
LANHAM, MD A
RICHMOND, VA A
ROANOKE,VA B
RICHMOND, VA A
ROANOKE,VA A
LANHAM, MD B
ROANOKE,VA B
LANHAM, MD A
LANHAM, MD A
RICHMOND, VA A
LANHAM, MD B
NORFOLK, VA A
ROANOKE,VA B
RICHMOND, VA A
LANHAM, MD A
ROANOKE,VA B
RICHMOND, VA A
NORFOLK, VA A
NORFOLK, VA A
ROANOKE,VA C
NORFOLK, VA B
RICHMOND, VA A
NORFOLK, VA A
VA Richmond RICHMOND, VA A
55
VA Roanoke ROANOKE, VA
VA
South Boston
ROANOKE, VA
B
VA
Staunton
ROANOKE, VA
B
VA
Suffolk
NORFOLK, VA
A
VA
Virginia Bch NORFOLK, VA
A
VA
Winchester HAGERSTOWN/FREDERICK, MD
B
VA
Wytheville ROANOKE, VA
B
VT
Burlington KEENE, NH
B
VT
Montpelier KEENE, NH
B
VT
Rutland KEENE, NH
A
WA
Aberdeen BREMERTON, WA
B
WA
Auburn SEATTLE, WA
A
WA
Bellevue SEATTLE, WA
A
WA
Bellingham SEATTLE, WA
B
WA
Bremerton BREMERTON, WA
A
WA
Chehalis PORTLAND, OR
B
WA
Everett SEATTLE, WA
A
WA
Kennewick RICHLAND, WA
A
WA
Longview PORTLAND, OR
A
WA
Lynnwood SEATTLE, WA
A
WA
Mount Vernon SEATTLE, WA
A
WA
Olympia SEATTLE, WA
A
WA
Port Angeles BREMERTON, WA
A
WA
Pullman SPOKANE, WA
A
WA
Puyallup SEATTLE, WA
A
WA
Renton SEATTLE, WA
A
WA
Seattle SEATTLE, WA
A
WA
Spokane SPOKANE, WA
A
WA
Tacoma SEATTLE, WA
A
WA
Tumwater BREMERTON, WA
A
WA
Vancouver PORTLAND, OR
A
WA
Walla Walla RICHLAND, WA
A
56
WA Wenatchee
SEATTLE, WA
WA
Yakima
RICHLAND, WA
B
WI
Altoona
EAU CLAIRE, WI
A
WI
Appleton
APPLETON, WI
A
WI
Eau Claire
EAU CLAIRE, WI
A
WI
Fond Du Lac
OSHKOSH, WI
A
WI
Green Bay
APPLETON, WI
A
WI
Janesville
MADISON, WI
A
WI
Kenosha
MILWAUKEE, WI
A
WI
Lacrosse
EAU CLAIRE, WI
B
WI
Lancaster
MADISON, WI
A
WI
Madison
MADISON, WI
A
WI
Manitowoc
APPLETON, WI
A
WI
Marinette
APPLETON, WI
B
WI
Milwaukee
MILWAUKEE, WI
A
WI
Oshkosh
OSHKOSH, WI
A
WI
Portage
MADISON, WI
A
WI
Racine
MILWAUKEE, WI
A
WI
Rhinelander
WAUSAU, WI
A
WI
Rice Lake
EAU CLAIRE, WI
A
WI
Sheboygan
OSHKOSH, WI
B
WI
Superior
DULUTH, MN
A
WI
Waukesha
MILWAUKEE, WI
A
WI
Wausau
STEVENS POINT, WI
A
WI
West Bend
MILWAUKEE, WI
A
WI
Wisconsin Rapids
STEVENS POINT, WI
A
WV
Beckley
ROANOKE, VA
B
WV
Bluefield
ROANOKE, VA
B
WV
Bridgeport
PARKERSBURG, WV
B
WV
Charleston
PARKERSBURG, WV
B
WV
Clarksburg
PARKERSBURG, WV
B
WV
Elkins
PARKERSBURG, WV
B
57
WV
ROI
IMII
WV
WV
WV
WV
WV
WV
WV
WV
WY
WY
WY
WY
WY
Fairmont
Huntington
Logan
Martinsburg
Montgomery
Morgantown
Parkersburg
Petersburg
St Albans
Welch
Wheeling
Williamson
Casper
Cheyenne
Cody
Riverton
Rock Springs
Sheridan
PARKERSBURG, WV
PARKERSBURG, WV
PARKERSBURG, WV
MARTINSBURG, WV
PARKERSBURG, WV
PITTSBURGH, PA
PARKERSBURG, WV
MARTINSBURG, WV
PARKERSBURG, WV
ROANOKE,VA
PITTSBURGH, PA
ROANOKE, VA
FT. COLLINS, CO
FT. COLLINS, CO
IDAHO FALLS, ID
IDAHO FALLS, ID
SALT LAKE CITY, UT
RAPID CITY, SD
B
B
C
A
C
C
0
B
B
B
D
Mill
58
g gg yy p
ili9lr�
1. INSPECTION/ACCEPTANCE
The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The
ordering activity reserves the right to inspect or test any software that has been tendered for acceptance. The
ordering activity may require repair or replacement of nonconforming software at no increase in contract price. The
ordering activity must exercise its postacceptance rights (1) within a reasonable time after the defect was discovered
or should have been discovered; and (2) before any substantial change occurs in the condition of the software,
unless the change is due to the defect in the software.
2. GUARANTEE/WARRANTY
a. Unless specified otherwise in this contract, the Contractor's standard commercial
guarantee/warranty as stated in the contract's commercial pricelist will apply to this contract.
**Contractor is to insert commercial guarantee/warranty clauses.**
b. The Contractor warrants and implies that the items delivered hereunder are merchantable
and fit for use for the particular purpose described in this contract.
c. Limitation of Liability. Except as otherwise provided by an express or implied warranty,
the Contractor will not be liable to the ordering activity for consequential damages resulting from
any defect or deficiencies in accepted items.
3. TECHNICAL SERVICES
The Contractor, without additional charge to the ordering activity, shall provide a hot line technical support number
(703) 568-1026 for the purpose of providing user assistance and guidance in the implementation of the software.
The technical support number is available from 9:00 am EST to 5:00 pm EST.
4. SOFTWARE MAINTENANCE
a. Software maintenance service shall include the following:
b. Invoices for maintenance service shall be submitted by the Contractor on a quarterly or
monthly basis, after the completion of such period. Maintenance charges must be paid in arrears
(31 U.S.G. 3324). PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN
ON THE INVOICE.
59
5. PERIODS OF MAINTENANCE (132-34)
a. The Contractor shall honor orders for periods for the duration of the contract period or a
lessor period of time.
b. Maintenance may be discontinued by the ordering activity on thirty (30) calendar days
written notice to the Contractor.
c. Annual Funding. When annually appropriated funds are cited on an order for term
licenses and/or maintenance, the period of the term licenses and/or maintenance shall
automatically expire on September 30 of the contract period, or at the end of the contract period,
whichever occurs first. Renewal of the term licenses and/or maintenance orders citing the new
appropriation shall be required, if the term licenses and/or maintenance is to be continued during
any remainder of the contract period.
d. Cross -Year Funding Within Contract Period. Where an ordering activity's specific
appropriation authority provides for funds in excess of a 12 month (fiscal year) period, the
ordering activity may place an order under this schedule contract for a period up to the expiration
of the contract period, notwithstanding the intervening fiscal years.
e. Ordering activities should notify the Contractor in writing thirty (30) calendar days prior
to the expiration of an order, if the term licenses and/or maintenance is to be terminated at that
time. Orders for the continuation of term licenses and/or maintenance will be required if the term
licenses and/or maintenance is to be continued during the subsequent period.
6. CONVERSION FROM TERM LICENSE TO PERPETUAL LICENSE
Reserved
7. TERM LICENSE CESSATION
Reserved
8. UTILIZATION LIMITATIONS - (132-32, 132-33, AND 132-34)
a. Software acquisition is limited to commercial computer software defined in FAR Part 2.101.
b. When acquired by the ordering activity, commercial computer software and related documentation
so legend shall be subject to the following:
(1) Title to and ownership of the software and documentation shall remain with the
Contractor, unless otherwise specified.
(2) Software licenses are by site and by ordering activity. An ordering activity is defined as
a cabinet level or independent ordering activity. The software may be used by any subdivision of
the ordering activity (service, bureau, division, command, etc.) that has access to the site the
software is placed at, even if the subdivision did not participate in the acquisition of the software.
Further, the software may be used on a sharing basis where multiple agencies have joint projects
that can be satisfied by the use of the software placed at one ordering activity's site. This would
allow other agencies access to one ordering activity's database. For ordering activity public
domain databases, user agencies and third parties may use the computer program to enter, retrieve,
analyze and present data. The user ordering activity will take appropriate action by instruction,
agreement, or otherwise, to protect the Contractor's proprietary property with any third parties that
are permitted access to the computer programs and documentation in connection with the user
ordering activity's permitted use of the computer programs and documentation. For purposes of
this section, all such permitted third parties shall be deemed agents of the user ordering activity.
60
(3) Except as is provided in paragraph 8.b(2) above, the ordering activity shall not provide or
otherwise make available the software or documentation, or any portion thereof, in any form, to any third
party without the prior written approval of the Contractor. Third parties do not include prime Contractors,
subcontractors and agents of the ordering activity who have the ordering activity's permission to use the
licensed software and documentation at the facility, and who have agreed to use the licensed software and
documentation only in accordance with these restrictions. This provision does not limit the right of the
ordering activity to use software, documentation, or information therein, which the ordering activity may
already have or obtains without restrictions.
(4) The ordering activity shall have the right to use the computer software and
documentation with the computer for which it is acquired at any other facility to which that computer may
be transferred, or in cases of disaster recovery, the ordering activity has the right to transfer the software to
another site if the ordering activity site for which it is acquired is deemed to be unsafe for ordering activity
personnel; to use the computer software and documentation with a backup computer when the primary
computer is inoperative; to copy computer programs for safekeeping (archives) or backup purposes; to
transfer a copy of the software to another site for purposes of benchmarking new hardware and/or
software; and to modify the software and documentation or combine it with other software, provided that
the unmodified portions shall remain subject to these restrictions.
(5) "Commercial Computer Software" may be marked with the Contractor's standard
commercial restricted rights legend, but the schedule contract and schedule pricelist, including this clause,
"Utilization Limitations" are the only governing terms and conditions, and shall take precedence and
supersede any different or additional terms and conditions included in the standard commercial legend.
9. SOFTWARE CONVERSIONS - (132-32 AND 132-33)
Full monetary credit will be allowed to the ordering activity when conversion from one version of the software to
another is made as the result of a change in operating system , or from one computer system to another. Under a
perpetual license (132-33), the purchase price of the new software shall be reduced by the amount that was paid to
purchase the earlier version. Under a term license (132-32), conversion credits which accrued while the earlier
version was under a term license shall carry forward and remain available as conversion credits which may be
applied towards the perpetual license price of the new version.
10. DESCRIPTIONS AND EQUIPMENT COMPATIBILITY
The Contractor shall include, in the schedule pricelist, a complete description of each software product and a list of
equipment on which the software can be used. Also, included shall be a brief, introductory explanation of the
modules and documentation which are offered.
11. RIGHT -TO -COPY PRICING
In accordance with manufacturer's policy
61
PREAMBLE
Four Points Technology, LLC provides commercial products and services to ordering activities. We are
committed to promoting participation of small, small disadvantaged and women -owned small businesses in our
contracts. We pledge to provide opportunities to the small business community through reselling opportunities,
mentor -protege programs, joint ventures, teaming arrangements, and subcontracting.
COMMITMENT
To actively seek and partner with small businesses.
To identify, qualify, mentor and develop small, small disadvantaged and women -owned small businesses by
purchasing from these businesses whenever practical.
To develop and promote company policy initiatives that demonstrate our support for awarding contracts and
subcontracts to small business concerns.
To undertake significant efforts to determine the potential of small, small disadvantaged and women -owned small
business to supply products and services to our company.
To insure procurement opportunities are designed to permit the maximum possible participation of small, small
disadvantaged, and women -owned small businesses.
To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement
conferences, etc., to identify and increase small businesses with whom to partner.
To publicize in our marketing publications our interest in meeting small businesses that may be interested in
subcontracting opportunities.
We signify our commitment to work in partnership with small, small disadvantaged and women -owned small
businesses to promote and increase their participation in ordering activity contracts. To accelerate potential
opportunities please contact.
Four Points Technology, L.L.C.
Don Beery
(703) 654-6054 (OFFICE)
(703) 654-6001 (FAX)
donb@4points.com
62
(Insert Customer Name)
In the spirit of the Federal Acquisition Streamlining Act ( Ordering. Activity) and (Contractor) enter into a
cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General
Services Administration (GSA) Federal Supply Schedule Contract(s)
Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the
development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are
permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6.
This BPA will further decrease costs, reduce paperwork, and save time by eliminating the need for repetitive,
individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the
Government that works better and costs less.
Signatures
Ordering Activity Date Contractor Date
63
BPA NUMBER
(CUSTOMER NAME)
BLANKET PURCHASE AGREEMENT
Pursuant to GSA Federal Supply Schedule Contract Number(s) , Blanket Purchase Agreements, the
Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH
(Ordering Agency):
(1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject
to the terms and conditions of the contract, except as noted below:
MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE
(2) Delivery:
DESTINATION DELIVERY SCHEDULES / DATES
(3)
will be
The Government estimates, but does not guarantee, that the volume of purchases through this agreement
(4) This BPA does not obligate any funds.
(5) This BPA expires on or at the end of the contract period, whichever is earlier.
(6) The following office(s) is hereby authorized to place orders under this BPA:
OFFICE POINT OF CONTACT
(7)
(8)
Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.
Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales
slips that must contain the following information as a minimum:
64
(a) Name of Contractor;
(b) Contract Number;
(c) BPA Number;
(d) Model Number or National Stock Number (NSN);
(e) Purchase Order Number;
(0 Date of Purchase;
(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown
when incompatible with the use of automated systems; provided, that the invoice is itemized to show the
information); and
(h) Date of Shipment.
(9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will
be submitted to the address specified within the purchase order transmission issued against this BPA.
(10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of
an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will
take precedence.
Federal Supply Schedule Contractors may use "Contractor Team Arrangements" (see FAR 9.6) to provide solutions
when responding to a ordering activity requirements.
These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under
all Federal Supply Schedule contracts.
Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract.
Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors.
Customers should refer to FAR 9.6 for specific details on Team Arrangements.
Here is a general outline on how it works:
• The customer identifies their requirements.
• Federal Supply Schedule Contractors may individually meet the customers needs, or -
65
• Federal Supply Schedule Contractors may individually submit a Schedules "Team Solution" to meet
the customer's requirement.
• Customers make a best value selection.
D.1 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS -COMMERCIAL ITEMS (FAR 52.212-5) (JUN 2003) (tailored)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is
incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
(1) 52.233-3, Protest After Award (31 U.S.C. 3553).
(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 or components:
(1)
52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I
(OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
(2) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637 (d)(2) and (3)).
(3) 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637 (d)(4)).
(4) 52.219-14, Limitation on Subcontracting (DEC 1996) (15 U.S.C. 637 (a)(14)).
NOTE: This clause only applies to contracts that are awarded to and under the 8(a) program.
(5) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755)
(6) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).
(7) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).
(8) 52,222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era
(DEC 2001) (38 U.S.C. 4212).
(9)
52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).
(10) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(DEC 2001) (38 U.S.C. 4212).
(11) 52.225-13, Restriction on Certain Foreign Purchases (JUN 2003) (E.O. 12722, 12724, 13059,
13067, 13121, and 13129).
66
(12) 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (MAY 1999)
(31 U.S.C. 3332).
(13) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).
(14) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).
(15) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46
U.S.C. 1241) Alternate I (APR 1984)
(c) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this
paragraph (c) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition
threshold, and does not contain the clause at 52.215-2, Audit and Records -Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller
General, shall have access to and right to examine any of the Contractor's directly pertinent records
involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials,
and other evidence for examination, audit, or reproduction, until 3 years after final payment under this
contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other
clauses of this contract. If this contract is completely or partially terminated, the records relating to the
work terminated shall be made available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising
under or relating to this contract shall be made available until such appeals, litigation, or claims are finally
resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices,
and other data, regardless of type and regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to
a provision of law.
(d) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), or (c) of this clause, the
Contractor is not required to include any FAR clause, other than those in paragraphs (i) through (vi) of this
paragraph is a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow
down shall be as required by the clause —
(i) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (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 $500,000 ($1,000,000 for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246);
(iii) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era
(DEC 2001) (38 U.S.C. 4212);
(iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.
793);
(v) 52.222-41, Service Contract Act of 1965, as amended (MAY 1989), flow down required
for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); and
67
(vi) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (APR
2003) (46 U.S.C. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal
number of additional clauses necessary to satisfy its contractual obligations.
68
E.1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (FAR 52.212-1) (OCT 2000) is
incorporated herein by reference.
ADDENDUM TO FAR 52.212-1 (E.1)
E.2 PERIOD FOR ACCEPTANCE OF OFFERS (A-FSS-12-C) (NOV 1997)
Paragraph (c) of the provision 52.212-1, Instructions to Offerors -Commercial Items, is revised to read as follows:
The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date of the offer, within which
offer may be accepted.
E.3 CONSIDERATION OF OFFERS UNDER STANDING SOLICITATION (A-FSS-11) (DEC 2000)
(a) This solicitation is a standing solicitation from which the Government contemplates award of contracts for
supplies/services listed in the Schedule of Items. This solicitation will remain in effect unless replaced by an
updated solicitation.
(b)
time.
There is no closing date for receipt of offers; therefore, offers may be submitted for consideration at any
(c) An offer may be rejected if an offeror fails to meet timeframes established by the Contracting Officer either
to address deficiencies in the offer or to submit a final proposal revision. A resubmission(s) is permitted; however,
it may be rejected immediately if it is still deficient in the area(s) that caused its initial rejection.
(d) Contracts awarded under this solicitation will be in effect for 5 years from the date of award, unless further
extended pursuant to clause 1-FSS-163, Option to Extend the Term of the Contract (Evergreen) [SEE C.24],
canceled pursuant to the Cancellation clause [SEE C.35], or terminated pursuant to the termination provisions of the
contract [SEE C.1].
{e) Current contractors may submit a new offer as early as 9 months prior to the expiration of the existing
contract.
E.4 SUBMISSION OF OFFERS -ADDITIONAL INSTRUCTIONS (CI-FCI-2) (SEP 2003)
Offerors are requested to submit, in a minimum font size of 10 cpi (characters per inch):
(a) A signed original and one (1) copy of SF-1449 together with all addenda and attachments complete in
every respect with the exception of oversized blueprints, drawings, or similar documents attached to the solicitation.
Oversized blueprints, drawings, or similar documents are not required to be duplicated for the purpose of submitting
a duplicate copy of the offer to GSA. Offers must be submit a complete proposal; proposals that are not
substantially complete will be returned. The Checklist Guideline, Attachment IV, outlines the elements required for
an offer to meet the threshold of substanial completeness.
69
(b) Two complete copies of the proposed FSS Information Technology Schedule Pricelist, including all
applicable Temps and Conditions. (See Attachment I for format and content of proposed pricelist.)
70
(c) If the Offeror is other than the manufacturer, (1) one signed copy of a letter of commitment from the
manufacturer which will assure the Offeror of a source of supply sufficient to satisfy the Government's
requirements for the contract period, OR (2) other evidence that the Offeror will have an uninterrupted source of
supply from which to satisfy the Government's requirements for the contract period. [SEE F.3]
(d) One copy of a plan indicating how the Offeror intends to perform the sales and after sales maintenance
service within the minimum geographic scope of the solicitation (SEE C.4). For SIN 132-53 ONLY, provide an
acceptance test plan and procedure for approval.
(e) A completed copy of the past performance evaluation form sent, by the Offeror, to Dun & Bradstreet c/o
Open Ratings. [SEE ATTACHMENT II]
(0 Identification of and rationale for any and all exceptions and clarifications taken from either the solicitation
or the standard format for the FSS Information Technology Schedule Pricelist (SEE ATTACHMENT I).
(g) Small Business Subcontracting Plan, if applicable. [SEE ATTACHMENT III, GUIDELINES TO
CREATE A SMALL BUSINESS SUBCONTRACTING PLAN.]
E.5 PREPARATION OF OFFER (MULTIPLE AWARD SCHEDULE) (GSAR 552.212-70) (AUG 1997)
(a) Definitions. Concession, as used in this solicitation, means a benefit, enhancement or privilege (other than
a discount), which either reduces the overall cost of a customer's acquisition or encourages a customer to
consummate a purchase. Concessions include, but are not limited to freight allowance, extended warranty, extended
price guarantees, free installation and bonus goods.
'Discount", as used in this solicitation, means a reduction to catalog prices (published or unpublished). Discounts
include, but are not limited to, rebates, quantity discounts, purchase option credits, and any other terms or
conditions other than concessions) which reduce the amount of money a customer ultimately pays for goods or
services ordered or received. Any net price lower than the list price is considered a "discount" by the percentage
difference from the list price to the net price.
(b) For each Special Item Number (SIN) included in an offer, the Offeror shall provide the information
outlined in paragraph (c). Offerors may provide a single response covering more than one SIN, if the information
disclosed is the same for all products under each SIN. If discounts and concessions vary by model or product line,
offerors shall ensure that information is clearly annotated as to item or items referenced.
(c) Provide information described below for each SIN:
(1) Two copies of the offeror's current published (dated or otherwise identified) commercial
descriptive catalogs and/or price list(s) from which discounts are offered. If special catalogs or price lists
are printed for the purpose of this offer, such descriptive catalogs or price lists shall include a statement
indicating the special catalog or price list represent a verbatim extract from the Offeror's commercial
catalog and/or price list and identify the descriptive catalog and/or price list from which the information
has been extracted.
(2) Next to each offered item in the commercial catalog and/or price list, the Offeror shall write the
special item number (SIN) under which the item is being offered. Unless a special catalog or price list is
submitted, all other items shall be marked "excluded," lined out, and initialed by the offeror.
71
(3) The discount(s) offered under this solicitation. The description of discounts offered shall include
all discounts, such as prompt payment discounts, quantity/dollar volume discounts (indicate whether
models/products can be combined within the SIN or whether SINs can be combined to earn discounts),
blanket purchase agreement discounts, or purchase option credits. If the terms of sale appearing in the
commercial catalogs or price list on which an offer is based are in conflict with the terms of this
solicitation, the latter shall govern.
(4) A description of concessions offered under this solicitation which are not granted to other
customers. Such concessions may include, but are not limited to, an extended warranty, a return/exchange
goods policy, or enhanced or additional services.
(5) If the Offeror is a dealer/reseller or the Offeror will use dealers to perform any aspect of contract
awarded under this solicitation, describe the functions, if any, that the dealer/reseller will perform.
E.6 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST
OR PRICING DATA
(FAR 52.215-20) (OCT 1997) (ALTERNATE IV-OCT 1997) (VARIATION 1-SEP 1999)
(a) Submission of cost or pricing data is not required.
(b) Provide information described below:
(1) An offer prepared and submitted in accordance with the clause at 552.212-70, Preparation of
Offer (Multiple Award Schedule) [SEE E.5];
(2) Commercial sales practices [SEE G.4]. The Offeror shall submit information in the format
provided in this solicitation in accordance with the instructions at Figure 515.4 of the GSA Acquisition
Regulation
(48 CFR 515-2); or submit information in the Offeror's own format.
(3)
Any additional supporting information requested by the Contracting Officer. The Contracting
Officer may require additional supporting information, but only to the extent necessary to determine
whether the price(s) offered is fair and reasonable.
(4) By submission of an offer in response to this solicitation, the Offeror grants the Contracting
Officer or an authorized representative the right to examine, at any time before initial award, books,
records, documents, papers, and other directly pertinent records to verify the pricing, sales and other data
related to the supplies or services proposed in order to determine the reasonableness of price(s). Access
does not extend to offeror's cost or profit information or other data relevant solely to the offeror's
determination of the prices to be offered in the catalog or marketplace.
72
E.7 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST
OR PRICING DATA -MODIFICATIONS (FAR 52.215-21) (OCT 1997) (ALTERNATE IV - OCT 1997)
(VARIATION I-AUG 1997)
(a) Submission of cost or pricing data is not required.
(b) Provide information described below.
(1)
Information required by the clause at 552.243-72, Modifications (Multiple Award Schedule)
(2) Any additional supporting information requested by the Contracting Officer. The Contracting
Officer may require additional supporting information, but only to the extent necessary to determine
whether the price(s) offered is fair and reasonable.
(3) By submitting a request for modification, the Contractor grants the Contracting Officer or an
authorized representative the right to examine, at any time before agreeing to a modification, books,
records, documents, papers, and other directly pertinent records to verify the pricing, sales and other data
related to the supplies or services proposed in order to determine the reasonableness of price(s). Access
does not extend to Contractor's cost or profit information or other data relevant solely to the Contractor's
determination of the prices to be offered in the catalog or marketplace.
E.8 IDENTIFICATION OF ENERGY -EFFICIENT OFFICE EQUIPMENT AND SUPPLIES
CONTAINING RECOVERED MATERIALS OR OTHER ENVIRONMENTAL ATTRIBUTES (GSAR
552.238-72) (SEP 1999)
(a) Definitions. "Energy -efficient office equipment," as used in this clause, means office equipment that, in
representative use, provides equivalent or better performance and value to users, but uses significantly less energy
than most functionally equivalent models.
"Recovered materials," as used in this clause, means waste material and by-products which have been recovered or
diverted from solid waste, but such term does not include those materials and by-products generated from, and
commonly reused, within an original manufacturing process (42 U.S.C. 6903(19)). For paper, it also includes
postconsumer materials, and manufacturing and certain other wastes. (42 U.S.C. 6962(h)).
"Remanufactured products," as used in this clause, means equipment or parts that have been factory remanufactured
or rebuilt to meet new equipment or part performance specifications and have had no use subsequent to their
remanufacture.
(b) The offeror shall identify in its offer and include in any commercial catalogs and pricelists and any
resultant Government catalogs or pricelists submitted to the Contracting Officer, energy -efficient office equipment
and supplies that contain recovered material, remanufactured products, or other environmental attributes. Examples
of energy -efficient office equipment are microcomputers and associated equipment that meet the requirements of the
Environmental Protection Agency's (EPA's) Energy Star Computers Program. Supplies that contain recovered
materials and other environmental attributes include, but are not limited to, products identified in EPA procurement
guidelines (40 CFR Subchapter 1) and products that are either degradable, ozone safe, recyclable, contain low
volatile organic content compounds, contribute to source reduction, or otherwise are designed or manufactured to
achieve environmental improvement. For example, an offeror can identify products that are safe or safer
alternatives for more toxic or hazardous products and products that can be substituted for ones manufactured with
toxic or hazardous materials. Such supplies shall satisfy the guidance contained in 16 CFR Part 260, Guides for the
Use of Environmental Marketing Claims.
73
(c) An offeror, in identifying an item with an environmental attribute, shall possess evidence or rely upon a
reasonable basis to substantiate the claim (see 16 CFR 260.5). The Government will accept an offeror's claim of an
item's environmental attribute on the basis of—
(1) Participation in a Federal agency sponsored program, e.g., EPA's Energy Star Computer program;
(2) Verification by an independent organization that specializes in certifying such claims; or
(3) Possession of competent and reliable evidence. For any test, analysis, research, study or other
evidence to be "competent and reliable," it must have been conducted and evaluated in an objective manner
by persons qualified to do so, using procedures generally accepted in the profession to yield accurate and
reliable results.
E.9 ENERGY EFFICIENT PRODUCT REQUIREMENTS (X-FCI-002) (SEP 2002)
A. On June 3, 1999, Executive Order 13123 gave GSA, DLA and other federal agencies directives to select
life -cycle cost-effective, ENERGY STAR and other energy -efficient products when acquiring energy -using
products; the products should be clearly listed in both print and electronic formats; and agencies shall incorporate
energy -efficient criteria consistent with ENERGY STAR® and other DOE Federal Energy Management Program
(FEMP) designated energy efficiency levels into all guide specifications and project specifications developed for
new construction and renovation, as well as into product specification language developed for Basic Ordering
Agreements, Blanket Purchasing Agreements, Government Wide Acquisition Contracts, and all other purchasing
procedures.
B. On July 31, 2001, Executive Order 13221 directed federal agencies to purchase products that use no more
than one watt in their standby power consuming mode. If such products are not available, agencies shall purchase
products with the lowest standby power wattage while in their standby power consuming mode. The DOE, in
consultation with the Department of Defense and the GSA, were directed to compile a preliminary list of products
to be subject to these requirements.
C. To be in compliance with these directives, GSA will now require Contractors with contracts for energy -
using devices, including, but not limited to, computers and their accessories printers, fax machines, scanners, and
multifunction devices to:
1. Only use the term "energy -efficient" in its GSA product listings if a product meets the
criterion established by ENERGY STAR® and/or FEMP.
2. For printed catalogues, clearly identify energy -using products that comply with ENERGY STAR®
and/or FEMP-designated energy efficiency levels. Visit the following web sites for additional information
on and downloading of logos.
a. ENERGY STAR®: www.energvstar.gov/products
b. FEMP Standby Power Devices: www.cere.energv.gov/femp
3. For GSAAdvantage!TM submissions, use the "Environmental Attributes" identification features in
the GSA Schedules Input Program (SIP) software or the Electronic Data Interchange (EDI) methods to
identify products that comply with ENERGY STAR' and/or FEMP energy efficiency levels.
74
75
F.1 EVALUATION -COMMERCIAL ITEMS (MULTIPLE AWARD SCHEDULE)
(GSAR 552.212-73) (AUG 1997)
(a) The Government may make multiple awards for the supplies or services offered in response to this
solicitation that meet the definition of a "commercial item" in FAR 52.202-1. Awards may be made to those
responsible offerors that offer reasonable pricing, conforming to the solicitation, and will be most advantageous to
the Government, taking into consideration the multiplicity and complexity of items of various manufacturers and the
differences in performance required to accomplish or produce required end results, production and distribution
facilities, price, compliance with delivery requirements, and other pertinent factors. By providing a selection of
comparable supplies or services, ordering activities are afforded the opportunity to fulfill their requirements with the
item(s) that constitute the best value and that meet their needs at the lowest overall cost.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the offeror within the
time for acceptance specified in the offer, shall result in a binding contract without further action by either party.
Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
F.2 PAST PERFORMANCE (X-FCI-003)
In order to assist the Government in assessing an Offeror's past performance, each company responding to this
solicitation will be required to have Dun & Bradstreet c/o Open Ratings complete a Past Performance Evaluation
Report on that firm. The request to Open Ratings must be made prior to the submission of a proposal. Each Offeror
must submit, with its proposal, a completed copy of the past performance evaluation form sent, by the Offeror, to
Open Ratings. Any charges associated with the Past Performance Evaluation Report will be paid by the Offeror.
[SEE ATTACHMENT II].
F.3 DEALERS AND SUPPLIERS (I-FSS-644) (OCT 1988)
When requested by the Contracting Officer, if other than the manufacturer, the offeror must submit prior to award
of a contract, either (1) a letter of commitment from the manufacturer which will assure the offeror of a source of
supply sufficient to satisfy the Government's requirements for the contract period, OR (2) evidence that the offeror
will have an uninterrupted source of supply from which to satisfy the Government's requirements for the contract
period.
F.4 SALES AND SERVICE REQUIREMENTS (X-FCI-004)
Sales and after -sales maintenance/repair service must be provided to, at a minimum, the 48 contiguous States and
the District of Columbia. The Offeror must provide maintenance/repair service normally provided in the industry
for the type of products offered. The Offeror must provide (with its offer) a plan as to how the Offeror will provide
sales and after -sales service for the scope of the contract. [SEE E.4]
76
F.5 INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES -PAST PERFORMANCE
RESPONSIBILITY DETERMINATION (X-FCI-005)
In addition to the Dun & Bradstreet requirement [SEE F.2], in order for the Government to determine if the Offeror
is responsible, the following information is required:
(a) PAST PERFORMANCE
The Offeror must describe its corporate experience in IT Professional Services over the past three (3) years.
Describe three (3) projects, similar in size and complexity to the effort of services categories offered in this contract.
At least two of the three examples shall have been completed in the last two years and all three examples must have
been completed in the last three years. All three examples of IT Professional Services must have been found to be
acceptable by the client. At a minimum, the Offeror shall provide the following information:
(1) Project/Contract Name;
(2) Project Description;
(3) Dollar Amount of Contract;
(4) Project Duration, which includes the original estimated completion date and the actual completion
date; and
(5) Point of Contact and Telephone Number.
(b) ORGANIZATIONAL STRUCTURE
The Offeror shall describe the management and organization of the company with respect to the IT Professional
Services offered. The Offeror shall address the following:
(1) History and overview of the organization;
(2) All organizational elements within the company which shall participate in providing IT
Professional Services (include a chart); and
(3) Financial Statement/Annual Report.
F.6 GOALS FOR SUBCONTRACTING PLAN (GSAR 552.219-73) (SEP 1999)
(ALTERNATE I-SEP 1999)
(a) Maximum practicable utilization of small, HUBZone small, small disadvantaged, and women -owned small
business concerns as subcontractors is a matter of national interest with both social and economic benefits.
(1) The General Services Administration's (GSA's) commitment to ensuring that maximum
practicable opportunity is provided to small, HUBZone small, small disadvantaged, and women -owned
small business concerns to participate as subcontractors in the performance of this contract, consistent with
its efficient performance, must be reflected in the offeror's subcontracting plan submitted pursuant to the
clause of this contract at FAR 52.219-9, Small Business Subcontracting Plan [SEE D.1].
(2) In addressing the eleven elements described at FAR 52.219-9(d), the offeror shall demonstrate
that its subcontracting plan represents a creative and innovative program for involving small, HUBZone
small, small disadvantaged, and women -owned small business concerns in performing this contract. An
offeror submitting a commercial products plan can demonstrate its commitment in providing maximum
practicable opportunities through subcontracting opportunities it provides to small, HUBZone small, small
disadvantaged, and women -owned small business concerns that relate to the offeror's production generally;
i.e., for both its commercial and Government business.
77
---11 ,.. 11 ..,.,. r:ne.-.too,.v,..fi t-... or.
(3) The subcontracting plan shall include a description of the offeror's subcontracting strategies used
in previous contracts and significant achievements, with an explanation of how this plan will build upon
those earlier achievements. Additionally, the offeror shall demonstrate through its plan that it understands
the small business subcontracting program's objectives, GSA's expectations, and is committed to taking
those actions necessary to meet these goals or objectives.
(b) In determining the acceptability of any subcontracting plan, the Contracting Officer will-
(1) Review the plan to verify that the offeror has demonstrated an understanding of the small business
subcontracting program's objectives and GSA's expectations with respect to the programs and has included
all the information, goals, and assurances required by FAR 52.219-9;
(2) Consider previous goals and achievements of contractors in the same industry;
(3) Consider information and potential sources obtained from agencies administering national and
local preference programs and other advocacy groups in evaluating whether the goals stated in the plan
adequately reflect the anticipated potential for subcontracting to small, HUBZone small, small
disadvantaged, and women -owned small business concerns; and
(4) Review the offeror's description of its strategies, historical performance and significant
achievements in placing subcontracts for the same or similar products or services with small, HUBZone
small, small disadvantaged, and women -owned small business concerns. The offeror's description can
apply to commercial as well as previous Government contracts.
(c) Failure to submit an acceptable subcontracting plan and/or correct deficiencies in a plan within the time
specified by the Contracting Officer shall make the offeror ineligible for award.
NOTE: Refer to Attachments III and IV for guidance on creating a Small Business Subcontracting Plan.
F.7 PREAWARD ON -SITE EQUAL OPPORTUNITY COMPLIANCE REVIEW
(FAR 52.222-24) (FEB 1999)
If a contract in the amount of $10 million or more will result from this solicitation, the prospective Contractor and
its known first -tier subcontractors with anticipated subcontracts of $10 million or more shall be subject to a
preaward compliance evaluation by the Office of Federal Contract Compliance Programs (OFCCP), unless, within
the preceding 24 months, OFCCP has conducted an evaluation and found the prospective Contractor and
subcontractors to be in compliance with Executive Order 11246.
78
G.1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS
(FAR 52.212-3) (JUL 2002) (DEVIATION)
(a) Definitions. As used in this provision:
"Emerging small business" means a small business concern whose size is no greater than 50 percent of the
numerical size standard for the standard industrial classification code designated.
"Forced or indentured child labor" means all work or service —
(1) Exacted from any person under the age of 18 under the menace of any penalty for its
nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can
be accomplished by process or penalties.
"Service -disabled veteran -owned small business concern" —
(1) Means a small business concern —
(i) Not less than 51 percent of which is owned by one or more service -disabled veterans or,
in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more service -disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more
service -disabled veterans or, in the case of a veteran with permanent and severe disability, the
spouse or permanent caregiver of such veteran.
(2) Service -disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is
service -connected, as defined in 38 U.S.C. 101(16).
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business
under the criteria in 13 CFR part 121 and size standards in this solicitation.
"Veteran -Owned small business concern" means a small business concern —
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C.
101(2)), or in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
"Women -owned business concern" means a concern which is at least 51 percent owned by one or more women; or
in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and
whose management and daily business operations are controlled by one or more women.
79
"Women -owned small business concern" means a small business concern-
(1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned
business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
(b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is
required to provide this information to a central contractor registration database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this
provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting
requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal
Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising
out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is
subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may
be matched with IRS records to verify the accuracy of the offeror's TIN.
(3)
Taxpayer Identification Number (TIN).
TIN: 03-0433660
TIN has been applied for.
TIN is not required because:
[ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that
does not have income effectively connected with the conduct of a trade or
business in the United States and does not have an office or place of business or
a fiscal paying agent in the United States;
[ ] Offeror is an agency or instrumentality of a foreign government;
[ ] Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
Sole proprietorship;
Partnership;
Corporate entity (not tax-exempt);
Corporate entity (tax-exempt);
Government entity (Federal, State, or local);
Foreign government;
International organization per 26 CFR 1.6049-4;
Other Limited Liability Corporation
(5) Common parent.
Offeror is not owned or controlled by a common parent;
Name and TIN of common parent:
Name
TIN
80
(c) Offerors must complete the following representations when the resulting contract is to be performed inside
the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District
of Columbia. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it [X] is, [ ] is not a small
business concern.
(2) Veteran -owned small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it
[ X ] is, [ ] is not a veteran -owned small business concern.
(3) Service -disabled veteran -owned small business concern. . [Complete only if the offeror
represented itself as a veteran -owned small business concern in paragraph (c)(2) of this provision.] The
offeror represents as part of its offer that it [ X ] is, L] is not a service -disabled veteran -owned small
business concern. NOT APPLICABLE
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a
small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical
purposes, that it [ ] is, [X] is not a small disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women -owned small business concern. [Complete only if the offeror represented itself as a
small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ X ] is
not a women -owned small business concern.
Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified
acquisition threshold.
(6) Women -owned business concern (other than small business concern). [Complete only if the
offeror is a women -owned business concern and did not represent itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women -owned business
concem.N/A
(7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business
offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or
production (by offeror or first -tier subcontractors) amount to more than 50 percent of the contract price:
Not in a Labor Surplus Area
(8) HUBZone small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that-
(i) It [ ] is, [X] is not a HUBZone small business concern listed, on the date of this
representation, on the List of Qualified HUBZone Small Business Concerns maintained by the
Small Business Administration, and no material change in ownership and control, principal place
of ownership, or HUBZone employee percentage has occurred since it was certified by the Small
Business Administration in accordance with 13 CFR part 126; and
(ii) It [ ] is, [X] is not a joint venture that complies with the requirements of 13 CFR part
126, and the representation in paragraph (c)(9)(i) of this provision is accurate for the HUBZone
small business concern or concerns that are participating in the joint venture. [The offeror shall
enter the name or names of the HUBZone small business concern or concerns that are
participating in the joint venture: Not Applicable .]
81
Each HUBZone small business concern participating in the joint venture shall submit a separate
signed copy of the HUBZone representation.
82
(d) Representations required to implement provisions of Executive Order 11246-
(1) Previous contracts and compliance. The offeror represents that-
(i) ' It [ X ] has, [ ] has not participated in a previous contract or subcontract subject to the
Equal Opportunity clause of this solicitation; and
(ii) it [X ] has, [ ] has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that-
(i) it [ ] has developed and has on file, [X] has not developed and does not have on file, at
each establishment, affirmative action programs required by rules and regulations of the Secretary
of Labor (41 CFR parts 60-1 and 60-2), or
(ii) It [ ] has not previously had contracts subject to the written affirmative action programs
requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if
the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its
knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award
of any resultant contract.
(f) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, [SEE G.2]
is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this
provision, is a U.S.-made, designated country, Caribbean Basin country, or NAFTA country end product,
as defined in the clause of this solicitation entitled "Trade Agreements."
(2) The offeror shall list as other end products those end products that are not U.S.-made, designated
country, Caribbean Basin country, or NAFTA country end products.
Other End Products:
NONE
NONE
(List as Necessary)
83
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part
25. For line items subject to the Trade Agreements Act, the Government will evaluate offers of U.S.-made,
designated country, Caribbean Basin country, or NAFTA country end products without regard to the
restrictions of the Buy American Act or the Balance of Payments Program. The Government will consider
for award only offers of U.S.-made, designated country, Caribbean Basin country, or NAFTA country end
products unless the Contracting Officer determines that there are no offers for such products or that the
offers for such products are insufficient to fulfill the requirements of the solicitation.
{g} Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549). The
offeror certifies, to the best of its knowledge and belief, that-
(1) The offeror and/or any of its principals [ ] are, [ X ] are not presently debarred, suspended,
proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and
(2) [ ] Have, [ X ] have not, within a three-year period preceding this offer, been convicted of or had
a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract;
violation of Federal or state antitrust statutes relating to the submission of offers; or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax
evasion, or receiving stolen property; and [ ] are, [ X ] are not presently indicted for, or otherwise
criminally or civilly charged by a Government entity with, commission of any of these offenses.
G.2 TRADE AGREEMENTS (far 52.225-5) (JUN 2003)
(a) Definitions. As used in this clause.
Caribbean Basin country means any of the following countries: Antigua and Barbuda, Aruba, Bahamas, Barbados,
Belize, British Virgin Islands, Costa Rica, Dominica, El Salvador, Grenada, Guatemala, Guyana, Haiti, Jamaica,
Montserrat, Netherlands Antilles, Nicaragua, St. Kitts and Nevis, St. Lucia, St. Vincent and the Grenadines,
Trinidad and Tobago.
Caribbean Basin country end product
Means an article that --
(A) Is wholly the growth, product, or manufacture of a Caribbean Basin country; or
(B) In the case of an article that consists in whole or in part of materials from another country, has
been substantially transformed in a Caribbean Basin country into a new and different article of commerce
with a name, character, or use distinct from that of the article or articles from which it was transformed;
and
Is not excluded from duty-free treatment for Caribbean countries under 19 U.S.C. 2703(b).
For this reason, the following articles are not Caribbean Basin country end products:
Tuna, prepared or preserved in any manner in airtight containers;
Petroleum, or any product derived from petroleum;
Watches and watch parts (including cases, bracelets, and straps) of whatever type
including, but not limited to, mechanical, quartz digital, or quartz analog, if such watches
or watch parts contain any material that is the product of any country to which the
Harmonized Tariff Schedule of the United States (HTSUS) column 2 rates of duty apply
(i.e. Afghanistan, Cuba, Laos, North Korea, and Vietnam); and
84
Certain of the following: textiles and apparel articles; footwear, handbags, luggage, flat goods, work
gloves, and leather wearing apparel; or handloomed, handmade, and folklore articles;
(C) Access to the HTSUS to determine duty-free status of articles of these types is available at
http://www.customs.ustreas.gov In particular, see the following:
General Note 3(c), Products Eligible for Special Tariff treatment.
General Note 17, Products of Countries Designated as Beneficiary Countries under the United
States —Caribbean Basin Trade Partnership Act of 2000.
Section XXII, Chapter 98, Subchapter II, Articles Exported and Returned, Advanced or Improved
Abroad, U.S. Note 7(b).
Section XXII, Chapter 98, Subchapter XX, Goods Eligible for Special Tariff Benefits under the
United States —Caribbean Basin Trade Partnership Act; and
Refers to a product offered for purchase under a supply contract, but for purposes of calculating
the value of the acquisition, includes services (except transportation services) incidental to the
article, provided that the value of those incidental services does not exceed that of the article
itself.
Designated country means any of the following countries:
Aruba Austria Bangladesh
Belgium Benin Bhutan
Botswana Burkina Faso Burundi
Canada Cape Verde Central African Republic
Chad Comoros Denmark
Djibouti Equatorial Guinea Finland
France Gambia Germany
Greece Guinea Guinea-Bissau
Haiti Hong Kong Iceland
Ireland Israel Italy
Japan Kiribati Korea
Republic of Lesotho Liechtenstein Luxembourg
Malawi Maldives Mali
Mozambique Napal Netherlands
Niger Norway Portugal
Rwanda Sao Tome and Principe Sierra Leone
Singapore Somalia Spain
Sweden Switzerland Tanzania U.R.
Togo Tuvalu Uganda
United Kingdom Vanuatu Western Samoa
Yemen
"Designated country end product" means an article that--
(1) Is wholly the growth, product, or manufacture of a designated country; or
(2) In the case of an article that consists in whole or in part of materials from another country, has
been substantially transformed in a designated country into a new and different article of commerce with a
name, character, or use distinct from that of the article or articles from which it was transformed. The term
85
refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of
the end product includes services (except transportation services) incidental to the article, provided that the
value of those incidental services does not exceed that of the article itself.
"End product" means those articles, materials, and supplies to be acquired under the contract for public use.
'Worth American Free Trade Agreement country" means Canada or Mexico.
"North American Free Trade Agreement country end product" means an article that--
(1) Is wholly the growth, product, or manufacture of a North American Free Trade Agreement
(NAFTA) country; or
(2) In the case of an article that consists in whole or in part of materials from another country, has
been substantially transformed in a NAFTA country into a new and different article of commerce with a
name, character, or use distinct from that of the article or articles from which it was transformed. The term
refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of
the end product includes services (except transportation services) incidental to the article, provided that the
value of those incidental services does not exceed that of the article itself.
"United States" means the 50 States and the District of Columbia, and outlying areas.
"U.S.-made end product" means an article that is mined, produced, or manufactured in the United States or that is
substantially transformed in the United States into a new and different article of commerce with a name, character,
or use distinct from that of the article or articles from which it was transformed.
(b) Implementation. This clause implements the Trade Agreements Act (19 U.S.C. 2501, et seq.) and the North
American Free Trade Agreement Implementation Act of 1993 (NAFTA) (19 U.S.C. 3301 note), by restricting the
acquisition of end products that are not U.S.-made, designated country, Caribbean Basin country, or NAFTA
country end products.
(c) Delivery of end products. The Contracting Officer has determined that the Trade Agreements Act and
NAFTA apply to this acquisition. Unless otherwise specified, these trade agreements apply to all items in the
Schedule. The Contractor shall deliver under this contract only U.S.-made, designated country, Caribbean Basin
country, or NAFTA country end products except to the extent that, in its offer, it specified delivery of other end
products in the provision entitled "Trade Agreements Certificate."
G.3 SECTION 8(a) REPRESENTATION FOR THE MULTIPLE AWARD SCHEDULE PROGRAM
(K-FSS-9) (SEP 2000)
The Offeror represents that it is ❑ is not ® a current 8(a) Business Development Program participant, and that it
wishes to be designated as such on the FSS Schedules E-Library and GSA Advantage 'M as well as the Federal
Procurement Data System (FPDS).
CONTRACTOR NAME: NOT APPLICABLE
DATE:
G.4 COMMERCIAL SALES PRACTICES FORMAT (CSP-1)
86
Name of Offeror: Four Points Technology, LLC
SIN(s): 132-8, 132-12,132-33, 132-34 and 132-51
Note: Please refer to clause 552.212-70, PREPARATION OF OFFER (MULTIPLE AWARD SCHEDULE)
[SEE E.5], for additional information concerning your offer. Provide the following information for each
SIN (or group of SINs or SubSIN for which information is the same).
87
(1) Provide the dollar value of sales to the general public at or based on an established catalog or market price
during the previous 12-month period or the offerors last fiscal year: $ 2,500,000 . State beginning and
ending of the 12 month period. Beginning 1/1/03 Ending 12/3/03 . In the event that a dollar value is
not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s).
(2) Show your total projected annual sales to the Government under this contract for the contract term,
excluding options, for each SIN offered. If you currently hold a Federal Supply Schedule contract for the SIN the
total projected annual sales should be based on your most recent 12 months of sales under that contract.
Special Item No. 132-3 Leasing of Equipment $
Special Item No. 132-4 Daily / Short Term Rental $
Special Item No. 132-8 Purchase of Equipment $ 500,000
Special Item No. 132-12 Maintenance of Equipment, Repair Service, and
Repair Parts/Spare Parts $ 50.000
Special Item No. 132-32 Term Software Licenses $
Special Item No. 132-33 Perpetual Software Licenses $ 500,000
Special Item No. 132-34 Maintenance of Software $ 50,000
Special Item No. 132-50 Training Courses $
Special Item No. 132-51 Information Technology Professional Services $
Special Item No. 132-52 Electronic Commerce Services $
Special Item No. 132-53 Telecommunication Transmission Services $
(3) Based on your written discounting policies (standard commercial sales practices in the event you do not
have written discounting policies), are the discounts and any concessions which you offer the Government equal to
or better than your best price (discount and concessions in any combination) offered to any customer acquiring the
same items regardless of quantity or terms and conditions? YES X NO . (See definition of
"concession" and "discount" in 552.212-70.)
(4) (a) Based on your written discounting policies (standard commercial sales practices in the event you
do not have written discounting policies), provide information as requested for each SIN (or group of SINs
for which the information is the same) in accordance with the instructions at Figure 515.2, which is
provided in this solicitation for your convenience. The information should be provided in the chart below
or in an equivalent format developed by the offeror. Rows should be added to accommodate as many
customers as required.
('OI,li\IN I ('(II,IIIIIN 2
('IIS1OAI1?It DISCOUNT
('O1.l1AIN 3
(,)l I;\ N'I'li'11\'OI .l 1 Al V
COLUMN 4
FOli 1'1?IL\1
('01.11iIN 5
('ON('1aSIONti
SKI pi Dim gioal=11=1=1111111111111MI
(b) Do any deviations from your written policies or standard commercial sales practices disclosed in
the above chart ever result in better discounts (lower prices) or concessions than indicated? YES
NO X . If YES, explain deviations in accordance with the instructions at Figure 515.4-2, which is
provided in this solicitation for your convenience _
88
(5) If you are a dealer/reseller without significant sales to the general public, you should provide
manufacturers' information required by paragraphs (1) through (4) above for each item/SIN offered, if the
manufacturer's sales under any resulting contract are expected to exceed $500,000. You must also obtain written
authorization from the manufacturer(s) for Government access, at any time before award or before agreeing to a
modification, to the manufacturer's sales records for the purpose of verifying the information submitted by the
manufacturer. The information is required in order to enable the Government to make a determination that the
offered price is fair and reasonable. To expedite the review and processing of offers, you should advise the
manufacturer(s) of this requirement. The contracting officer may require the information be submitted on electronic
media with commercially available spreadsheet(s). The information may be provided by the manufacturer directly
to the Government. If the manufacturer's item(s) is being offered by multiple dealers/resellers, only one copy of the
requested information should be submitted to the Government. In addition, you must submit the following
information along with a listing of contact information regarding each of the manufacturers whose products and/or
services are included in the offer (include the manufacturer's name, address, the manufacturer's contact point,
telephone number, and FAX number) for each model offered by SIN:
(a) Manufacturer's Name
(b) Manufacturer's Part Number
(c) DeaIcr's/Reseller s Part Number
(d) Product Description
(e) Manufacturer's List Price
(f) Dealer's/Reseller's percentage discount from List Price or net prices
Figure 515.4-2-Instructions for Commercial Sales Practices Format
If you responded "YES" to question (3), on the COMMERCIAL SALES PRACTICES FORMAT, complete the
chart in question (4)(a) for the customer(s) who receive your best discount. If you responded "NO" complete the
chart in question (4)(a) showing your written policies or standard sales practices for all customers or customer
categories to whom you sell at a price (discounts and concessions in combination) that is equal to or better than the
price(s) offered to the Government under this solicitation or with which the Offeror has a current agreement to sell
at a discount which equals or exceeds the discount(s) offered under this solicitation. Such agreement shall be in
effect on the date the offer is submitted or contain an effective date during the proposed multiple award schedule
contract period. If your offer is lower than your price to other customers or customer categories, you will be aligned
with the customer or category of customer that receives your best price for purposes of the Price Reduction clause at
552.238-75. The Government expects you to provide information required by the format in accordance with these
instructions that is, to the best of your knowledge and belief, current, accurate, and complete as of 14 calendar days
prior to its submission. You must also disclose any changes in your price list(s), discounts and/or discounting
policies which occur after the offer is submitted, but before the close of negotiations. If your discount practices
vary by model or product line, the discount information should be by model or product line as appropriate. You
may limit the number of models or product lines reported to those which exceed 75% of actual historical
Government sales (commercial sales may be substituted if Government sales are unavailable) value of the special
item number (SIN).
Column 1-Identify the applicable customer or category of customer. A "customer" is any entity, except the
Federal Government, which acquires supplies or services from the Offeror. The term customer includes, but is not
limited to original equipment manufacturers, value added resellers, state and local governments, distributors,
educational institutions (an elementary, junior high, or degree granting school which maintains a regular faculty and
established curriculum and an organized body of students), dealers, national accounts, and end users. In any
instance where the Offeror is asked to disclose information for a customer, the Offeror may disclose information by
category of customer if the offeror's discount policies or practices are the same for all customers in the category.
(Use a separate line for each customer or category of customer.)
89
Column 2-Identify the discount. The term "discount" is as defined in solicitation clause 552.212-70, Preparation
of Offer (Multiple Award Schedule). Indicate the best discount (based on your written discounting policies or
standard commercial discounting practices if you do not have written discounting policies) at which you sell to the
customer or category of customer identified in column 1, without regard to quantity; terms and conditions of the
agreements under which the discounts are given; and whether the agreements are written or oral. Net prices or
discounts off of other price lists should be expressed as percentage discounts from the price list which is the basis of
your offer. If the discount disclosed is a combination of various discounts (prompt payment, quantity, etc.), the
percentage should be broken out for each type of discount, If the price lists which are the basis of the discounts
given to the customers identified in the chart are different than the price list submitted upon which your offer is
based, identify the type or title and date of each price list. The contracting officer may require submission of these
price lists. To expedite evaluation, offerors may provide these price lists at the time of submission.
Column 3-Identify the quantity or volume of sales. Insert the minimum quantity or sales volume which the
identified customer or category of customer must either purchase/order, per order or within a specified period, to
earn the discount. When purchases/orders must be placed within a specified period to earn a discount indicate the
time period.
Column 4-Indicate the FOB delivery term for each identified customer. See FAR 47.3 for an explanation of
FOB delivery terms.
Column 5-Indicate concessions regardless of quantity granted to the identified customer or category of
customer. Concessions are defined in solicitation clause 552.212-70, Preparation of Offers (Multiple Award
Schedule). If the space provided is inadequate, the disclosure should be made on a separate sheet by reference.
If you respond "YES" to question 4 (b) in the Commercial Sales Practices Format, provide an explanation of the
circumstances under which you deviate from your written policies or standard commercial sales practices disclosed
in the chart on the Commercial Sales Practices Format and explain how often they occur. Your explanation should
include a discussion of situations that lead to deviations from standard practice, an explanation of how often they
occur, and the controls you employ to assure the integrity of your pricing. Examples of typical deviations may
include, but are not limited to, one time goodwill discounts to charity organizations or to compensate an otherwise
disgruntled customer; a limited sale of obsolete or damaged goods; the sale of sample goods to a new customer; or
the sales of prototype goods for testing purposes.
If deviations from your written policies or standard commercial sales practices disclosed in the chart on the
Commercial Sales Practices Format are so significant and/or frequent that the Contracting Officer cannot establish
whether the price(s) offered is fair and reasonable, then you may be asked to provide additional information. The
Contracting Officer may ask for information to demonstrate that you have made substantial sales of the item(s) in
the commercial market consistent with the information reflected on the chart on the Commercial Sales Practice
Format, a description of the conditions surrounding those sales deviations, or other information that may be
necessary in order for the Contracting Officer to determine whether your offered price(s) is fair and reasonable. In
cases where additional information is requested, the Contracting Officer will target the request in order to limit the
submission of data to that needed to establish the reasonableness of the offered price.
G.5 AUTHORIZED NEGOTIATORS (K-FSS-1) (MAR 1998)
The offeror shall, in the spaces provided below, fill in the names of all persons authorized to negotiate with the
Government in connection with this request for proposals or quotations. (List the names, titles, telephone numbers
and electronic mail address of the authorized negotiators.)
David E. Gilchrist; President; 703-279-6404; davidg@4points.com
Mary A. Rogers; Consultant; 703-538-4841; marvrogerslAaol.com
90
91
G.6 CONTACT FOR CONTRACT ADMINISTRATION (G-FSS-900-C) (JUL 2003)
Offerors should complete paragraphs (a) and (b) if providing both domestic and overseas delivery. Complete
paragraph (a) if providing domestic delivery only. Complete paragraph (b) if providing overseas delivery only.
The Contractor shall designate a person to serve as the contract administrator for the contract both domestically and
overseas. The contract administrator is responsible for overall compliance with contract terms and conditions. The
contract administrator is also the responsible official for issues concerning 552.238-74 Industrial Funding Fee and
Sales Reporting, including reviews of contractor records. The Contractor's designation of representatives to handle
certain functions under this contract does not relieve the contract administrator of responsibility for contract
compliance. Any changes to the designated individual must be provided to the Contracting Officer in writing, with
the proposed effective date of the change.
(a) Domestic.
NAME:
TITLE:
ADDRESS:
ZIP CODE:
David E. Gilchrist
President
Four Points Technology, LLC.,
11350 Random Hills Rd., Suite 650
Fairfax, VA
22030-7428
TELEPHONE NO.: (703) 279-6404 FAX NO.: (703) 279-6406
E-MAIL ADDRESS: davida(rr�,4lpoints.com
(b) Overseas. Overseas contact points are mandatory for local assistance with the resolution of any delivery,
performance, or quality complaint from customer agencies. (Also, see the requirement in I-FSS-594, Parts and
Service.) At a minimum, a contact point must be furnished for each area in which deliveries are contemplated, e.g.,
Europe, South America, Far East, etc.
NAME:
TITLE:
David E. Gilchrist
President
ADDRESS: Four Points Technology, LLC.,
11350 Random Hills Rd., Suite 650
92
Fairfax, VA
ZIP CODE: 22030-7428
TELEPHONE NO.: (703) 279-6404 FAX NO.: (703) 279-6406
E-MAIL ADDRESS: davidgna,4points.com
G.7 ORDERING INFORMATION (GSAR 552.216-73) (SEP 1999) (ALTERNATE II-SEP 1999)
(a) In accordance with the Placement of Orders clause of this solicitation, the offeror elects to receive orders
placed by GSA's Federal Supply Service (FSS) by either [ X] facsimile transmission or [ ] computer -to -computer
Electronic Data Interchange (EDI).
(b) An offeror electing to receive computer -to -computer EDI is requested to indicate below the name, address,
and telephone number of the representative to be contacted regarding establishment of an EDI interface.
Do Not Elect EDI
(c) An offeror electing to receive orders by facsimile transmission is requested to indicate below the telephone
number(s) for facsimile transmission equipment where orders should be forwarded.
(703) 279-6406
(d) For mailed orders, the offeror is requested to include the postal mailing address(es) where paper form
orders should be mailed.
Four Points Technology, LLC.L 11350 Random Hills Rd., Suite 650
Fairfax, VA 22030-7428
(e) Offerors marketing through dealers are requested to indicate below whether those dealers will be
participating in the proposed contract.
YES [ ] NO [ X ]
If "yes" is checked, ordering information to be inserted above shall reflect that in addition to offeror's name,
address, and facsimile transmission telephone number, orders can be addressed to the offeror's name, c/o nearest
local dealer. In this event, two copies of a list of participating dealers shall accompany this offer, and shall also be
included in Contractor's Federal Supply Schedule pricelist.
G.8 CONTRACTOR'S REMITTANCE (PAYMENT) ADDRESS (GSAR 552.232-82) (MAY 2003)
(a) Payment by electronic funds transfer (EFT) is the preferred method of payment. However, under certain
conditions, the ordering activity may elect to make payment by check._The offeror shall indicate below, the
payment address to which checks should be mailed for payment of proper invoices submitted under a resultant
contract.
93
PAYMENT ADDRESS:
Four Points Technologv, L.L.C.
11350 Random Hills Rd., Suite 650
Fairfax, VA 22030-7428
(b) Offeror shall furnish by attachment to this solicitation, the remittance (payment) addresses of all authorized
participating dealers receiving orders and accepting payment by check in the name of the Contractor in care of the
dealer, if different from their ordering address(es) specified elsewhere in this solicitation. If a dealer's ordering and
remittance address differ, both must be furnished and identified as such.
(c) All offerors are cautioned that if the remittance (payment) address shown on an actual invoice differs from
that shown in paragraph (b) of this provision or on the attachment, the remittance address(es) in paragraph (b) of
this provision or attached will govern. Payment to any other address, except as provided for through (EFT)
payment methods, will require an administrative change to the contract.
NOTE: All orders placed against a Federal Supply Schedule Contract are to be paid by the individual ordering
activity placing the order. Each order will cite the appropriate ordering activity payment address, and proper
invoices should be sent to that address. Proper invoices should be sent to GSA only for orders placed by GSA.
Any other ordering activity's invoices sent to GSA will only delay your payment.
G.9 PLACE OF PERFORMANCE (FAR 52.215-6) (OCT 1997)
(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ } intends,
[X] does not intend [check applicable block] to use one or more plants or facilities located at a different address
from the address of the offeror or respondent as indicated in this proposal or response to request for information.
(b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the
following spaces the required information:
NAME AND ADDRESS OF OWNER AND
PLACE OF PERFORMANCE
OPERATOR OF THE PLANT OR
(Street, Address, City, State, County, Zip Code)
FACILITY IF OTHER THAN
OFFEROR OR RESPONDENT
NOT APPLICABLE
G.10 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (FAR 52.204-6) (JUN 1999)
(a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation
"DUNS" followed by the DUNS number that identifies the offeror's name and address exactly as stated in the offer.
The DUNS number is a nine -digit number assigned by Dun and Bradstreet Information Services.
(b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on
obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-
333-0505. The offeror should be prepared to provide the following information:
(1) Company name.
(2) Company address.
94
(3) Company telephone number.
(4) Line of business.
(5) Chief executive officer/key manager.
(6) Date the company was started.
(7) Number of people employed by the company.
(8) Company affiliation.
(c) Offerors located outside the United States may obtain the location and phone number of the local Dun and
Bradstreet Information Services office from the Internet home page at
http://dnb.com/US/customer service/index.html . If an offeror is unable to locate a local service center, it may send
an e-mail to Dun and Bradstreet at globalinfo@,mail.dnb.com
DUNS Number: 08-989-6737
G.11 ELECTRONIC FORMAT
By signing its offer, the Offeror attests to the fact that there have been no changes to the text of this solicitation,
except as noted in the cover letter.
95
G.12 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR
CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN
INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR OFFICE AND BUSINESS
EQUIPMENT -CONTRACTOR CERTIFICATION (FAR 52.222-48) (AUG 1996)
(a) The following certification shall be checked: NOT APPLICABLE
CERTIFICATION
The offeror certifies [ ], does not certify [ ] that: (1) The items of equipment to be serviced under this contract are
commercial items which are used regularly for other than Government purposes, and are sold or traded by the
Contractor in substantial quantities to the general public in the course of normal business operations; (2) The
contract services are furnished at prices which are, or are based on, established catalog or market prices for the
maintenance, calibration, and/or repair of certain information technology, scientific and medical and/or office and
business equipment. An "established catalog price" is a price (including discount price) recorded in a catalog, price
list, schedule, or other verifiable and established record that is regularly maintained by the manufacturer or the
Contractor and is either published or otherwise available for inspection by customers. An "established market
price" is a current price, established in the course of ordinary and usual trade between buyers and sellers free to
bargain, which can be substantiated by data from sources independent of the manufacturer or Contractor; and (3)
The Contractor utilizes the same compensation (wage and fringe benefits) plan for all service employees performing
work under the contract as the Contractor uses for equivalent employees servicing the same equipment of
commercial customers.
(b) If a negative certification is made and a Service Contract Act wage determination is not attached to the
solicitation, the Contractor shall notify the Contracting Officer as soon as possible.
(c) Failure to execute the certification in paragraph (a) of this clause or to contact the Contracting Officer as
required in paragraph (b) of this clause may render the bid or offer nonresponsive.
G.13 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS
(FAR 52.222-38) (DEC 2001)
By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 38 U.S.C.
4212(d) (i.e., if it has any contract containing Federal Acquisition Regulation clause 52.222-37, Employment
Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), it has submitted
the most recent VETS-100 Report required by that clause.
96