TRANSPORTATION ACQUISITION MANUAL
FOREWORD
The Transportation Acquisition Manual (TAM) implements and supplements the Federal Acquisition Regulation (FAR) and the Transportation Acquisition Regulation (TAR). The TAM is mandatory for all Department of Transportation (DOT) Operating Administrations except for the Federal Aviation Administration which has its own statutory authority. The TAM is non-regulatory in nature and provides uniform procedures for the internal operation of acquiring supplies and services within DOT. The TAM is written to conform to the format, arrangement and numbering system of the FAR and TAR and is divided by chapters and subchapters. It is not a stand alone document and must be read in conformity with the FAR and TAR.
The TAM is totally electronic and no paper-based version is available. The electronic TAM includes relevant internet links wherever external references are made such as Executive Orders or OMB Circulars. DOT forms, sample documents, and additional reference material are also accessible via similar links. We suggest the electronic version of the TAM be bookmarked in your web browser. Users also may want to establish links to the TAM on their homepage or automated contract writing system.
It is our goal to make the TAM a useful and user-friendly document. If you have any suggestions or comments for improving the TAM, please let us know by sending them to the Office of the Senior Procurement Executive at TAM.Changes@dot.gov.
original signed by
David J. Litman
Senior Procurement Executive
The Department of Transportation Acquisition Manual (TAM) is issued by the Senior Procurement Executive (SPE), Office of the Senior Procurement Executive (OSPE). It establishes for the Department of Transportation (DOT) uniform internal operating acquisition procedures, which implement or supplement the Federal Acquisition Regulation (FAR) and the Transportation Acquisition Regulation (TAR), other agency regulations and statutory requirements.
(a) To create a world class acquisition system that delivers best value products or services to the customer, each OA must follow DOT's Procurement Performance Management System (PPMS) including its policy principles. This system was developed in partnership with and is maintained by the Procurement Management Council (PMC). Implementation of the PPMS is the responsibility of the Head of the Contracting Activity (HCA).
The TAM is issued pursuant to DOT Order 4200.18 series, Establishment of a Transportation Acquisition Manual.
When acquiring supplies or services, OAs are to follow this manual unless otherwise excluded by the FAR, TAR, or this manual. The Federal Aviation Administration, having their own unique statutory authority, are exempt from this manual.
This manual can be downloaded at www.dot.gov/ost/m60/earl/tam.htm.
(b) Numbering. (1) This manual conforms to the arrangement and numbering system prescribed by (FAR) 48 C.F.R. 1.105. The numbering illustrations at (FAR) 48 C.F.R. 1.105-2(b) are equally applicable to this manual. TAM addresses the specific paragraphs for which supplementation or implementation applies. For example, this paragraph supplements (FAR) 48 C.F.R. 1.105-2(b)(1); therefore, the FAR corresponding paragraph in TAM is 1201.105-270, paragraphs (b) and (1).
(2) TAM coverage is identified by the prefix "12" and followed by the complete TAM cite which may be as specific as the paragraph level (e.g., 1201.105-3(a)).
(3) Coverage in the TAM that supplements the FAR will use chapter, subchapter, section and subsection numbers ending in "70" through "89" (e.g., 1201.105-270).
(4) Coverage in the TAM, other than that identified with a "70" or higher number, that implements the FAR or TAR will use the identical number sequence and caption of the FAR or TAR segment being implemented which may be down to the paragraph level (e.g., 1201.602-3(a)).
(c) References and citations. This manual may be referred to as the Transportation Acquisition Manual or the TAM. Cross references to the FAR or TAR in this manual will be cited by "FAR" or "TAR" followed by its numbered cite. A number not prefixed by the acronym FAR, TAR or TAM will automatically be the TAM. For example, 1201.603-3 automatically refers to the TAM even though the acronym "TAM" is not specified. As an electronic document, the TAM contains many links (identified by blue print) to the word or term referenced in the text. An Electronic Acquisition Reference Library (EARL) is an internet-based resource also available to research words or terms referenced or cited within the TAM.
(a) The TAM is issued electronically through the E-TAM and available via the internet at http://www.dot.gov/ost/m60/earl/tam.htm. Hardcopies can only be obtained by downloading the TAM since individual hardcopy distribution of the TAM is not made.
Prior to obligating funds and entering into a contractual agreement for information collection activities, the contracting officer shall obtain a clearance and approval from OMB. The SF-83, Request for OMB Review, shall be used to request OMB's review and approval. Operating administration (OAs) Paperwork Clearance Officers are available to assist in preparing the information collection justification for the SF-83.
(a) Data collection under proposed contracts. SF-83s must be forwarded to the Office of the Chief Information Officer (CIO), (S-80), for processing to OMB. Early coordination with Paperwork Clearance Officers and S-81 prior to release of the solicitation should prevent delays caused by the requirement to obtain OMB approval.
(b) Data collection under TAR Supplements. An SF-83, along with the calculations used to derive the numbers shown on the SF-83, shall be forwarded to the SPE along with the proposed TAR Supplement coverage (see TAM 1201.304) for coordination with S-81.
Personnel with questions concerning the FAR, TAR, and TAM may utilize the Listing of Responsible SPE Office Personnel for FAR, TAR, and TAM to identify the appropriate individual to contact within OSPE by Part/Chapter.
(a)(1) Delegations of FAR procurement authority. The following is applicable with respect to delegations of procurement authority within DOT:
(i) Agency head delegations. There are certain (FAR) 48 C.F.R. functions which are non-delegable and reserved by the Secretary and there are some functions that can be delegated. All reserved and delegated functions (either to the Office of the Secretary (OST) or the OAs) to one or more individuals are reflected in the applicable chapters of this manual usually by the words “is non-delegable,” “is authorized” or “is the individual authorized.”
(A) For those functions that are delegated, the chapters indicate the lowest organizational level for performance of that function. The delegated levels reflected in this manual may be changed to an equivalent or higher level by the Assistant Secretary for Administration or other responsible OST official for OST assigned functions and by the Head of the Operating Administration (HOA) for OA assigned functions. For example, the HOA may change the “debarring official” in TAM 1209.403 from the HCA to the higher HOA level.
Any changes by the HOA to the delegated levels reflected in this manual must be in writing and stored in a centralized location within the OA. A copy of the delegation must be submitted to the SPE upon request.
(B) Lower organizational levels for FAR and TAR agency head functions must be authorized by the SPE (who will coordinate with other OST officials as deemed appropriate).
(ii) Head of the Contracting Activity (HCA) functions. There are certain (FAR) 48 C.F.R. functions which are non-delegable and reserved for the HCA or equivalent organizational level; these reserved functions are reflected in the applicable chapter of this manual. For delegable functions, compliance with the level reflected in the applicable chapter of this manual or the TAR is required unless otherwise authorized by the HCA.
(A) Notwithstanding the above, the HOA or designee at an organizational level equal to or above the HCA may retain both delegable and non-delegable functions assigned to the HCA.
(B) Approved HCA functional delegations which are different from those specified in this manual shall be in writing and stored in a centralized location within the OA. A copy of the delegation shall be submitted to the SPE within 30 days of issuance.
(iii) Any other authorities of this manual besides those mentioned in TAM 1201.301(a)(1)(i) or (ii) may be authorized to a higher level within the OA than that stipulated in this manual unless specified otherwise. Any authorities assigned or re-delegated pursuant to this paragraph shall be in writing and stored in a centralized location within the OA. A copy of the assignment/re-delegation shall be submitted to the SPE upon request.
(a) TAM changes may be the result of suggestions by DOT personnel, other Government agencies, or the public. Proposed changes to this manual, along with rationale for the change, must be submitted to the Office of the Senior Procurement Executive (M-60) by addressing the change to TAM.Changes@dot.gov or by contacting the responsible SPE staff member by electronic mail (see 1201.202-70). Changes to the TAM shall address the following:
(1) PROBLEM: Succinctly state the issue(s) requiring a TAM change.
(2) RECOMMENDATION: Identify the recommended change by using the current language and adding to it or lining through the words to be deleted and inserting proposed language in brackets.
(3) DISCUSSION: Explain why the change is necessary and how it will solve the problem. Address any cost or administrative impact on Government activities, offerors, and contractors. Provide any other helpful information and documents such as statutes, legal decisions, regulations, reports, etc.
(4) POINT OF CONTACT: Name and phone number of a person who can answer questions regarding the recommendation.
(b) Updates to the TAM will be summarized in a TAM NOTE published via the internet at http://www.dot.gov/ost/m60/. When the TAM NOTE is issued, the electronic TAM is simultaneously updated to incorporate the changes.
(c) The TAM is maintained by OSPE in electronic form. Maintenance of the TAM will be made through the TAR/TAM change process.
(1) TAM Chapters. This manual will contain internal DOT acquisition procedures within chapters that supplement or implement FAR and TAR material. Chapters are normally coordinated through the TAR/TAM change process prior to issuance.
(2) TAM Notices.
(i) TAM Chapters will be amended by issuance of a TAM Notice (also referred to as a TAM NOTE);
(ii) TAM Notices are: (A) used to disseminate information that is relevant to the TAM; and (B) normally integrated into the TAM. TAM Notices may occasionally contain new material that must be issued quickly without going through the TAR/TAM change process before their release. However, simutaneously with or subsequent to their issuance, these TAM NOTES will be disseminated for comment.
(3) TAM Appendices, Attachments, and Exhibits. Appendixes to the TAM or a specific Chapter may be used to provide supplementary material not suitable for insertion in the TAM issuance itself (e.g., tables, other agency issuances). Appendices may contain attachments with or without exhibits. Attachment(s) supplement the appendix, and exhibit(s) supplement the attachment. Both are made part of the appendix. TAM appendices do not necessarily follow the format and numbering system of this manual. Additional information is available on EARL.
Unless otherwise stated, the following applies--
(a) Statements in TAM NOTEs to the effect that the material therein is "effective upon receipt," "upon a specified date," or that changes set forth in the document are "to be used upon receipt," mean that any new or revised procedures or forms shall be used when issuing solicitations, contracts, or modifications thereafter; and
(b) If solicitations are already in process or negotiations complete when the TAM NOTE is received, the new procedures or forms need not be used if it is determined by the Chief of the Contracting Office (COCO) that it would not be in the best interest of the Government.
TAM NOTEs will be numbered consecutively on a fiscal year basis beginning with number "01" prefixed by the last two digits of the fiscal year.
(a) General. The Procurement Management Council (PMC) is an integral part of the TAR/TAM change process. Changes to this manual or the TAR that effect more than one OA are made through coordination with the PMC and other applicable DOT offices.
(b) Process. The TAR/TAM change process involves the formulation of policies and procedures through a comment process. The OSPE uses various methods (e.g., electronic media, hard copy, and discussions) to solicit and resolve comments on proposed TAM revisions.
(1) The PMC is responsible for--
(i) Reviewing proposed TAM changes and providing comments to the SPE or SPE's staff, or recommending solutions to the SPE on acquisition issues;
(ii) Recommending policies and procedures to the SPE for consideration; and
(2) The OSPE is responsible for--
(i) Formulating and distributing proposed changes;
(ii) Soliciting comments from the PMC and other interested and affected DOT offices; and
(iii) Reviewing and resolving all comments or forwarding them to the PMC for resolution.
(a) DOT's goal is to ensure the TAR and TAM are consistent with (FAR) 48 C.F.R. unless (FAR) 48 C.F.R. prescribes otherwise. Due to the lead-time necessary to implement (FAR) 48 C.F.R. changes, conflict or inconsistency may momentarily exist. In those cases, the (FAR) 48 C.F.R. takes precedent over the TAR and TAM.
(b) OA acquisition regulations. OA acquisition regulations shall:
(1) Be incorporated into the TAR as a supplemental regulation;
(2) Be coordinated in accordance with OA internal procedures (including review by legal counsel with evidence of such a review) to ensure compliance with (FAR) 48 C.F.R. 1.301 and DOT's rule-making process before submission to the SPE;
(3) Be submitted to the SPE for review and approval by a transmittal letter signed by an official with a rank no lower than an Associate Administrator or Flag Officer, or equivalent, before proceeding to the public comment process at the initial stages of the regulatory process; include a Paperwork Reduction Act (see TAM 1201.404(a)(2)) and Regulatory Flexibility Act analysis, as appropriate; and a justification supporting the need for the regulation;
(4) Be integrated within the TAR and be available via the internet at http://www.dot.gov/ost/m60; and
(5) Pertain only to that OA.
(c) OA acquisition procedures. OA acquisition procedures shall:
(1) Contain no material which unnecessarily repeats, paraphrases, or is inconsistent with the contents of the FAR, TAR, and this manual;
(2) Be consistent with the policies and procedures of the FAR, TAR, this manual, and other Departmental guidance and follow the format, arrangement, and numbering system specified in TAM 1201.105-270 and TAM 1201.301-70 to the extent practicable; and
(3) Be reviewed, as deemed appropriate, in accordance with internal operating procedures and the following:
(i) OAs shall advise the OSPE in writing (by topic) of their intent to promulgate acquisition guidance implementing or supplementing this manual. OAs will be advised of any procedures that are to be provided to the OSPE for review.
(ii) The HCA is responsible for ensuring that OA contracting offices limit their promulgation of acquisition procedures and, if procedures are necessary, to ensure they comply with paragraphs (1) and (2) of this section.
Requests for individual deviations from the FAR, TAR, and this manual can be granted. The HCA or designee, who must have a rank that is no lower than that of a Senior Executive Service (SES) official or of a Flag Officer level, is authorized to approve individual deviations to this manual, except when this authority has been otherwise assigned by regulation (see (FAR) 48 C.F.R. 1.405 regarding requests for deviations from Treaty requirements), statute (e.g., most Cost Accounting Standard (CAS) deviations must be granted by the CAS Board), or this manual. All deviation requests shall:
(a) Be coordinated with legal counsel with evidence of coordination;
(b) Cite the specific part of the FAR, TAR, or this manual from which a deviation is required;
(c) Set forth the nature of the deviation(s); and
(d) State the reasons for the action requested.
(a) The SPE is the individual authorized to grant class deviations unless (FAR) 48 C.F.R. 1.405(e) is applicable. Requests for class deviations to the FAR, TAR, and this manual shall be endorsed by the HCA or designee no lower than the SES/Flag Officer level, before submitting the request to the SPE for approval. Requests submitted shall include the same type of information as required for individual deviations in TAM 1201.403.
(2) Suggested changes to the FAR, TAR, and this manual shall be transmitted to the SPE after review and approval of the manager of the office requesting the change (e.g., COCO). Those FAR recommended changes determined appropriate by the SPE will be forwarded by OSPE to the Civilian Agency Acquisition Council in accordance with (FAR) 48 C.F.R. 1.404.
The HOA is authorized to establish contracting activities and delegate broad authority to manage the agency's contracting functions to heads of such contracting activities (HCA). Establishing a new contracting activity must be coordinated with DOT’s SPE. The Secretary, Deputy Secretary, Assistant Secretary for Administration (OST), SPE, HOAs and HCAs (see EARL for current HCAs) shall be considered contracting officers within DOT by virtue of their positions; no Certificate of Appointment (see TAM 1201.603-3) is required. All other DOT contracting officers shall be selected and appointed under TAM 1201.603.
The Clinger-Cohen Act, P.L. 104-106, and the Office of Federal Procurement Policy, Policy Letter 05-01, direct the implementation of mandatory training, education, and experience requirements for entry and accession in the acquisition career field. The Department of Transportation Acquisition Workforce Career Development Policy (revised November 2006) establishes procedures for the implementation of these requirements and other career development efforts. This document is issued under the authority of TAM 1201.103 as a supplement to TAM Chapter 1201, and is available via the internet at http://www.dot.gov/ost/m60/workforce/awf_career_development.htm This policy also includes, as Appendix D, the U.S. Department of Transportation Contracting Officer's Technical Representative (COTR) Training Standards.
Contracting officers may only delegate their responsibilities to an authorized representative(s) such as a Bankcard recipient or a COTR. Any delegation of responsibility must be in writing to specified individuals (by name, not position) and clearly enumerate the delegated responsibilities and any limitations attached thereto. Selection, training, certification, and appointment of COTRs are discussed in TAM 1242.70 and in OA policy.
(a) Definitions.
(1) "Ratifying official" means the official who may authorize a contract award, purchase order, or other procurement instrument providing for the ratification of an unauthorized commitment.
(2) "Unauthorized commitment", as defined in (FAR) 48 C.F.R. 1.602-3, includes, but is not limited to, any action by a person other than the contracting officer that results in: (i) continued performance by a contractor beyond the expiration date or the price established by the procurement instrument; or (ii) the commencement of performance of work in advance of issuance of a formal procurement instrument properly executed by a duly authorized contracting officer.
(b) Policy.
(2) The authority of the HCA under (FAR) 48 C.F.R. 1.602-3(b)(2) to ratify an unauthorized commitment remains with the HCA unless re-delegated to an organizational level no lower than the COCO in accordance with (FAR) 48 C.F.R. 1.602-3(b)(3).
(c) Limitations.
(7) The following procedures shall be used for ratification of an unauthorized commitment:
(i) The individual who is responsible for actions that result in an unauthorized commitment must provide the following information to the ratifying official:
(A) A description of the circumstances that resulted in an unauthorized commitment;
(B) The reasons why normal procurement procedures were not followed;
(C) A description of the bona fide Government requirement that made the commitment necessary;
(D) The benefit(s) received by the Government;
(E) The dollar value of the commitment and whether the costs were reasonable in relation to the contractor's effort, the hours expended, the services or supplies received, type of labor used, and other costs, as appropriate;
(F) The basis for selecting the contractor and identify other sources considered, if any;
(G) Status of performance;
(H) Any other pertinent facts regarding the circumstances that resulted in an unauthorized commitment;
(I) Any invoices, receiving report, or other documentary evidence related to this transaction;
(J) The signature, following the above information, of the individual responsible for the unauthorized commitment certifying that the information provided is accurate;
(K) Any recommendations regarding corrective action that will preclude the situation from recurring; signed by the responsible individual’s Division Director (or equivalent); and
(L) A complete procurement request, Form DOT F 4200.1, Procurement Request, that includes a certification stating that the purchase request funds for the ratifying action were available at the time the unauthorized commitment occurred as well as the time the unauthorized commitment is ratified.
(ii) If the individual responsible for the unauthorized commitment is not available, the office to which the responsible individual was assigned shall provide the information described in paragraph (i) above with the name (vice signature) of the individual responsible for the unauthorized commitment.
(iii) A written contract, as defined under (FAR) 48 C.F.R. 2.101, is not required to confirm the ratification of an unauthorized commitment. The contracting officer shall decide if a contract or other written means would be appropriate for a particular situation on a case-by-case basis. Factors such as furnishing Government property, promise of product delivery, dispute over invoiced prices, etc., are to be considered when determining whether or not a contract is appropriate.
(A) Before ratification of an action, a letter requesting payment or an invoice from the contractor who provided the supply or service must be received.
(B) The complete ratification file shall be submitted for legal review before it is submitted to the ratifying official in accordance with 1201.602-3(c)(7)(iv)(F). Secretarial offices shall submit the file to the Office of the General Counsel (C-10); OAs shall submit the file to their respective Chief Counsels.
(C) The ratifying official shall determine whether ratification is appropriate based on a complete file containing all the ratification documentation requirements of paragraph (c)(7)(i).
(D) A memorandum signed by the contracting officer that approves the invoice shall be sent to the finance office along with the invoice. The original certified Form DOT F 4200.1, Procurement Request, (covering the total amount of the invoice), a copy of the ratifying official's ratification, and the document confirming the ratification (see paragraph (iii) of this section), shall be attached to the memorandum.
(E) A copy of the memorandum, Form DOT F 4200.1, invoice, and original ratification documentation shall be retained in the contract office file.
(F) A letter explaining the disposition of the unauthorized commitment shall be sent to the contractor by the contracting officer if payment will not be made.
(iv) Each contracting office shall establish a file to ensure those actions for which ratification was requested can be identified and the documentation listed in (A) through (G) of this paragraph (iv) can be located. The contracting office shall establish appropriate administrative, technical and physical safeguards to insure the security and confidentiality of these files. Each ratification request must be retained for 6 years and 3 months after final payment or after the ratifying official determines that the action will not be ratified. The file pertaining to a ratification action must contain the following:
(A) The name of the individual responsible for the unauthorized commitment and the name of the office to which he or she was assigned;
(B) A brief description of the commitment, the amount of the action, and a written determination, with supporting documentation, that either the request should not be ratified or that the ratified price is fair and reasonable;
(C) The name of the firm or person to whom the commitment was made (if not in the ratification document);
(D) The date the commitment was either ratified (if not in the ratification document) or not ratified;
(E) A copy of the ratification document as applicable;
(F) Evidence of legal counsel concurrence with any ratification that is 10 percent or more of the simplified acquisitoin threshold; and
(G) Any disciplinary action taken or an explanation as to why none was considered necessary.
(d) Nonratifiable commitments. If an unauthorized commitment is disapproved for ratification, the contracting officer shall promptly notify the individual responsible for the unauthorized commitment, in writing, stating the reasons for disapproval and recommending the individual obtain legal advice. The contracting officer must also advise the employee that the Government will not pay for the nonratifiable commitment. The responsible individual may be held personally liable for the full amount of the unauthorized commitment. If the unauthorized commitment involves the Purchase Card or payment has already been made via the SMART PAY program, the Government may bill the responsible employee or take other reimbursement action.
The HCA shall appoint COCOs for the OA. Individuals designated as COCOs are considered contracting officers and shall be appointed by their respective HCA. The HCA is authorized to select, appoint, and terminate the appointment of contracting officers. The HCA may re-delegate this authority to a level no lower than that of the COCO.
Personnel shall be selected as contracting officers using the guidance under the DOT Acquisition Career Development Policy for Contracting Professionals issued as a supplement to TAM Chapter 1201 and available via the internet on the DOT Acquisition and Grants Homepage at www.dot.gov/ost/m60/.
(a) The delegation of contracting authority is by formal contracting officer appointments under a Certificate of Appointment, SF 1402. The extent of authority granted must be clearly stated on the certificate.
(b) The appointing authority shall maintain information on the limits of contracting officer authority.
The appointing authority (see TAM 1201.603-1) may terminate the appointment of a contracting officer at any time by giving a written notice stating the reasons for, and the effective date of, the termination.
(a) Responsibility for the decision of what to buy and when to buy rests mainly with program and certain staff offices. Responsibility for determining how to buy, the conduct of the buying process, and execution of the contract rests with the contracting officer.
(b) Program personnel, using the contracting process to accomplish their programs, must support the contracting officer by ensuring that:
(1) Requirements are clearly defined and specified;
(2) Competitive sources are solicited, evaluated, and selected;
(3) Quality standards are prescribed and met;
(4) Performance or delivery is timely;
(5) Prices, estimated costs, and fees are reasonable; and
(6) Files are documented to substantiate the judgments, decisions, and actions taken.
The performance of DOT contracting activities shall be assessed periodically to determine how they are performing their fiduciary responsibility and if they are achieving the primary goal of the acquisition system—to deliver best value products and services on a timely basis to meet the needs of the transportation systems. The OSPE utilizes DOT's Procurement Performance Management System (PPMS) to gauge the Department's performance progress.
The format and content requirements for determinations and findings (D&Fs) are specified in the associated subject text of this manual as necessary. The contracting officer is responsible for preparing D&Fs, and requirements and technical personnel are responsible for the accuracy and adequacy of the supporting factual information, which shall be furnished to the contracting officer.
"Agency head for Departmental Procurement" means the individual who has been delegated authority to carry out the duties and responsibilities of agency head for DOT procurement within the meaning of the Federal Acquisition Regulation unless otherwise reserved for the Secretary. The Assistant Secretary for Administration has been delegated this authority and further re-delegated it to the Senior Procurement Executive.
"Chief Acquisition Officer" or “Departmental CAO” means the Deputy Secretary.
“Operating Administration (OA) Chief Acquisition Officer (CAO)” means the designated individual for the OA who is at the Senior Executive Service level and
(a) Monitors cost, schedule and performance of major acquisition programs.
(b) Designates members of the OA's acquisition workforce and ensures they possess the necessary competencies, training and certifications.
(c) Monitors and assesses acquisition activities and programs of the OA.
(d) Ensures requirements are consistent with government mandates.
(e) Facilitates collaboration among users, program and contracting officials.
(f) Implements acquisition strategies such as performance based acquisition, strategic sourcing.
(g) Assesses compliance with acquisition rules and regulations.
(h) Advises OA leadership on appropriate business strategies to accomplish mission.
(i) Reports as required to the Departmental CAO.
"Deputy Chief Acquisition Officer" means the Assistant Secretary for Administration who has delegated the authority to carry out the Chief Acquisition Officer functions to the Senior Procurement Executive.
"Contracting officer" means, in addition to the definition in (TAR) 48 C.F.R. 1202.1, the individual authorized by virtue of their position (see TAM 1201.601) or by appointment (see TAM 1201.603-3) to perform the functions assigned by this manual.
"Electronic Acquisition Reference Library (EARL)" is an electronic reference library located on the M-60 homepage (www.dot.gov/ost/m60/) which contains many of the documents referenced in TAM.
"Procurement Management Council (PMC)" is an advisory body comprised of the Senior Procurement Executive and the Heads of the Contracting Activity or a senior procurement official from each OA. The DOT PMC Charter delineates the role of the Council.
EARL contains a listing of commonly used acronyms and office symbols used in this manual.
Designated Agency Ethics Official (DAEO) for DOT is the Deputy General Counsel (C-2).
Deputy Designated Agency Ethics Officials (Deputy DAEO) for the Operating Administrations (OAs) are the Chief Counsels or designees.
Source Selection Information Disclosure Official. The individual authorized to determine whether the disclosure of information marked as "SOURCE SELECTION INFORMATION" would jeopardize the integrity or successful completion of the acquisition to which the information relates is the contracting officer.
(a) The contracting officer is the individual authorized to determine whether contractor bid or proposal information or source selection information may be disclosed.
(b) Individuals having access to documents which contain proprietary or source selection information shall:
(i) Ensure that the information is marked as required by (FAR) 48 C.F.R. 2.101 (under the definition for "Source selection information") and 3.104-4;
(ii) Use Form DOT F 4220.36, Cover Page Proprietary Information, to notify the recipient that the information or portions thereof is proprietary information related to the conduct of a Federal agency procurement;
(iii) Use Form DOT F 4220.35, Cover Page Source Selection Information, and comply also with the requirements of (FAR) 48 C.F.R. 3.104-4(c) with respect to the marking of pages, to notify the recipient that the document contains source selection information;
(iv) Ensure that the information is secured and protected both during and after working hours;
(v) Ensure interoffice security mailing of the information; and
(vi) Ensure strict control over where discussions regarding the information or related acquisition are held.
(c)(2) Resumption of participation in a procurement. The HCA’s authority under (FAR) 48 C.F.R. 3.104-5(c)(2) is delegated to the Chief of the Contracting Office (COCO). The COCO may authorize an agency official to resume participation in a procurement after complying with the requirements of (FAR) 48 C.F.R. 3.104-5(c)(2).
Each contracting office and individual having access to contractor bid or proposal information, source selection information, or other sensitive procurement information shall take the steps necessary to ensure that the integrity of the procurement process is not compromised by the unauthorized disclosure of this information. Responsible employees and officials must pay particular attention to visitors, contract file security, data security, and transmission of sensitive procurement information. Those contracting officials that are telecommuting are to be especially cautious. When telecommuting, contracting officials must be aware of the type of information they are transporting, have a need for relocating this information, and are able to safeguard any procurement sensitive information. Such remote uses of procurement sensitive information must be accompanied with an established standard of self-discipline and initiative that ensures secure use of the information. OAs may provide for additional safeguards as deemed necessary.
(a)(1) The COCO is the reviewing official for processing violations.
(b)(5) The Head of the Operating Administration (HOA) is the individual authorized to determine that the contractor, or someone acting for the contractor, has engaged in conduct constituting an offense punishable under subsection 27(e) of the Procurement Integrity Act, as amended, (41 U.S.C. 423), for the purpose of voiding or rescinding the contract.
(c) If the Head of the Contracting Activity (HCA) believes that a violation has occurred and the information should be disclosed to a criminal investigative agency (e.g., the Department of Justice) or that there may be a possible violation, and an investigation should be conducted, the HCA shall obtain guidance from legal counsel and the OIG prior to taking any action. Secretarial Offices shall consult the Office of the General Counsel (C-10); OAs shall consult their Chief Counsels.
(d)(2)(ii)(B) The HOA is authorized to make determinations under (FAR) 48 C.F.R. 3.104-7(d)(2)(ii)(B).
(f) The contracting officer shall prepare a memorandum of the facts and circumstances to support the HCA’s determination under (FAR) 48 C.F.R. 3.104-7(f). If the HCA determines that urgent and compelling circumstances exist, the HCA may authorize contract award after notifying the HOA.
The HCA is authorized to grant an exception to the policy in (FAR) 48 C.F.R. 3.601. This authority cannot be redelegated.
(a)(2) The HOA is authorized to make determinations under (FAR) 48 C.F.R. 3.700(a)(2).
(a)(2) The HOA is authorized to make determinations under (FAR) 48 C.F.R. 3.700(a)(2).
(a) The HCA is authorized to declare void and rescind contracts and other transactions listed in P.L. 87-849 (18 U.S.C. 218).
(b)(2) The HOA is authorized to make determinations under (FAR) 48 C.F.R. 3.700(b).
(a) The HCA is authorized to declare void and rescind contracts and to recover the amounts expended and property transferred by the agency where there is a final conviction for any violation of 18 U.S.C. 201-224. Prior to voiding or rescinding a contract or other transaction enumerated in 18 U.S.C. 218, the HCA shall provide written notification to the HOA.
(c) The HOA is authorized to make the determinations under (FAR) 48 C.F.R. 3.704(c).
(a) Reporting. The HCA is authorized to receive reports required by (FAR) 48 C.F.R. 3.705(a). Prior to notifying the Department of Justice the HCA shall notify the HOA in writing.
(b) Decision. The HCA will carry out the functions of (FAR) 48 C.F.R. 3.705(b). Prior to voiding or rescinding a contract, the HCA shall notify the HOA in writing.
(c) Decision-Making Process. Prior to taking the actions under (FAR) 48 C.F.R. 3.705 concerning voiding or rescinding a contract, the contracting officer shall ensure that the file fully supports the proposed action. The opinion of legal counsel also shall be sought to ensure that all requirements of (FAR) 48 C.F.R. 3.705 have been met.
(c)(4) The HCA is the authorized to issue the written decision under (FAR) 48 C.F.R. 3.705(c)(4).
(e) Final agency decision. The HCA is authorized to make a final decision under (FAR) 48 C.F.R. 3.705(e).
(b) Contracting officers shall forward a copy of all contractor disclosures to the official designated in accordance with OA procedures.
Contracting officers shall report suspected violations of the requirements of 31 U.S.C. 1352 to the Assistant Inspector General for Investigations (JI-1), 400 Seventh Street, S.W., Washington, DC, 20590.
(b) The HCA is authorized to receive reports of investigative findings under (FAR) 48 C.F.R. 3.905.
(c) The HCA is the official required to comply with (FAR) 48 C.F.R. 3.905(c).
(d) The HCA is authorized to grant extensions under (FAR) 48 C.F.R. 3.905(d).
(e) The HCA is authorized to request additional investigative work under (FAR) 48 C.F.R. 3.905(e).
(a) The HCA is authorized to make determinations and take actions under (FAR) 48 C.F.R. 3.906(a).
(b) The HCA is authorized to take actions under (FAR) 48 C.F.R. 3.906(b).
(a) In addition to the distribution requirements of (FAR) 48 C.F.R. 4.201, the contracting officer, as appropriate, shall distribute one reproduced, executed copy of all types of awarded procurement instruments to the following:
(1) The Operating Administration’s (OA) property management office or property administrator when Government property is furnished to the contractor or when acquiring personal property as that term is defined in (FAR) 48 C.F.R. 45.101;
(2) The requiring office; and
(3) The recipient of the supplies or services (including construction).
(b) The copy specified in TAM 1204.202(a)(1) is necessary to enable the recording and control of Government property, as required by DOT Order 2700.12 series, Financial Management Control of Property, and DOT 2700.8 series, Accounting Principles and Standards, by the finance office.
(c) The recipient (see paragraph (a)(3) of this section) shall provide the contracting officer or designee with a written acknowledgement of receipt and acceptance of the supplies or services (including construction).
The contracting officer may use any means to provide the contractor's taxpayer identification number (TIN) to the payment office as long as the TIN is protected from public disclosure. Disclosure within the OA shall be limited to Government personnel who have a need to know the TIN.
(a) Presolicitation phase. DOT is covered by the National Industrial Security Program (NISP) when a classified acquisition as defined under (FAR) 48 C.F.R. 4.401 is proposed. When classified information is required by the contractor during contract performance, contracting officers shall follow the procedures of:
(1) Executive Order 12829, National Industrial Security Program (NISP);
(2) National Industrial Security Program Operating Manual (NISPOM);
(3) DOT Order 1640.4 series, Classified Information Management and
(4) (FAR) 48 C.F.R. Subpart 4.4.
(b) Solicitation phase. Contracting officers shall ensure that classified acquisitions are conducted as required by the NISP. All contracting offices shall comply with the requirements of DOT Order 1640.4 series and any OA implementing procedures. Contracting officers should contact the DOT Office of Security (M-40) for assistance in the preparation of the contract security specifications.
(1) If the proposed acquisition is unclassified but the contractor will require access to privileged or sensitive information or have unrestricted access to DOT facilities, contracting officers shall contact the DOT Office of Security (M-40) for assistance.
(2) Contracting officers for the FHWA shall contact their responsible security office for guidance.
(b) The Senior Procurement Executive (SPE) is authorized to perform the duties outlined in (FAR) 48 C.F.R. 4.502(b).
(c)The SPE is authorized to ensure that the agency systems are capable of ensuring authentication and confidentiality in accordance with the requirements of (FAR) 48 C.F.R. 4.502(c).
(a) The government-wide next generation version of the Federal Procurement Data System (FPDS) shall be used by DOT to collect, query, and report data on procurement actions that exceed a dollar value of $2,500. The FPDS is used by all DOT OAs as the primary source of procurement data. Each contracting officer is responsible for timely and accurate reporting of data to the FPDS.
(c) All actions that exceed a dollar value of $2,500 (except those at 1204.602-70) shall be entered in the FPDS within 10 calendar days of the effective date of an action that obligated or deobligated funds. The SF 279, Federal Procurement Data System (FPDS)—Individual Contract Action Report, and the SF 281, Federal Procurement Data System (FPDS)—Summary Contract Action Report ($25,000 or Less), are no longer used within DOT. The next generation FPDS serves as the procurement data collection method for DOT.
(d) When a successful offeror, either in or outside the United States, does not provide their Data Universal Numbering System (DUNS) number, the contracting officer may obtain the number as described in paragraphs (1) through (3) of this section. Requests to any office other than the Dun and Bradstreet office indicated in paragraph (2) of this section will not be honored.
FPDC Department
Dund & Bradstreet Information Services
899 Eaton Avenue
Bethlehem, PA 18025-0013
(3) The requestor must provide the following information with each telephone, written, or facsimile request to Dun and Bradstreet:
(i) Reporting agency name: U.S. Department of Transportation;
(ii) Requestor's agency code: 6901 (use this code, not the OA's number);
(iii) Contracting office code: 00059 (use this code, not the procurement office's number);
(iv) Name and telephone number of the person requesting the DUNS;
(v) Contractor's establishment name, street address, city, state, zip code, and telephone number (if available); and
(vi) If this is a foreign contractor (i.e., established outside of the U.S. and its outlying areas), provide the contractor's establishment name, street address, province (if any), city, country, postal code, and telephone number (if available).
(e) Unique Procurement Instrument Identifier (PIID).
(1) The unique PIID number controls, tracks and identifies each procurement action from receipt of the procurement request through award and closeout of the procurement instrument. Alphanumeric characters, other than those prescribed in this subchapter, shall not be used as a part of the PIID. If additional identification is needed by the OA for internal reasons, it shall be placed on the procurement instrument in such a location as to separate it from the PIID. The contracting officer shall assign a PIID to each type of instrument described under paragraph (E) of this section. The number shall be retained for the life of the instrument to which it is assigned.
(i) Basic elements of the PIID. The PIID shall consist primarily of 14 alphanumeric characters which may be expanded to 15 as permitted under paragraph (E) of this section. The characters shall be positioned as follows:
(A) Positions one and two. A two-digit alphabetic code which identifies the procuring agency. This code must always be "DT" which means the Department of Transportation.
(B) Positions three and four. A two-digit alphabetic code which identifies the DOT OA. The following codes shall be used:
FA - |
Federal Aviation Administration |
FH- | Federal Highway Administration |
FR - |
Federal Railroad Administration |
FT - |
Federal Transit Administration |
MA - |
Maritime Administration |
MC - |
Federal Motor Carrier Safety Administration |
NH - |
National Highway Traffic Safety Administration |
PH - |
Pipeline and Hazardous Materials Safety Administration |
RT - |
Research and Innovative Technology Administration |
SL - |
Saint Lawrence Seaway Development Corporation |
OS - |
Office of the Secretary of Transportation |
(C) Positions five and six. A two-digit alphanumeric code which identifies the procurement office of the OA that issued the procurement instrument.
(D) Positions seven and eight. A two-digit numeric code which is the last two digits of the fiscal year in which the PIID is assigned to the procurement instrument.
(E) Position nine. A one-digit alphabetic code which identifies the type of procurement instrument (e.g., agreement, sealed bidding, contracts). The following codes shall be used:
LTR |
PURPOSE |
A - |
Agreement: Use for a basic agreement, basic ordering agreement, or blanket purchase agreement as defined under (FAR) 48 C.F.R. 13.2 and 16.7. Do NOT use for Cooperative Agreements. |
B - |
Sealed Bidding: Use for invitation for bids as defined under FAR 14.2. |
C - |
Contracts: Use for all contracts (e.g., letter, 8(a), etc.) including contracts for appraisals, surveys, title, closing, and other work related to leasing or acquiring real estate rights. Do NOT use this code for Task or Delivery order contracts. |
D - |
Task Order or Delivery Order Contracts: Use for Indefinite Quantity, Definite Quantity, and Requirements contracts as defined under (FAR) 48 C.F.R. 16.5 (see paragraph (iii)(C) of this section for numbering of individual orders under task or delivery order contracts). |
F - |
Task Order or Delivery Orders: Use when placing orders directly against: (1) a contract administered by another Government agency or department (e.g., GSA, the Department of Veterans Affairs, or the Office of Personnel Management); (2) contracts administered by agencies other than DOT including the National Industries for the Blind, National Industries for the Severely Handicapped, and the Federal Prison Industries (UNICOR); and (3) contracts awarded by another DOT OA. |
G - |
Grants: Reserved for grants when a PIID formatted number is assigned. |
H - |
Cooperative Agreements: Reserved for cooperative agreements when a PIID formatted number is assigned. |
K - |
Land Purchases and Condemnations: Use for acquisition of permanent real estate interests (fee simple or easement) by purchase or condemnation. Does not include leasehold interests (land or space) in real property |
L - |
Lease Agreement: Use for leasing real property and supplies or equipment. Also, includes instruments for both land and space where the Government obtains real estate rights and aerial easements for a limited period of time, and may or may not be monetary in consideration. Does NOT include Interagency Agreements. |
N - |
N – Intra-agency Agreements: Use when placing an order with another DOT OA for supplies or services that the servicing OA may be in a position to supply, render or obtain by contract. |
P - |
Purchase Orders: Use for purchase orders described under FAR Part 13 (assign V, then W when numbering capacity of P becomes exhausted during a fiscal year). Also, includes orders for appraisals, surveys, title, closing, and other work related to leasing or acquiring real estate rights. |
Q - |
Request for Quotation: Use when the procedures under (FAR) 48 C.F.R. Part 13 are followed. |
R - |
Request for Proposal: Use when the procedures under (FAR) 48 C.F.R. Part 15 are followed. |
S - |
Sales Contract: Use for sales and other disposal of real and personal property. |
U - |
Utilities: Use for contracts for electric, telephone, water, natural gas, and other utilities. |
X - |
Interagency Agreements: Use when placing an order with any other government agency (does NOT include any DOT OA) for supplies or services that the servicing agency may be in a position or equipped to supply, render, or obtain by contract. (FAR) 48 C.F.R. 17.502 applies. |
|
The letters E, J, M, T, Y and Z are reserved for the internal use of the OA. These letters may NOT be used to identify a DOT procurement instrument in lieu of the designated codes assigned to the type of instrument found in this section. |
(F) Positions ten through fourteen or fifteen. At the discretion of the OA, these characters may be numeric or alphanumeric. A separate set of serial numbers may be used for any type of procurement instrument.
(ii) Illustration of the PIID. An example of a PIID is illustrated as follows: The PIID DTFA0103B00001 identifies an invitation for bids issued by the Department of Transportation, Federal Aviation Administration, Contracts Division,Washington D.C, issued in Fiscal Year 2003.
Position |
Identification |
Code |
1-2 |
Agency |
DT |
3-4 |
Operating Administration (OA) |
FA |
5-6 |
Procurement office of the OA |
01 |
7-8 |
Fiscal Year in which the PIID |
03 |
9 |
Type of procurement instrument |
B |
10-14 or 15 |
Numeric serial number of the procurement instrument |
00001 or |
|
Alphanumeric serial number of the procurement instrument |
AB123 or |
(iii) Supplementary elements to a PIID. Supplementary elements shall be used in conjunction with the basic elements of the PIID, to identify the following:
(A) Amendments to Solicitations. Amendments shall be assigned a four position alphanumeric serial number. The first position would always be A, and the last three positions would always be numbered sequentially beginning with 001. A sample amendment number would be "A001."
(B) Modifications to Contracts, Agreements, and Orders. Modifications to contracts, agreements, and orders shall be numbered sequentially with a four position numeric serial number beginning with 0001.
(C) Orders. A supplementary number shall be assigned to the following orders:
(1) Orders placed by the OA against the OA's own contracts or agreements; and,
(2) Orders placed by the OA against other OA contracts or agreements.
This supplementary number shall NOT exceed fifteen positions. At the discretion of the OA, up to fifteen positions may be a combination of numeric and alphanumeric characters. Examples are: D94230001; TE423E000; W9423CE00; and VA3001.
Section 2901 of the Crime Control Act of 1990 (Public Law 101-647) requires each Federal department and agency to report to the General Services Administration (GSA), through the FPDS, all acquisitions of products and services from the Federal Prison Industries (UNICOR). OAs shall report all UNICOR acquisitions to FPDS.
The Small Business Competitiveness Demonstration Program (Title VII of Pub. L. 100-656) is described under (FAR) 48 C.F.R. 19.10. (FAR) 48 C.F.R. 19.1005 defines the designated industry groups selected for this program, and (TAR) 48 C.F.R. 1219.1005(b) defines the ten targeted industry groups agreed to between DOT and Small Business Administration as required by (FAR) 48 C.F.R. 19.1005(b).
Appendix A is a listing of various acquisition related reporting requirements. Unless otherwise advised by the Office of the Senior Procurement Executive (M-60), the Chief of the Contracting Office (COCO) shall ensure that each report is submitted to the required location by the due date.
The COCO is designated as the head of each office performing contracting and contract administration functions. The chief of the finance office of the OA is designated as the head of the office performing paying functions.
(a) Policy. Contracting officers responsible for contract administration must ensure that their contracts are closed out within the time standards set forth under (FAR) 48 C.F.R. 4.804-1. Compliance with these standards may be beyond the contracting officers control in situations where necessary administrative actions are required by others (e.g., responsible audit agency, contractor, etc.). However, the contracting officer shall maintain close liaison with these entities to ensure that the necessary actions are not unduly delayed and are accomplished.
(b) Closeout action for cost reimbursement contracts. The contracting officer shall ensure that closeout action (e.g., request for final audit, closing documents, etc.) commences within 90 calendar days after receipt and acceptance of all contract deliverables (i.e., the contract completion date).
(c) Tracking system. The COCO shall utilize an automated or manual contract closeout tracking information system to identify those contracts which are physically completed and ready for closeout, but have not been administratively closed out and disposed of in accordance with (FAR) 48 C.F.R. 4.8, (TAR) 48 C.F.R. 1204.8, and this subchapter.
(d) Monitoring of tracking system. The COCO is responsible for reviewing quarterly the latest status of the contract closeouts and disposal to ensure that Contracting Officers are closing contracts in a timely manner.
(b) COs may use a Contract Completion Statement, to satisfy the requirements of (FAR) 48 C.F.R. 4.804-5(b).
(a) DOT Order 1324.2 series, DOT Records Retention and Disposal Program, sets forth procedures for handling, storing and disposing of all files, including contract files, established by DOT. Contracting officers shall seek the guidance of their OA's records management officer (RMO) or their records liaison officer (RLO) for additional information concerning the requirements of the DOT Order. GSA and the National Archives and Records Administration (NARA) are authorized by law to establish, operate, and maintain records centers for Federal agencies. The list of Records Centers (RC) is located at http://www.archives.gov/facilities/records_centers.html.
(b) Files sent to a FRC must have a disposal date annotated on the front of the file. This is the date the file can and will be destroyed by the FRC. Contracting officers shall determine this date based on the retention period specified in (FAR) 48 C.F.R. 4.805. Since the documents listed under (FAR) 48 C.F.R. 4.805 are normally retained in one file in the contracting office, documents related to contract actions with a dollar value that exceeds $25,000 shall be retained for at least 6 years and 3 months after final payment; documents related to contract actions with a dollar value of $25,000 or less shall be retained for at least 3 years after final payment.
(c) It may be necessary to retrieve a file from the FRC prior to disposal. Therefore, contracting officers should ensure that the RMO or RLO maintains a record of the files sent to the FRC that includes the identification number assigned to the file by FRC.
(a) The SPE is authorized under (FAR) 48 C.F.R. 4.903 to report certain information to the Internal Revenue Service (IRS).
In addition to the requirements cited under (FAR) 48 C.F.R. 4.904, 26 U.S.C. 6041 and 6041A, require Federal agencies to report to the IRS all individuals, partnerships, proprietorships, etc. that will be paid $600 or more in a calendar year.
The provision at (FAR) 48 C.F.R. 52.204-3 requires the offeror to furnish its taxpayer identification number (TIN). If the provision at (FAR) 48 C.F.R. 52.204-3 is required, the contracting officer will provide the TIN to the finance office, who will furnish the TIN to the Department of Treasury with each invoice certified for payment.
(e) Contracting officers are to ensure each contract document transmitted to the payment office includes the assigned DUNS number or, if applicable, the DUNS+4 number, within the award document in accordance with (FAR) 48 C.F.R. 52.204-7(b)(2).
(a) Except as provided in paragraph (b) of this section, this subchapter sets forth review and approval requirements for proposed solicitations, pre-negotiation objectives, documentation of negotiations, contract awards, and contract modifications when the value of the acquisition (inclusive of options) exceeds the simplified acquisition threshold. The award approval requirements under this subchapter are in addition to the approval requirements of TAM 1205.303, Announcement of contract awards.
(b) This subchapter does not apply to acquisitions made under Parts 8, 13, or 17.5 of (FAR) 48 C.F.R. Part 1.
The following definitions are applicable only to this TAM subchapter:
(a) "Independent review" means review by a procurement professional(s) other than the drafter of the document being reviewed or the contracting officer responsible for the acquisition (e.g., a review board, a member of the policy staff, another contracting officer of an equal or higher organizational equivalent).
(b) "Legal sufficiency" means that the document has been reviewed and determined to be in compliance with applicable statutes, regulations, and procedures by an attorney in the OA legal counsel's office.
(c) "Review" means to scrutinize the document to ensure that the contracting officer has complied with acquisition statutes, regulations, policies and procedures; has followed sound business practices; and has ensured that the contents of the contract file are in accordance with (FAR) 48 C.F.R. 4.803.
(a) Contracting officers may authorize concurrent reviews of documents as appropriate.
(b) The requirements of this subchapter do not preclude other internal reviews that may be required by the OAs (e.g., coordination with quality assurance personnel, operational users, etc.).
(c) At remote contracting activities where the contracting officer is the highest ranking official, review at a level above the contracting officer is not required, unless otherwise directed by OA procedures.
(a) The contracting officer responsible for the acquisition shall review the solicitation, prenegotiation objective, the document meeting the (FAR) 48 C.F.R. 15.406-3 requirements, contract or contract modification, as applicable, prior to the other reviews required by this subchapter. The contracting officer is the level of approval for all proposed solicitations, prenegotiation objectives, documentation of price negotiations, contract awards, and contract modification awards valued at or below $500,000. The contracting officer also is the level of approval for selected contract modifications which exceed $500,000 (see paragraph (c)(3) of this section).
(b) The contracting officer shall ensure that all solicitations, contract awards, and contract modification awards are coordinated with the responsible technical/program office prior to issuance or award. Additionally, all solicitations, contract awards, and contract modification awards expected to exceed $500,000 shall be reviewed for legal sufficiency.
(c) In addition to the requirements contained in paragraphs (a) and (b) of this section, OAs shall ensure that review and approval is made of the following documents for proposed acquisitions expected to exceed $500,000:
(1) Solicitations: An independent review shall be performed of the solicitation. Based on this review, an individual at a level above the contracting officer responsible for the action shall approve the solicitation prior to its release to prospective offerors.
(2) Prenegotiation Objectives and Negotiations: Prenegotiation memoranda shall be reviewed and documentation of negotiations approved by an individual at least one level above the contracting officer responsible for the acquisition.
(3) Contract and Contract Modification Awards: An independent review shall be made of the contract or contract modification, as applicable and the contract file. The contract document submitted for review must be accompanied by the file which must contain all required documentation (e.g., prenegotiation objective, documentation of negotiations, determinations and findings, etc.) to support the proposed award. Based on this review, an individual, at a level above the contracting officer responsible for the acquisition, shall approve the proposed award. Note: The contracting officer is the level of approval for all unilateral contract modifications that do not require a proposal from or negotiations with the contractor (e.g., those for incremental funding and exercising options).
(a) The contract file shall clearly indicate that the reviews mandated by this subchapter have been accomplished. All approval decisions and the resolution of all comments shall be written, signed, dated, and placed in the contract file.
(b) If the award approving official conditionally approves or disapproves the award, the contracting officer shall include in the contract file a written determination, which shall be signed and dated, indicating that all of the conditions (e.g., corrections, deletions, additions, changes, etc.) were satisfied prior to award.
OAs with field contracting offices shall conduct, in accordance with the procedures of the OA, periodic oversight reviews (e.g., an established procurement management review program, review of selected procurement actions by Headquarters, etc.) of solicitations, prenegotiation objectives, documentation of negotiations, contract awards, and contract modification awards. All reviews shall be documented in writing.
Contracting officers shall use the following numbers listed by their respective OAs whenever a FIPS number is required in the contracting process:
6901 |
OST |
6920 |
FAA |
6925 |
FHWA |
6930 |
FRA |
6938 |
MARAD |
6940 |
NHTSA |
6943 |
RITA |
6947 |
SLSDC |
6955 |
FTA |
6959 |
FMCSA |
6957 | PHMSA |
The following is a listing of reporting requirements (not all inclusive). There may be other procurement related reports which may be required by statute, the FAR, or other agency regulations.
REPORTING REQUIREMENTS
TITLE OF REPORT |
REFERENCE |
DATE DUE |
WHERE |
DOT F 4240.1, Annual Outline of DOT Construction Programs* |
TAM 1236.271; |
Annually; |
DOT, M-60 |
Contractor Report of |
(FAR) 48 C.F.R. Part 45; |
Annually; |
DOT, M-40 |
Semi-annual Labor |
(FAR) 48 C.F.R. Part 22; |
Semi-annually; |
Department of Labor |
Resource Conservation and Recovery Act Report* |
TAM 1223, Appendix A; |
Annually in February |
DOT, M-50 |
SF 294, Subcontracting Report for Individual Contracts |
Semi-annually; |
Contracting Officer and S-40 |
|
SF 295, Summary Subcontract Report |
See reverse of |
DOT, S-40 |
|
Undefinitized Contract Action (UCA) Report* |
Upon request from M-60 |
DOT, M-60 |
|
Value Engineering Report* |
OMB Circular |
Annually; |
DOT, M-60 |
Report on Federal Support to Universities, Colleges, and Nonprofit Institutions |
Section 3(a)(7) of the National Science Foundation (NSF) Act |
Annually; O/A |
Upon request |
Procurement Forecast
|
Pub. L. 100-656; |
The 15th of the month after each quarter. (i.e., Oct 15, Jan 15) |
DOT, S-40 |
Acquisition of End Products Manufactured Outside the United States* | Appropriation Act of 2006 and subsequent Appropriation Acts; TAM 1225.004 |
Annually, February 15 |
DOT, M-60 |
For those reports with an (*), if there was no activity for the period being reported, a negative response for the period must be submitted to the requiring office.
(a)(4)(iii) The Chief of the Contracting Office (COCO) is authorized to make a written determination that access through the Governmentwide point of entry (GPE) is not in the Government's interest.
(b) The Head of the Contracting Activity (HCA) is authorized to make the written determination according to (FAR) 48 C.F.R. 5.202(b).
A class waiver to the requirements of (FAR) 48 C.F.R. 5.201 for a FedBizOpps synopsis in connection with competitive simplified acquisitions from small businesses under certain conditions is effective until April 1, 2005. Instructions for using this waiver are available on EARL at http://www.dot.gov/ost/m60/elecacq.htm.
(a) Content. When preparing synopses, the following is applicable:
(6) CLASSIFICATION CODE. The contracting officer is responsible for determining the correct classification code for any FedBizOpps notice. The FedBizOppsstaff is not authorized to determine the classification code for any FedBizOpps notice. A misclassified contract action fails to notify the firms most likely to respond and, therefore, the Competition in Contracting Act may be violated. The contracting officer shall exercise care to avoid misclassification. However, in the event a notice is not classified correctly, the misclassified contract action must be corrected and re-synopsized in the FedBizOpps. Detailed classification codes are available on the FedBizOpps website at: http://www.FedBizOpps.gov/.
(17) DESCRIPTION. To promote the financial assistance programs available from the OSDBU (S-40), procurement offices must add the following information to Item #17 of each synopsis of an acquisition containing a bonding requirement:
ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/.
When synopsizing all other acquisitions that do not require bonding, add the following information to Item #17:
ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/.
If the contracting officer determines that synopsis of award is unnecessary, the rationale must be documented in writing and included in the contract file.
When applicable, the synopsis of contract award must include a statement identifying the contract as one containing Pub. L. 95-507 ((FAR) 48 C.F.R. 19.702) subcontracting plans and goals.
When a requirement is publicized through FedBizOpps, and an award announcement is required, the award announcement must also be publicized through FedBizOpps.
(a) Public announcement. Except as provided in (FAR) 48 C.F.R. 15.503), information on contracts valued at the threshold stated in (FAR) 48 C.F.R.5.303(a) must not be released to any source outside of DOT until the Assistant Secretary for Governmental Affairs (I-1) has advised the contracting officer that the contract may be released. The contracting officer may sign the contract, but no information may be released outside of DOT until the procedures contained in the subparagraphs below have been accomplished.
(1) The contract notification procedures contained in this subchapter and Form DOT F 4220.41, Contract Award Notification (see TAM 1253.205-70), must be used to transmit the required contract award information to I-1. The information contained on Form DOT F 4220.41 will be used by I-1 when preparing press releases and announcing contracts.
(2) Form DOT F 4220.41 must be prepared, signed, and submitted to I-1 by the contracting officer or other official designated by the OA. The document must be delivered by hand to Room 10408 of the Nassif Building or by facsimile transmission to 202-366-3675.
(3) For those procurements subject to the requirements of TAM 1215.3, Source Selection, after the Source Selection Authority has selected the contractor(s) for award, the contracting officer must be notified immediately so that the Form DOT F 4220.41 can be prepared, signed, and transmitted to I-1. All personnel are reminded that contract information contained on Form DOT F 4220.41 may be competition sensitive. Information concerning the award must not be disclosed to parties outside of DOT except by I-1 and the contracting officer.
(4) Unless I-1 requests the contracting officer or other designated official not to proceed with contract award, awards may be announced on the third working day following receipt of the Form DOT F 4220.41 in I-1. The contracting officer is responsible for documenting the date the DOT F 4220.41 is received by I-1 by verifying receipt at (202) 366-9714.
The contracting officer must consult OA legal counsel and/or personnel from the Freedom of Information Act (FOIA) office, as applicable, regarding the decision to release or withhold information under (FAR) 48 C.F.R. 5.401(b). The contract file must document any decision to release or withhold information. A copy of the response from the FOIA office denying a request may be included in the file as the documentation.
(a) Individual requests. The HCA is authorized to approve the release of certain contract information to Members of Congress under (FAR) 48 C.F.R. 5.403.
(a) The contracting officer is authorized to release long-range acquisition estimates.
(b)(1) The contracting officer is responsible for ensuring that classified information is released through existing security channels in accordance with agency security regulations. Contracting officers must comply with the security requirements set forth under TAM 1204.4 concerning the release of classified information.
(b)(2) The contracting officer is responsible for ensuring that the information is publicized as widely as practicable to all parties simultaneously by any of the means described in (FAR) 48 C.F.R. 5.
(a) Newspapers. An official one level above the contracting officer is authorized to approve the publication of paid advertisements in newspapers under (FAR) 48 C.F.R. 5.502(a).
(b) Other media. An official one level above the contracting officer is authorized to approve advertisements in media other than newspapers.
"Agency competition advocate" means an individual designated by the Senior Procurement Executive (SPE) to perform, at a minimum, the functions under Federal Acquisition Regulation (FAR) 48 C.F.R. 6.502(b) and is synonymous with "Departmental competition advocate" and "Senior Competition Advocate (SCA)."
"Competition advocate for the procuring activity" means the individual designated by the Head of the Operating Administration (HOA) to approve Justifications for Other than Full and Open Competition (JOTFOCs) as permitted by (FAR) 48 C.F.R. 6.304 and to perform the duties and responsibilities assigned under (FAR) 48 C.F.R. 6.502. This is synonymous with “procuring activity competition advocate ”and “Operating Administration (OA) Competition Advocate”.
"Procuring activity," for the purposes of this chapter, means any headquarters or field organization designated by the HOA as having a significant acquisition function.
(b) If only one responsible offer is received from the release of a competitive solicitation, the contracting officer must attempt to ascertain the reasons for the lack of response and place a written statement in the contract file documenting all conclusions regarding the lack of competition under the solicitation prior to proceeding to award.
The Head of the Contracting Activity (HCA) is authorized to exclude a particular source from a contract action in order to establish or maintain an alternative source. The HCA is also the individual authorized to approve a Determination and Findings (D&F) in support of a contract action awarded under the authority of (FAR) 48 C.F.R. 6.202(a).
The HCA is authorized to determine that only specified makes and models of technical equipment will satisfy the agency's need under (FAR) 48 C.F.R. 6.302-1(b)(4).
The contracting officer must ensure that the justification supporting the use of this authority is approved prior to contract award unless immediate loss of life or property, or other equally compelling circumstances, are involved. When such a compelling circumstance exists, the contracting officer should inform the approving official of the action at the earliest opportunity, preferably before award. In cases involving approval after award, the justification required by (FAR) 48 C.F.R. 6.303 must contain a summary of facts justifying approval after award, including a statement of the number of days that were available to execute the justification prior to award.
(a)(2) The authority of the head of the executive agency to authorize other than full and open competition due to public interest under (FAR) 48 C.F.R. 6.302-7 is reserved by the Secretary and may not be delegated. Operating Administrations (OAs) must coordinate and process all requests for a Secretarial determination under this authority through the SCA via the Head of the Operating Administration (HOA). The SCA must review the request and must prepare a recommendation to the Secretary regarding the merits of the request.
(c) All supporting documentation and a proposed determination and findings to be signed by the Secretary must accompany the request.
(a) Individuals acting in the place of approving officials must also meet the qualification requirements of (FAR) 48 C.F.R. 6.304.
(c) Class justifications must be approved by the same approval authority as for individual justifications (see (FAR) 48 C.F.R. 6.304(a) and TAM 1206.304(a) above).
The SPE is the individual authorized to appoint the Departmental Competition Advocate. "Departmental competition advocate" is synonymous with "Senior Competition Advocate." The HOA is the individual authorized to appoint competition advocates for the procuring activities.
(b)(2) Competition advocates for the procuring activities shall submit an annual OA report to the Departmental Competition Advocate on or before November 1 for the preceding fiscal year (i.e., the report for FY 05 covering October 1, 2004 through September 30, 2005, is due November 1, 2005). The Departmental Competition Advocate shall submit an annual Departmental report to the SPE on or before December 15.
A listing of OA positions designated as competition advocates for the procuring activities (see TAM 1206.003-70 above) is maintained by the Office of the Senior Procurement Executive (OSPE). The HOA or designee must provide any revisions to this listing to OSPE within 10 working days of designation.
This chapter establishes a disciplined Departmentwide acquisition planning procedure for procuring supplies, including systems, and services.
"Acquisition Plan" means a "written Acquisition Plan" in accordance with (FAR) 48 C.F.R. 7.105, a "Procurement Forecast," an "Acquisition Strategy Meeting Record," or an "OMB Exhibit 300."
“Acquisition Planning package” means, as a minimum, the acquisition plan; and when bundling is planned, the DOT Form 4250.1, Small Business Program Review Form and the bundling justification documentation. This term is synonymous with “acquisition package” as specified in (FAR) 48 C.F.R. 19.202-1(e)(1).
“Order” means an order placed under a Federal Supply Schedule contract, or a task-order contract or a delivery-order contract awarded by another agency (i.e., Government-wide acquisition contract or multi-agency contract).
(a) Acquisition planning should be initiated when an agency need is identified, preferably well in advance of the fiscal year in which contract award(s) is necessary and be accomplished in concert with the budget process. Preliminary acquisition efforts (e.g., defining requirements; issuing market search synopses and draft specification/statements of work; preparing and releasing draft solicitations) may be performed before the plan is completed and approved. If the approved acquisition strategy in the plan is different than what was included in the initial draft solicitation, strong consideration should be given to issuing another draft solicitation to inform industry of the changes.
(b) No synopsis for a proposed contract action may be released, solicitations issued, or funds transferred within or outside the Department until the plan has been completed and approved.
(d)(1) DOT's Acquisition Plans (APs) vary by dollar threshold, complexity, or criticality of the acquisition(s). Regardless of the AP used, when bundling is planned, the requirements in TAM 1207.107-70 shall be addressed. For all acquisitions, a written Acquisition Plan (AP) in accordance with (FAR) 48 C.F.R. 7.105 is required, except--
(i) A DOT Procurement Forecast (see DOT F 4220.12) may be used when the acquisition(s) is over the simplified acquisition threshold and less than $2 million. A Forecast may be used when contract bundling is planned except if it involves bundling pursuant to (FAR) 48 C.F.R. 7.107(c) where the Deputy Secretary is the final DOT authority.
(ii) An Acquisition Strategy Meeting Record (ASMR), as described in TAM 1207.103-70, may be used when the acquisition(s) is $2 million or more and up to $20 million.
(iii) An OMB Exhibit 300, Capital Asset Plan/Business Case, supplemented by any requirement of (FAR) 48 C.F.R. 7.105 not in the Exhibit 300, shall be used OMB Circular A-11 and, when applicable for information technology, the Department Information Resources Management Manual (DIRMM) are followed.
(2) The estimated dollar amounts shall include all options, later phases of the same project or program, and follow-on contracts. Contract modifications, adding of new work, or changes under the "Changes" clause, may require changes to the existing AP or the development of a new AP as determined by the contracting officer in coordination with the requiring office.
(3) Acquisition planning is not required for:
(i) Emergency acquisitions (i.e., when the need for the supplies/services is of such an unusual and compelling urgency that the Government would be seriously injured if the supplies/services were not immediately acquired);
(ii) Actions subsequent to the initial submittal of a plan which have already been included as part of an approved plan (e.g., exercise of options);
(iii) Procurements conducted under the Small Business Innovative Research Program; and
(iv) General Working Agreements and supporting Project Plan Agreements between RITA/Volpe National Transportation Systems Center and DOT Operating Administrations (OAs) (see (TAR) 48 C.F.R. 1202.1). Acquisitions (pursuant to (FAR) 48 C.F.R. 2.101) resulting from General Work Agreements and Project Plan Agreements are subject to the acquisition planning requirements of this chapter.
(q) See TAM 1207.503 for implementing procedures regarding functions that are inherently governmental.
The Acquisition Strategy Meeting Record (ASMR) is an AP developed when an acquisition strategy meeting is held and its discussion and decisions recorded. At the meeting, the applicable AP topics and structure specified in (FAR) 48 C.F.R. 7.105 (and if applicable, (FAR) 48 C.F.R. 7.106 and 7.107) are presented in briefing format, charts, handouts, etc. and formal written minutes or a memorandum prepared to summarize the decisions, actions and conclusions made. Any documentation used to assist in the decision making process shall be made a part of the AP. Topics not applicable are to be annotated as such with the reason for non-applicability unless it is self-explanatory. The approved AP is to be included in the contract file.
(a) The development of APs and updates is the responsibility of the acquisition planner (e.g., program manager). The acquisition planner is located within the requiring agency (if outside DOT) or within the requiring OA (if within DOT). The acquisition planner, among other functions, shall:
(1) Coordinate with all personnel responsible for significant aspects of the plan (e.g., contracting, fiscal, legal, technical, small business, competition advocate, and logistics);
(2) Provide input to the plan as necessary;
(3) Obtain applicable concurrences;
(4) Forward the plan through the approval process;
(5) Review and update the plan; and
(6) Form a team of individuals responsible for developing acquisition planning information pertinent to their areas of expertise. Team members include:
(i) Requirements and logistics personnel. Provides applicable input for the plan (e.g., quality, quantity, delivery requirements).
(ii) Contracting Officer. Has responsibility for the overall business strategy of the plan including type of contract to be used, procurement milestones, and set-aside considerations.
(iii) Competition Advocate. Provides input for promoting full and open competition, the acquisition of commercial items, and other related functions. See (FAR) 48 C.F.R. Part 6 and 7.104 for the role of the competition advocate.
(iv) Small Business Specialist (SBS). Provides input that implements the small business program. See (FAR) 48 C.F.R. 7.104.
(a) When the SBS and the Small Business Administration Procurement Center Representative (PCR) (see TAM 1219.201-70) concur in the proposed bundling, the AP approving official makes the final bundling determination when approving the AP package except when the determination is made by the Deputy Secretary under (FAR) 48 C.F.R. 7.107(c). In this instance, the determination is made by the Deputy Secretary before the HCA approves the AP. See TAM 1207.170(b)(3). The contracting officer shall provide a copy of the completed DOT Form 4250.1 to the OSDBU.
(b) When the SBS or PCR considers bundling unnecessary, unjustified or not identified as bundled, the OSDBU is the final DOT authority to determine whether bundling is justified or necessary unless the conditions of (FAR) 48 C.F.R. 7.107(c) are met, then the Deputy Secretary is the final DOT authority.
(c) If the PCR disagrees with the OSDBU’s determination that bundling is necessary or justified, the PCR can pursue an appeal with the SBA in accordance with(FAR) 48 C.F.R. 19.505.
Addendums may be used to include supplemental information to the AP. For example, justification documentation supporting a contract bundling action at (FAR) 48 C.F.R. 7.107(e) may become part of the AP package by attaching the determination to the AP vice incorporating it within the AP.
Planners shall review the requirements at (FAR) 48 C.F.R. 7.106 for consideration in any major acquisition as defined in TAM 1234 and include any relevant information in the AP.
(a) The contracting officer is the individual responsible for ensuring that market research is conducted to determine whether bundling is necessary and justified. See (FAR) 48 C.F.R. 10.001(c) for additional requirements pertaining to market research.
(c) (1) The authority of the DOT Deputy Secretary (S-2), to determine that bundling is necessary and justified under the circumstances at (FAR) 48 C.F.R. 7.107(c), is non-delegable.
(2) When the contracting officer believes bundling is necessary and justified under the circumstances at (FAR) 48 C.F.R. 7.107(c), a copy of the AP package shall be provided to the Office of the Senior Procurement Executive at the same time it is coordinated with the OSDBU.
(e) The substantial bundling documentation requirement applies to all proposed DOT contracts and orders (see (FAR) 48 C.F.R. 7.101) that involve bundling and are $2 million or more and not set-aside or reserved entirely for small businesses.
When a planned acquisition has not been set-aside or reserved entirely for small businesses and bundling is planned, the following minimum requirements apply:
AP |
Requirements for APs involving Bundling |
Over the simplified acquisition threshold and up to $2 million |
Documentation supporting (FAR) 48 C.F.R. 7.107(b) , 19.202-1(e)(2) , and DOT F 4250.1 |
$2 million or more (also referred to as substantial bundling) |
Documentation supporting (FAR) 48 C.F.R. 7.107(b) and (e), 19.202-1(e)(2) and DOT F 4250.1 |
Regardless of dollar amount, when the conditions of (FAR) 48 C.F.R. 7.107(c) exist |
Documentation supporting (FAR) 48 C.F.R. 7.107(b), (c) and (e), 19.202-1(e)(2) and DOT F 4250.1 |
(a) Updates. APs are to be reviewed by the acquisition planner at least once every 12 months.
(1) APs are to be updated when there is a significant change to the approved plan. For example, APs may require updates for a new requirement, a change in existing requirements, a cost growth or a change in acquisition strategy including contract type;
(2) If, during a 12-month period, no significant change has occurred, the plan shall be reviewed by the approving official for accuracy, currency, and completeness.
(b) Approval and coordination.
(1) Before submitting for approval, the responsible requirements official shall coordinate the AP, including its updates, with the contracting officer and when appropriate, the competition advocate, legal counsel, and the SBS.
(2) Unless the AP is set-aside or reserved entirely for small businesses, the SBS and the PCR shall review an AP package when it involves a contract(s) or order(s) over the simplified acquisition threshold to ensure that any contract bundling is identified, necessary and justified and for impacts on the small business program.
(3) Any AP package containing a bundling justification pursuant to (FAR) 48 C.F.R. 7.107(c) shall be approved by the Head of the Contracting Activity (HCA). The HCA shall obtain the Deputy Secretary’s concurrence of the bundling determination prior to approving the AP.
(4) The following are DOT’s AP approval levels:
APs |
AP Approving Official |
Procurement Forecasts or written APs (pursuant to (FAR) 48 C.F.R. 7.105) over the simplified acquisition threshold and up to $2 million |
Contracting Officer |
ASMRs or written APs (pursuant to (FAR) 48 C.F.R. 7.105) of $2 million and up to $20 million |
Chief of the Contracting Office except when a bundling justification pursuant to (FAR) 48 C.F.R. 7.107(c) is applicable; then the HCA is the approving official |
OMB Exhibit 300s |
HCA |
Written APs (pursuant to (FAR) 48 C.F.R. 7.105) of $20 million or more |
HCA |
Deviations from the planning requirements of this subchapter are permissible when approved in writing by the applicable approving official in TAM 1207.170. Deviation documentation is to be included in the contract file. Deviation requests shall:
(a) Describe the planning procedures from which deviation is requested.
(b) Contain details sufficient to explain the basis for the request
(c) Indicate recommended alternative procedures.
(a) The contracting officer shall transmit in writing to the responsible requirements office the actual offeror responses or a summary of their salient points.
(b) All transmittals shall request a prompt response to indicate whether the acquisition should remain as is, be amended, or cancelled. Before continuing with the negotiation or award of the acquisition, the contracting officer shall decide, in conjunction with the program manager, whether continuing outweighs the potential cost saving benefits of delaying the acquisition.
The decision to lease or purchase equipment shall be documented in the contract file and address, as a minimum, the factors in (FAR) 48 C.F.R. 7.401.
(e) Contracts cannot be awarded for services/functions that are inherently governmental as defined in (FAR) 48 C.F.R. 2.101. A written determination by the requiring office shall accompany purchase requests for services (either in whole or in part) that confirm that none of the services to be performed are inherently governmental. Any disagreement pertaining to the determination shall be resolved by the COCO before release of the solicitation.
The offices listed in Appendix A are authorized to make “excess personal property" determinations. The Head of the Operating Administration (HOA) or their designees shall notify the Office of the Senior Procurement Executive (OSPE) within 30 days of any updates to this listing.
(a) The office initiating the procurement request or a designated representative shall furnish the contracting officer a signed statement identifying the supplies or services to be purchased and explaining why similar items listed in the applicable schedule will not meet the requirement. A waiver request shall be endorsed by the Chief of the Contracting Office (COCO) before forwarding to the General Services Administration for approval.
The Committee’s Procurement List and National Industries for the Blind and NISH regional offices can be found at http://www.jwod.gov/jwod/index.html
(b) Information Services, Office of the Secretary of Transportation (OST), is authorized to establish a central printing authority for DOT. Each Operating Administration (OA) has appointed a printing control point (see Appendix B). The approval from Information Services, Publications and Distribution Services Section, shall be obtained prior to acquiring in any manner any of the supplies or services delineated in(FAR) 48 C.F.R. 8.802(b). HOAs or their designees must notify OSPE within 30 days of any updates to this listing.
(a)(2) The Office of Security and Administrative Management, OST, is responsible for issuing Departmental policy regarding the leasing of motor vehicles. The OA offices shown in Appendix C are responsible for the certification requirements in (FAR) 48 C.F.R. 8.1102(a). HOAs or their designees shall notify the OSPE within 30 days of any updates to this listing.
(c) COCO approval as required by (FAR) 48 C.F.R. 8.1102(c) shall be in writing and included in the contract file.
LISTING OF OA OFFICES RESPONSIBLE FOR MAKING
EXCESS PERSONAL PROPERTY DETERMINATIONS
FHWA: |
Office of Information and Management Services, (HAIM-20) |
FMCSA: | Business Information and Operations Division (MC-MBI) |
FRA: |
Office of Acquisition and Grants Services (RAD-30) |
FTA |
Associate Administrator for Administration, Administrative Services Division (TAD-12) |
MARAD: |
Associate Administrator for Administration, Office of Management Services (MAR-310) |
NHTSA: |
Associate Administrator for Administration (NPO-200) |
OST: |
Personal Property,, Facilities Services Center (M-50) |
PHMSA: |
Office of Administration |
RITA: | Associate Administrator for Administration |
SLSDC: |
Office of Finance and Administration, Comptroller |
LISTING OF OA PRINTING CONTROL POINTS
FHWA: |
Office of Information and Management Services, Publications and Visual Communications (HAIM-23) |
FMCSA: | Business Information and Operations Division (MC-MBI) |
FRA: |
Office of Acquisition and Grants Services (RAD-30) |
FTA: |
Associate Administrator for Administration, Administrative Services Division (TAD-12) |
MARAD: |
Division of Management and Organization, Records Management (MAR-318.1) |
NHTSA: |
Office of Communications and Consumer Information, Communications Services Division, NPO-503 |
OST: |
Chief, Printing Services, Information Services (M-30) |
PHMSA | Office of Budget and Programs, Financial Manager |
RITA: |
Associate Administrator for Administration, Administration Services |
SLSDC: |
Chief, Management Support Division, P.O. Box 520, Massena, NY, 13862 |
LISTING OF OA OFFICES AUTHORIZED TO CERTIFY
LEASING OF SEDANS AND STATION WAGONS
FHWA: |
Office of Information and Management Services (HAIM 22) |
FMCSA: | Business Information and Operations Division (MC-MBI) |
FRA: |
Office of Acquisition and Grants Services (RAD-30) |
FTA: |
Associate Administrator for Administration, Office of Management Planning, Administrative Services Division (TAD-12) |
MARAD: |
Associate Administrator for Administration, Office of Management Services, Division of Space and Management (MAR-313) |
NHTSA: |
Associate Administrator for Administration, (NPO-200) |
OST: |
Chief, Transportation Services, Facilities Services Center (M-50); for the IG, Director, Office of Financial, Administrative and Information Management (JM-30) |
PHMSA: | Office of Administration |
RITA: |
Associate Administrator for Administration |
SLSDC: |
Office of Finance and Administration, Comptroller |
Form DOT F 4220.1, Determination of Prospective Contractor Responsibility, shall be used to make the determination and document that a contractor is/is not responsible.
(a)(1) The head of the contracting activity (HCA) is authorized to establish a qualification requirement. Prior to establishing a qualification requirement, the responsible technical office shall prepare and submit a written justification to the contracting officer for coordination and signature of the operating administration (OA) competition advocate.
(b) The responsible technical office shall prepare a written waiver request when applicable. The waiver shall be submitted to the contracting officer for coordination and signature of the OA competition advocate, and approval by the HCA.
(e) The HCA is authorized to approve procurements that do not need to be delayed in order to comply with (FAR) 48 C.F.R. 9.202(a). A written justification shall be prepared by the responsible technical office and submitted to the contracting officer for coordination and signature of the OA competition advocate, and approval by the HCA.
(a)(2) The responsible technical office shall prepare a written determination to bear the cost of tests for a small business, and include the document in the contract file. The name of the firm for which the no-cost qualification tests will be performed, the amount of increased competition expected, and the dollar value of anticipated future requirements for the qualified product should be a part of the determination.
(c)The responsible technical office shall provide the list of qualified manufacturers and suppliers to the contracting officer.
(b) The HCA is authorized to determine that an emergency exists that would preclude enforcement of an established qualification requirement. A written justification for the emergency shall be prepared by the responsible technical office and submitted to the contracting officer for the OA competition advocate’s concurrence and approval by the HCA.
(e)(3) The request that a qualification requirement not be enforced shall be written and justified by the technical office responsible for the acquisition. The request shall be submitted via the contracting officer with the OA competition advocate’s signature for approval by the HCA.
The initiator of the procurement request shall prepare a written statement addressing the factors enumerated in (FAR) 48 C.F.R. 9.302 whenever first article testing and approval is required. The statement shall be forwarded with the procurement request to the contracting office.
Debarment, suspension, and other actions which render a contractor ineligible to receive contract awards is a serious matter which deserves high level attention since there is an impact not only on DOT, but the entire Federal Government. The DOT procedures to implement the debarment and suspension requirements of (FAR) 48 C.F.R. Subpart 9.4 are set forth in this subchapter.
"Debarring official"—
(b) The HCA is authorized to impose debarments.
"Suspending official" –
The HCA is authorized to impose suspensions.
“Unfair trade practices” —
(3) The HCA is authorized to determine that a contractor knowingly made a false statement regarding a material element of a certification concerning the foreign content of an item of supply.
(c)(6) The HCA shall maintain records regarding debarment and suspension actions for 3 years after a contractor has been excluded from procurement programs.
(c)(7) The HCA shall establish any internal requirements necessary to ensure compliance with (FAR) 48 C.F.R. 9.404(c)(5)).
Executive Order 13224 provides a means to disrupt the financial support network for terrorists and terrorist organizations by blocking the assets of certain foreign individuals and entities which are listed on the Department of Treasury's Office of Foreign Assets Controls (OFAC) website. Contracting officers shall not award any contract to any listed individual or organization. The OFAC listing is also available on the Excluded Parties List System at http://www.epls.gov and is to be reviewed when checking for those debarred, suspended, or proposed for debarment in accordance with FAR 9.404.
(a) The HCA is authorized to make a written determination of compelling reasons to solicit offers from, award contracts to, or consent to subcontract with contractors debarred, suspended, or proposed for debarment.
(d) The HCA is authorized to determine that a bid or offer should be considered from a contractor whose name or company is included on the listing.
The HCA is authorized to make a written determination of compelling reasons for continuing contracts and placing orders described in (FAR) 48 C.F.R. 9.405-1 after a contractor is debarred, suspended, or proposed for debarment.
The HCA is authorized to allow contracting officers to consent to subcontracts with contractors debarred, suspended, or proposed for debarment.
(c) The HCA is authorized to continue business dealings between the agency and a contractor that is debarred or proposed for debarment. However, see TAM 1223.506(e) regarding waivers to debarment or suspension determinations for actions under (FAR) 48 C.F.R. Subpart 23.5, Drug-Free Workplace.
(a) Investigation and referral. The Chief of the Contracting Office (COCO) shall promptly report a proposed debarment action directly to the HCA unless otherwise authorized by OA procedures. The report shall be in writing and coordinated with OA legal counsel before the report is signed by the COCO and sent to the HCA. The report shall contain the following information:
(1) The DOT official OA code to identify the OA taking action is as follows: DOT (general) (DOT-OST); Federal Aviation Administration (DOT-FAA); Federal Highway Administration (DOT-FHWA); Federal Motor Carrier Safety Administration (DOT-FMCSA); Federal Railroad Administration (DOT-FRA); Federal Transit Administration (DOT-FTA); Maritime Administration (DOT-MARAD); National Highway Traffic Safety Administration (DOT-NHTSA); Pipeline and Hazardous Materials Safety Administration (DOT-PHMSA); Research and Innovative Technology Administration (DOT-RITA); and Saint Lawrence Development Corporation (DOT-SLSDC).
(2) Name, address and telephone number for the point of contact for the activity making the report;
(3) Name and address of the contractor;
(4) Names and addresses of the members of the board, principal officers, partners, owners, and managers;
(5) Names and addresses of all known affiliates, subsidiaries, or parent firms, and the nature of the business relationship;
(6) For each contract affected by the conduct being reported--
(i) The contract number;
(ii) Description of supplies or services;
(iii) The amount;
(iv) The percentage of completion;
(v) The amount paid to the contractor;
(vi) Whether the contract is assigned under the Assignment of Claims Act and, if so, to whom; and
(vii) The amount due to the contractor.
(7) For any other contracts outstanding with the contractor or any of its affiliates--
(i) The contractor number(s);
(ii) The amount(s);
(iii) The amounts paid to the contractor;
(iv) Whether the contract(s) is assigned under the Assignment of Claims Act and, if so, to whom; and
(v) The amount(s) due the contractor;
(8) A complete summary of all pertinent evidence and the status of any legal proceedings involving the contractor;
(9) An estimate of any damages sustained by the Government as a result of the contractor's action (explain how the estimate was calculated);
(10) The comments and recommendations of the contracting officer and each higher level contracting review authority regarding--
(i) Whether to suspend or debar the contractor;
(ii) Whether to apply limitations to the suspension or debarment;
(iii) The period of any recommended debarment; and
(iv) Whether to continue any current contracts with the contractor (explain why a recommendation regarding current contract is not included);
(11) When appropriate, as an enclosure to the report--
(i) A copy or extracts of each pertinent contract;
(ii) Witness statements or affidavits;
(iii) Copies of investigative reports;
(iv) Certified copies of indictments, judgments, and sentencing actions; and
(v) Any other appropriate exhibits or documents.
(b) Decisionmaking process. After receipt of the COCO report, the HCA may request from interested parties (including the contractor if deemed appropriate) a meeting or additional supporting information to assist in the debarment decision.
(c) Notice of proposal to debar. After reviewing the COCO’s report, and any additional information received in accordance with paragraph (b) above, the HCA shall prepare and coordinate with the OA legal counsel, a written notice of proposed debarment.
(d) Debarring official's decision. When the contractor's submission raises a genuine dispute over facts material to the proposed debarment, the HCA may request the DOT Board of Contract Appeals (BCA) to conduct fact finding and provide a report containing the results of the fact finding.
(e) Notice of debarring official's decision. The HCA shall notify the COCO of the decision whether or not to impose debarment. The HCA shall forward the original signed decision to the COCO for inclusion in the contract file, and provide copies of the decision to the following offices:
(d) The HCA is authorized to continue business dealings between the agency and a contractor that is suspended. However, see TAM 1223.506(e) regarding waivers to debarment or suspension determinations for actions under (FAR) 48 C.F.R. Subpart 23.5, Drug-Free Workplace.
(a) Investigation and referral. The COCO shall promptly report a proposed suspension action directly to the HCA unless otherwise authorized by OA procedures. The report shall be in writing and coordinated with OA legal counsel before the report is signed by the COCO and sent to the HCA. The report shall contain the information listed in TAM 1209.406-3.
(b) Decisionmaking process. After receipt of the COCO report, the HCA may request from interested parties (including the contractor if deemed appropriate) a meeting or additional supporting information to assist in the suspension decision.
(c) Notice of suspension. After reviewing the COCO ’s report, and any additional information received in accordance with paragraph (b) above, the HCA shall prepare and coordinate with the OA legal counsel, a written notice of suspension.
(d) Suspending official's decision. When the contractor's submission raises a genuine dispute over facts material to the proposed suspension, the HCA may request the DOTBCA to conduct fact finding and provide a report containing the results of the fact finding. The HCA shall notify the COCO of the decision whether or not to impose a suspension. The HCA shall then forward the original signed decision to the COCO for inclusion in the contract file. The HCA shall provide copies of the decision to the following offices:
(a)(2) When the offeror indicates the existence of an indictment, charge, conviction, or civil judgment, the contracting officer shall obtain from the offeror, the information deemed necessary concerning the issues and seek the advice of legal counsel on the affirmative statement(s). Prior to proceeding with the contract award, the contracting officer shall notify the HCA of the facts, and submit a written responsibility determination.
The HCA is authorized to waive any general rule or procedure of FAR 9.503 and this subchapter by determining that its application in a particular situation would not be in the Government's interest. This authority may not be re-delegated.
RESERVED
(b) The use of the metric system in DOT acquisitions is encouraged. Operating Administrations (OAs) requiring offices are responsible for utilizing the metric system in specifications, statements of work, and other related procurement documents. Procurement requests shall stipulate requirements using the metric system of measurement in accordance with the OA's metric transition plan. DOT Order 1020.1 series, Department of Transportation Transition to the Metric System, provides the DOT policy and administrative procedures, including the offices responsible for specific functions pertaining to DOT's use and transition to the metric system.
(d) DOT's implementation of environmental issues (e.g., the Resource and Recovery Act of 1976, Executive Order 13101, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition) are found in TAM 1223.
(a) Solicitations and contracts that include electronic and information technology (EIT) deliverables must require contractor compliance with Section 508 Access Board standards. At a minimum, the following or language substantially similar to the following should be included in the statement of work or contract schedule when procuring EIT:
(b) Contracting officers may write additional special contract requirements or provisions in any solicitation or contract with an EIT deliverable to protect DOT from receiving non-compliant products. See Samples of Solicitation/Contract Language for EIT Procurements.
(c) When all or some portion of an EIT requirement is commercially unavailable, contracting officers should employ best value criteria in solicitations for EIT as an incentive to ensure maximum compliance among all proposed deliverables with Access Board standards. See a sample technical evaluation spreadsheet entitled, " Electronic Information Technology Accessibility Standards Technical Evaluation and Solicitation Section M Technical Evaluation Guidance - Section 508 Technical Evaluation of EIT.
(a) The contracting officer is authorized to require offerors to demonstrate that the items offered have either achieved commercial market acceptance or been satisfactorily supplied to an agency under current or recent contracts for the same or similar requirements, and otherwise meet the item description, specifications, or other criteria prescribed in the public notice and solicitation.
(d) The Head of the Contracting Activity (HCA) is authorized to reduce or waive the amount of liquidated damages assessed under a contract after approval to do so is granted by the Department of Treasury, Commissioner, Financial Management Service, or designee.
(c) To use the authority of the Defense Priorities and Allocations System (DPAS) (15 C.F.R. 700), OAs must submit their requests to the Department of Commerce (DOC) to acquire materials, products, and services in support of relevant programs.
(e) The HCA is responsible for ensuring that their contracting offices comply with the DPAS. Contracting officers shall comply with the following procedures when using the DPAS to support delegate agency certified programs.
(1) Assignment of priority ratings by a delegate agency. When authorized (see (TAR) 48 C.F.R. 1211.602), contracting officers may assign priority ratings only to those contracts and orders placed with contractors to acquire products, materials, and services in support of that agency's national defense related certified programs. Generally, only a "DO" priority rating may be used on these contracts or orders. The "DX" priority rating may be used only on those contracts and orders placed in support of certified programs approved by the President as being of the highest national defense urgency.
(2) Assignment of priority ratings by other DOT OAs. If a non-delegate DOT OA issues a contract or order for another Federal delegate agency, the OA, if requested by the delegate agency, may assign the appropriate "DO" or "DX" rating to the contractual document. The contracting officer of the non-delegate agency shall include a statement in the contractual document to indicate that the contract or order (or a specific item(s) under the contract or order) is being issued or procured for the delegate agency.
(3) Authorized Programs. Those DOD approved program categories certified for DPAS support are found in Schedule 1 to 15 C.F.R. 700.
(f) Contracting officers shall follow the procedures contained in paragraph (e) of this section when using rated orders.
(g) Special priorities assistance.
(1) When the Department of the Navy (DON) funds a program of the Maritime Administration (MARAD), contracting officers for MARAD should obtain special priorities assistance (SPA) from the DON in accordance with MARAD's written procedures.
(2) If contracting officers cannot resolve requests for SPA, the requests shall be forwarded to the appropriate office at Headquarters for assistance and further action. If the Headquarters office cannot provide assistance, Headquarters may submit the original and two copies of Form BIS-999, Request for Special Priorities Assistance, via the appropriate channels, to the DOC. The form shall be thoroughly documented with all actions taken in attempting to resolve the request at the field and Headquarters levels.
(h) Violations of the DPAS. Violations of the DPAS by a contractor or subcontractor, at any tier, shall be reported to the DOC in accordance with OA procedures.
(f)(1) The Head of the Contracting Activity (HCA) is authorized to determine if certain supplies or services to be acquired are to facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack. If this determination is made, the contracting officer may acquire the item(s) as a commercial item and shall justify this determination in the contract files. The contracting officer shall notify the Office of the Senior Procurement Executive (OSPE) within five working days of the decision to use this authority. The SPE may make a Department-wide determination that an item(s) is to be acquired to facilitate defense against or recovery from terrorism or nuclear, biological, chemical, or radiological attack; thereby, permitting the item to be acquired Department-wide as a commercial item.
(b)(4). See TAM 1225.1001(a)(2)(iii) for the approving authority for waiving the examination of records clause.
(c) An individual waiver shall be approved by the Chief of the Contracting Office and a class waiver by the HCA. The waiver shall be reviewed by legal counsel. An information copy of the class waiver shall be provided to the OSPE for a possible change to this manual.
The Head of the Contracting Activity (HCA) is authorized to determine if supplies or services are to be used to support a contingency operation or to facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack, thereby increasing the simplified acquisition threshold from $100,000 to $250,000 (inside the United States) or $500,000 (outside the United States) (FAR) 48 C.F.R. Part 2.
(a) Except for acquisitions of $2,500 or less, Form DOT F 4230.1, Simplified Acquisition Summary and DOT F 4230.1a, may be used to document purchases covered by (FAR) 48 C.F.R. Part 13 and placed in the file.
(b) DOT contracting officers should follow the guidance at TAM 1219.800 when an award will be made in accordance with the Partnership Agreement between the Department of Transportation and the Small Business Administration.
(c) Purchase card holders shall be authorized and trained in accordance with Appendix B to this chapter, DOT Purchase/Credit Card Program. Individuals delegated authority for acquiring training services shall be authorized and trained in accordance with Appendix C to this chapter, DOT Procedures for Acquiring Training Services.
(g)(1) The Head of the Contracting Activity (HCA) is the individual authorized to determine if supplies or services are to be used to support a contingency operation or to facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack.
(b) DOT policies and procedures for the use of the DOT Purchase/Credit Card Program are contained in Appendix B.
(b) The SF 30 shall be used to modify a purchase order.
The SF-30 shall be used to modify a BPA.
The SF-30 shall be used to modify a BPA.
When the authorized callers under the BPA are not within the Operating Administration (OA) which issued the BPA, the contracting officer or the designated representative of the contracting officer within the OA using the BPA is responsible for the review.
When the authorized callers under the BPA are not within the Operating Administration (OA) which issued the BPA, the contracting officer or the designated representative of the contracting officer within the OA using the BPA is responsible for the review.
(a) Effective October 1, 2001, and pursuant to the Treasury Department, Financial Management Services Policy Directive, the use of imprest funds is prohibited throughout the Federal Government absent a waiver by the appropriate agency official (see TAM 1213.305-2(c)) in extremely limited circumstances (see the Department of the Treasury website: http://fms.treas.gov/imprest/regulations.html ). OAs must eliminate the use of imprest funds unless they comply with the requirements of TAM 1213.305-2.
(b) The use of third party drafts (this does not include convenience checks covered in Appendix B) is generally prohibited in DOT, except where the Director, Office of Financial Management (B-30) has granted approval (see the memorandum from the Chief Financial Officer (C.F.O. Basso, March 30, 2000), which established DOT's policy to phase out third party drafts.
(c) The Office of Financial Management (B-30), is responsible for establishing DOT policy on the use of various payment mechanisms in contracting. See DOT 2700.13C Cash Credit Debit Management.
(a) The Director, Office of Financial Management (B-30) may grant a waiver of the prohibition against the use of imprest funds only if the Treasury Department has already waived the Electronic Fund Payment (EFP) requirement pursuant to 31 C.F.R. 208, Management of Federal Agency Disbursements, and:
(1) Payments involve national security interest, military operations, or national disasters;
(2) Payments are made in furtherance of a law enforcement action;
(3) The amount owed is less than $25;
(4) The political, financial, or communications infrastructure of a foreign country does not support payment by a non-cash mechanism; or
(5) Payments are made in emergencies, or in mission critical circumstances, that are of such an unusual and compelling urgency that the government would otherwise be seriously injured unless payment is made by cash.
(b) The Director, Office of Financial Management (B-30) may grant a waiver of the prohibition against the use of third party drafts only if the Treasury Department has already waived the EFP requirement pursuant to 31 C.F.R. 208.
(a) The Director, Office of Financial Management (B-30) is the individual authorized to approve imprest fund transactions when a limit other than $500 is used.
(e) The individual making an approved purchase from the imprest fund shall be responsible for compliance with the documentation requirements of (FAR) 48 C.F.R. 13.305-4(a) and DOT Order 2700.13C series. The individual having acquisition authority to approve purchases from the imprest fund shall be responsible for checking the authorized purchase requisition for compliance with the internal control requirements mandated by DOT Order 2700.13C series.
The use of the SF 44 form is prohibited in DOT unless permission to use the form has been granted by the Director, Office of Financial Management (B-30).
DOT policies and procedures for acquiring training services using simplified acquisition procedures under a delegation of procurement authority are contained in Appendix C.
RESERVED
DEPARTMENT OF TRANSPORTATION PURCHASE/CREDIT CARD PROGRAM
I. GENERAL.
These policies and procedures implement the DOT Purchase/Credit Card Program. DOT encourages the use of the card for purchase and payment in accordance with FAR Part 13.301.
II. APPLICABILITY.
These policies and procedures apply to all DOT operating administrations (OA) and all DOT employees delegated procurement authority under this program. OAs may authorize designated field offices to develop their own internal procedures to implement the DOT Purchase/Credit Card Program.
III. DEFINITIONS.
The definitions set forth below supplement those set forth in the General Services Administration (GSA) Smart Pay contracts.
A. "Agency Program Coordinator (APC)" (also referred to as the DOT Contracting Officer's Technical Representative (COTR)) means an individual designated by the ordering agency to perform contract administration within the limits of delegated authority. The individual shall have overall responsibility for the Purchase/Credit Card Program within DOT. The APC for DOT is located in the Office of the Senior Procurement Executive (OSPE), Acquisition Services Division (M-63).
B. "Approving Official" means a Government employee(s) within the OA who has a number of cardholders under his/her purview and determines that cardholders' purchases are made within applicable regulations, policies, and procedures.
C. Reserved.
D. "Card Issuing Bank" means the bank which issues cards to cardholders and submits monthly statements to cardholders, approving officials, and finance offices detailing amounts of purchases and credits made by cardholders.
E. "Cardholder" means the individual Government employee within the OA who is a warranted contracting officer or to whom a written delegation of procurement authority (DPA) has been issued by the cognizant Chief of the Contracting Office (COCO) or designee granting the use of the purchase/credit card.
F. "Cardholder Statement" means a monthly statement submitted by the card issuing bank to each cardholder itemizing all purchase and credit transactions made within the established billing period.
G. “Contracting Officer’s Technical Representative (COTR)”. See “Organization Program Coordinator.”
H. "Delegation of Procurement Authority (DPA)" means the authorization given by the COCO, or a designee appointed by the COCO with appropriate procurement authority, granting specific procurement authority to the individual Government employee for use of the purchase/credit card. OAs may choose to use the issuance of the purchase card as the DPA. In this case, the information required to establish a cardholder account is sufficient "documentation." Use of this method does not change any of the existing FAR, TAR, or TAM requirements, including the training, recordkeeping, and monitoring requirements.
I. "Disputes Contact" means a Government employee(s) within the OA who is responsible for resolving disputed purchases, credits for sales tax refunds, and credits for billing errors with the card issuing bank.
J. "DOT Contracting Officer's Technical Representative" (also referred to as Agency Program Coordinator) means the Government employee designated to perform contract administration functions within the limits of delegated authority and who serves as the liaison between the card issuing bank and the OA. The DOT COTR is located in M-63.
K. "Finance Office Contact" means a Government employee(s) within the OA who has the responsibility for responding to payment inquiries from the COTRs, card issuing bank, approving officials and cardholders.
L. “Merchant Category Codes (MCCs)” means the codes established by the bankcard associations or banks to identify different types of businesses. Merchants select the codes best describing their business. Approving officials may limit the types of businesses where the card will be accepted by limiting the MCCs available to the cardholder.
M. "Monthly Cardholder Purchase Limit" means the spending limit imposed on a cardholder's cumulative purchases in a given month.
N. "Monthly Office Limit" means the monthly spending limit imposed on each approving official's account.
O. "Nonexpendable Personal Property" means property which has a normal life expectancy of more than one year, has continuing use as a self-contained unit, is not consumed in use, does not lose its identity when put to use, or does not ordinarily become a non-severable component of other property.
P. “Organization Program Coordinator” (also referred to as the Contracting Officer’s Technical Representative) means the Government employee within the OA who will perform administration of the technical requirements of the Purchase/Credit Card Program for the OA.
Q. "Single Purchase Limit" means the spending limit imposed on a cardholder for individual purchase/credit card transactions.
IV. PROGRAM STRUCTURE.
The design of the DOT Purchase/Credit Card Program is based on a hierarchical system developed to accommodate varying organizational structures within agencies.
V. OA RESPONSIBILITIES.
A. Internal Procedures. Each OA shall develop written internal Purchase/Credit Card Program procedures within the scope of the applicable GSA contract. The minimum elements to be addressed are set forth therein; and
1. Ensure that all prospective approving officials understand and comply with the validation requirements;
2. Submit approved purchase/credit card information to the card issuing bank;
3. Submit changes to cardholder single purchase or monthly purchase limits, or approving official monthly office limits to the card issuing bank;
4. Submit account cancellations to the card issuing bank; and
5. Coordinate the card reissuance report with approving officials and inform the card issuing bank which purchase/credit cards should be reissued. (Note: Renewal cards will not be reissued without prior approval.)
6. Ensure Electronic and Information Technology (see FAR 2.101) purchases are approved by the OA Chief Information Officer or designee by using the Form DOT F 4263.1 and ensure the accessibility requirements in TAM 1239 are met.
B. OA Organization Program Coordinator. Each OA shall:
1. Appoint an Organization Program Coordinator (also referred to as COTR), generally located within the Headquarters office, which will have overall responsibility for administering the Purchase/Credit Card Program within the OA.
2. Provide the Organization Program Coordinator (i.e., COTR) name, work address, routing symbol, room and telephone numbers to the Agency Program Coordinator (i.e., M-63). The OA Organization Program Coordinator will be the OA's central point of contact for Smart Pay Program related issues.
C. Training. Each OA shall develop training which will ensure that potential approving officials and cardholders fully understand their responsibilities regarding procurement regulations, finance requirements and internal procedures under the Purchase/Credit Card Program. The OA shall ensure that all prospective cardholders understand and comply with the monthly statement validation requirements, as set forth in the applicable GSA Smart Pay contract. Purchase/credit cards shall not be issued to potential cardholders until they have received purchase/credit card training. OAs may contact the Agency Program Coordinator in M-63 for assistance and information regarding existing training videos and manuals. GSA offers an on-line training course at http://www.fss.gsa.gov/services/gsa-smartpay. Cardholders and approving officials are required to take refresher training on an annual basis.
1. Procurement Training. Procurement training shall, at a minimum, address the requirements of Federal Acquisition Regulation (FAR) Part 3 (Improper Business Practices and Personal Conflicts of Interest), Part 8 (Required Sources of Supplies and Services), Part 13 (Simplified Acquisition Procedures), Part 22 (Application of Labor Laws to Government Acquisitions), Part 25 (Foreign Acquisition), the corresponding Transportation Acquisition Regulation (TAR); Transportation Acquisition Manual (TAM); the applicable GSA contract; and internal OA procedures.
2. Finance Training. Finance training shall, at a minimum, address the requirements for safekeeping of purchase/credit cards and account numbers, retention of receipts for charges and credits for purchases, returns and disputed items, record keeping for purchase/credit card purchases, timely validation of monthly statements of account, summarization of accounting data on monthly statements of account, procedures to follow for account set-up, account changes and cancellation, disputes resolution, and procedures to follow if a purchase/credit card is lost or stolen.
3. Property Control Training. OAs are encouraged to include property management and control training to address the requirements for notifying the appropriate officials (i.e., property manager, property officer, property accountable officer) of delivery of non-expendable personal property in order to assure proper handling and inventory control of items ordered using the purchase/credit card.
4. EIT Accessibility Training. EIT accessibility training shall, at a minimum, address the requirements for compliance with the documentation prescribed in TAM, Chapter 1239 when an EIT deliverable may result from a procurement.
D. Delivery Order Issuance. To begin participation in the Smart Pay Program, each OA or designated field office must submit a delivery order (D.O.) to the card issuing bank requesting participation in the program. A copy of the developed internal procedures must be forwarded as an attachment to the D.O. The D.O. may be prepared on an OF 347, Order for Supplies or Services, or may be submitted in letter format. At a minimum, the D.O. should provide names and telephone numbers for the OA Organization Program Coordinator, the Finance Office Contact, and the Disputes Office Contact. OAs may assign a different individual for each of these contact points, may elect to assign one individual for each of the contact points, or may assign more than one individual to each of the contact points. See the GSA Smart Pay website for more information.
E. Account Set-Up. The card issuing bank will provide the cardholder and approving official with account information in accordance with the applicable GSA contract.
1. Qualifications. OAs are responsible for determining the professional responsibility of prospective cardholders and approving officials. OA procedures are to describe how this responsibility will be carried out and by whom.
2. Account Set-Up Forms. Set-up forms completed by prospective approving officials and cardholders should be sent to the OA Organization Program Coordinator or designee, for review. The OA Organization Program Coordinator or designee, will review each approving official and cardholder application for accuracy and completeness. The prospective cardholder set-up form should be approved by the cognizant approving official, who shall forward the form to the card issuing bank for processing and issuance of the purchase/credit card.
3. Purchase Limitations. The purchase limitations which are established under the Smart Pay Program should generally be based upon budgetary constraints, actual need, and the ability of the procuring office to monitor compliance. Approving officials, in conjunction with their OA Organization Program Coordinator, should periodically review purchase card limits to ensure limits are commensurate with needs.
a. Single Purchase Limit. The cognizant approving official will determine the single purchase limit when initiating each cardholder's account set-up form. The approving official shall consider the requirements in VII, C, Use of the Purchase/Credit Card when determining the purchase limits.
(1) A single purchase/credit card transaction may consist of the purchase of a number of individual items, the sum of which (including any shipping costs) may not exceed the single transaction purchase limit. A requirement which would exceed an individual cardholder's single transaction purchase limitation shall not be divided or "split" into two or more transactions to stay under the single transaction purchase limitation. When a requirement exceeds a cardholder’s single transaction purchase limit, the cardholder shall contact the appropriate servicing procurement office. The single transaction purchase limit for non-warranted personnel generally may not exceed $2,500. Organization Program Coordinators must consider the requirements in Section VII, C, 1 before authorizing a single purchase limit over $2,500.
(2) Except for credit card purchases of training services which are limited to the micro-purchase threshold of $2,500 (FAR 2.101), cardholders may be authorized single transaction purchase limits up to the simplified acquisition threshold limit as defined in (FAR) 48 CFR Part 2.
b. Monthly Cardholder Purchase Limit. The cognizant approving official will determine the monthly purchase limit for each cardholder under his or her purview.
c. Monthly Office Limit. The monthly office limit is the total monthly limit established for each approving official's account by the funds administrator/accounting certification official. This figure is generally computed by combining the monthly purchase limits of all cardholders under the approving official's purview. It should be noted that whenever a cardholder's monthly purchase limit is increased, the corresponding approving official's monthly office limit must also be increased accordingly. Failure to do so may result in purchase/credit card transaction delays.
4. Finance office reports. The finance office will receive monthly finance office reports from the card issuing bank which will have summary totals of all of the purchases and credits of approving officials under their cognizance. The finance office report generally represents the invoice from the bank.
VI. INDIVIDUAL RESPONSIBILITIES.
Separation of Duties - Responsibilities of the HCA, OA Organization Program Coordinator, approving officials, cardholders, and finance personnel shall not overlap. A separation of duties shall exist among the key participants of the program to ensure the program’s integrity. There must be no conflict of interest. For example, cardholders should never be approving officials for their supervisors. A single individual should not buy, receive, and certify funds availability for purchases. Assignment of duties such as authorizing, approving and recording transactions, receiving assets, approving cardholders statements, making payments, certifying funds, reviewing or auditing should be assigned to separate individuals to the greatest extent possible.
The following are some examples of Smart Pay Program official responsibilities:
A. HCA. The HCA is responsible for the overall operation of the Purchase/Credit Card Program within their organization and may delegate the responsibilities delineated below to the OA COTR or other designated official(s) as they determine appropriate. These responsibilities include:
1. Taking appropriate action to inform organizations within the OA that the DOT Purchase/Credit Card Program is available for use;
2. Distributing account set-up forms to prospective cardholders and approving officials;
3. Coordinating training for cardholders and approving officials;
4. Approving applications for cardholders and approving officials;
5. Approving changes in authorized merchant codes, single and monthly cardholder purchase limits, single and monthly office spending limits;
6. Cancelling purchase/credit card privileges of cardholders;
7. Receiving monthly management reports from the card issuing bank; and
8. Appointing the OA Organization Program Coordinator.
B. OA Organization Program Coordinator. The OA Organization Program Coordinator or designee will generally perform all technical aspects of contract administration and will be the primary liaison between the finance office, disputes contact, and the card issuing bank. The OA Organization Program Coordinator or designee will have responsibility for:
1. Ensuring each designated cardholder receives training;
2. Making the tax exempt number available to cardholders and approving officials; and
3. Ensuring proper destruction of any information management reports related to the program.
C. Finance Office Contact. The finance office contact is generally responsible for payment of all authorized and certified purchases to the card issuing bank. Finance offices will receive reports from the card issuing bank which will have summary totals of all of the purchases and credits of approving officials under their cognizance. The finance office report generally represents the invoice from the bank. The finance office will have responsibility for:
1. Certifying for payment all authorized card transactions;
2. Reviewing the approving official statements along with the accompanying cardholder's statements to verify that the transactions were authorized and that goods or services were received and accepted or returned;
3. Reconciling the cardholder's statements to summary totals on the approving official's statement, including annotating and resolving any discrepancies with the approving official prior to releasing payment; and
4. Making payment to the card issuing bank in accordance with the Prompt Payment Act. Accordingly, if finance offices receive late approving official statements, interest penalties may be incurred.
D. Approving Official. The approving official will generally be responsible for nominating potential cardholders within his or her purview, in accordance with OA procedures, and for administering the Purchase/Credit Card Program for those cardholders. Approving officials shall have no more than 10 cardholders under their purview, unless unavoidable circumstances make it impossible to achieve this ratio. The unavoidable circumstances shall be documented, and approved at a level above the approving official. The following are some examples of approving official responsibilities:
1. Preparing and submitting cardholder and approving official account set-up information, and other required information to the OA Organization Program Coordinator or designee;
2. Determining the appropriate dollar amount of single transaction purchase limits for each cardholder under his/her purview;
3. Ensuring that all cardholders validate account purchases and credits itemized on cardholder statements within seven calendar days after receipt or in the absence (planned or otherwise) of the cardholders, reconciling the cardholder's monthly statements within seven days after receipt;
4. Verifying that all purchases by cardholders were authorized purchases;
5. Ensuring the proper accounting classification data and any disputed items are clearly documented;
6. Promptly processing for payment all cardholder's monthly statements of account;
7. Initiating appropriate action if a cardholder uses a purchase/credit card in an unauthorized manner, including cancellation of the cardholder's account and disciplinary action if appropriate;
8. Confirming written notification to the card issuing bank and OA within five working days following the loss or theft of a purchase/credit card; and
9. Selecting the appropriate MCCs for cardholders under his/her purview. Approving officials should restrict MCCs associated with bars, liquor stores, massage parlors, etc.
E. Cardholder. The cardholder is responsible for executing purchase/credit card transactions within the limits of his/her DPA; complying with the FAR, TAR, TAM, the applicable GSA contract, and internal OA guidance; and verifying that:
1. Purchases and credits itemized on his or her monthly cardholder statement of account are only for goods or services received or returned;
2. Sales tax has not been charged;
3. Merchants have not charged the account prior to the date of shipment; and
4. Merchants have not passed on their purchase card interchange fees to the Government.
All Purchase/Credit Card Program officials shall exercise care to safeguard cardholder account information when disposing of management or financial reports received from the card issuing bank. Supporting documentation for purchase card transactions shall be maintained for a period of 3 years for purposes of audits and/or procurement management reviews.
VII. GENERAL SMART PAY PROGRAM INFORMATION.
A. Receipt of the Purchase/Credit Card. The card issuing bank will send the card directly to the cardholder at the work address specified on the set-up form. Upon receipt of the purchase/credit card, the cardholder must immediately sign the acknowledgement form and return it to the card issuing bank. Failure to do so will result in generation of the Card Receipt Acknowledgement Outstanding Report to the cognizant approving official.
B. Purchase/Credit Card Appearance. The Smart Pay card is easily discernible in its appearance from personal commercial credit cards.
C. Use of the Purchase/Credit Card.
1. In accordance with (FAR) 48 CFR Part 13.301, purchase cards can be used to: 1) make micro-purchases; 2) place a task or delivery order (if authorized in the basic contract, basic ordering agreement, or blanket purchase agreement); or 3) make payments, when the contractor agrees to accept payment by the card.
(a) Purchase cards cannot substitute for the acquisition process. The purchase card may be used as a payment mechanism, but not a contracting mechanism. Cardholders with delegations in excess of $2,500 are required to follow all the appropriate competition and documentation requirements as defined in (FAR) 48 CFR Part 13 including notice, competition, and documentation. If a purchase over $2,500 is anticipated and the product or service is not being acquired under an existing contract, the cardholder must include all applicable FAR and TAR clauses in solicitation/award documents. The purchase may be confirmed and the clauses included in an e-mail. However, do not include the purchase card number in the message. Clauses are not required if the purchase is made under an existing contract such as a GSA schedule or BPA in which clauses have been included.
(b) Delegations shall include the above information and any limitation on the types of procurements a cardholder can make over $2,500.
2. Use of the purchase/credit card shall be restricted to Government personnel who have received proper training in the use of the card. Furthermore, except as authorized by the applicable GSA contract, the only person authorized to use the card is the person whose name appears on the purchase/credit card. Permitting someone else to use an individual cardholder's purchase/credit card, even within the same program office or activity, may result in disciplinary action and/or cancellation of cardholder privileges. Additionally, the purchase/credit card shall not be issued to or used by contractor personnel under any circumstances.
3. Cardholders should always notify the vendor/contractor not to charge the card for the purchases until shipment is made and that purchases are for official U.S. Government purposes and, therefore, are tax exempt.
4. Cardholders shall review all potential acquisitions, including imprest fund transactions, to determine whether the procurement can be accomplished through the use of the Smart Pay Program. If the vendor/contractor accepts the purchase/credit card, the purchase shall be made in accordance with these procedures.
D. Unauthorized Use of the Purchase/Credit Card.
1. Prohibited Use of the Purchase/Credit Card. In addition to the limitations on the use of the Smart Pay Program purchase/credit card set forth in the applicable GSA contract, the purchase/credit card shall not be used for the following:
a. Personal purchases or as identification when cashing a personal check; and
b. Open market purchase of items available from mandatory sources.
2. Regulated Purchases. Each OA must determine if they will permit use of the purchase/credit card for circumstances which have been designated as regulated purchases in the applicable GSA contract. If buying regulated purchases is authorized in OA procedures, the required level of approval within the OA must be specified, and OA procedures must specifically address the situations when the purchase of regulated items are permitted.
3. GAO Special Interest Items. GAO decisions surrounding the concept of the "availability of appropriations" are often stated in terms of whether appropriated funds are or are not "legally available" for a given expenditure. Restrictions on the purposes for which appropriated funds may be used come from a variety of sources, including the Constitution, DOT Appropriations Acts, and decisions of the Comptroller General and his predecessor, the Comptroller of the Treasury. OAs are encouraged to review the GAO publication entitled Principles of Federal Appropriations Law (Volume 1, Volume 2, and Volume 3) and provide coverage of the above areas when developing its Purchase/Credit Card Program procedures. When developing purchase card procedures, OAs should consider that "accounting officers of the Government" have often applied restrictions on the following types of expenditures:
a. Payment of attorney's fees;
b. Purchase of entertainment and recreation;
c. Payment of personal membership fees; and
d. Payment of personal expense items such as gifts for employees, entry fees for contests, medals or trophies, and coffee/donuts for conferences or meetings.
4. On-line Money Transfer Services. Purchases made utilizing on-line money transfer services (e.g., PayPal, c2it by Citibank, EBay) are prohibited, unless approved at a level above the approving official. These purchases lack transparency (i.e., the purchases are often categorized under general MCCs), and are not covered under the bank’s disputes/charge back procedures.
5. Publicizing Misuse/Fraud Cases. DOT will post/publicize purchase card misuse/fraud cases on the Acquisition and Grants Homepage. Cases will be posted/publicized without names. Each OA shall designate, in writing, an individual who will be responsible for notifying the OSPE of all such cases; explaining the offense and the disciplinary action taken. The HCA shall ensure that a copy of the designation is submitted to the OSPE. Guidelines for disciplinary action for purchase card misuse and fraud are contained in the Assistant Secretary of Administration’s memorandum of March 24, 2003, “Government Purchase Card Policy Violations.”
E. Fund Control.
1. Each OA shall include in its internal controls the method it will use to control funds within the purchase/credit card program. The internal controls must effectively ensure that funds are not expended in excess of the appropriation.
2. The use of an individual Purchase Request (PR) for each purchase/credit card transaction is optional; however, all purchase transactions made by a cardholder shall be supported by a certification of funds availability and an accountable document (e.g., a sales slip for over-the-counter purchases, invoices, packing slips, and a telephone log for telephone purchases).
3. Funds may be controlled in the finance office or by the approving official. The following approaches are provided as suggestions and are not intended to be the only means of funds control to be used in the purchase/credit card program:
a. The monthly limit for each approving official may be used by the finance office to commit at the beginning of each monthly card billing cycle. When approving officials forward their monthly statements, the amount of the recorded commitment will be reversed and expenditures will be recorded for the net amount of purchases made for the month.
b. The approving official may exercise fund control by establishing annual, quarterly or monthly commitment accounts for each cardholder under his/her purview, from which the cardholder could draw down when making purchases with the card.
4. Because PRs or other funding documents are not generally distributed to finance offices for obligation purposes under the Smart Pay Program, OAs need to pay special attention to end of fiscal year purchases to ensure funds are obligated timely to preclude the loss of funds.
F. Validation of Purchases. Individual cardholders, approving officials and finance offices are responsible for verifying, validating and certifying for payment all authorized card purchases in accordance with paragraph VI. above and OA implementing procedures.
G. Billing Disputes. Cardholders are responsible for disputing any erroneous charges appearing on the monthly cardholder statement of account. Items returned to vendors and charges by a merchant before the date of shipment are examples of disputable items.
1. Cardholders must transmit to the card issuing bank a completed Dispute Form for disputed items within seven calendar days after receipt of the monthly statement. This form will be provided by the card issuing bank. A copy of the form must also be provided with the cardholder's statement to the cognizant approving official.
2. An example of an item which cannot be disputed with the card issuing bank is sales tax. Since purchases made with a U.S. Government purchase/credit card are tax free, the cardholder must contact the vendor and request a credit for the amount of sales tax charged, if the disputed charge involves sales tax erroneously charged to the purchase. Cardholders may provide the merchant with the card issuing bank's toll free number on the back of the purchase/credit card, if the merchant questions the sales tax exemption. Currently, all states have submitted letters acknowledging that the Government purchase/credit card qualifies for sales tax exemption.
H. Costs of the Program. The card issuing bank, in accordance with the applicable GSA contract, receives payment for providing services from these sources:
1. Late payments. If an OA makes a late payment to the card issuing bank, interest will be paid for the number of days late, computed at the Renegotiation Board Interest Rate.
2. MasterCard Interchange Fees. The card issuing bank receives payment from MasterCard for interchange fees, which are paid by vendors which accept Government purchase/credit cards for purchases. The interchange fees compensate the card merchant bank, card issuing bank, and MasterCard, which comprise the purchase/credit card network.
I. Lost or Stolen Purchase/Credit Cards. The minimum notification requirements are set forth in the applicable GSA contract. Failure to notify the card issuing bank immediately of the loss or theft could result in the OA being liable for subsequent purchases charged to the card.
J. Refunds. The refund table for the current Smart Pay contract is located on the GSA Smart Pay website.
K. Purchase/Credit Card Cancellations and De-activations. The OA Organization Program Coordinator or designee, will have the responsibility for canceling purchase/credit cards due to retirement, resignation, death, or termination of employment in accordance with established OA purchase card/credit card procedures. The procedures should provide for prompt notification of cancellation so that the proper forms may be submitted to the card issuing bank. Other grounds for purchase/credit card cancellation include overdue charge balances, or using a Government purchase/credit card for personal use. The OA Organization Program Coordinator, in conjunction with approving officials, should periodically review purchase card activity, and consider de-activating cards that are not being used on a regular basis (i.e., 6 months of no activity). Cards may be activated on an as-needed basis.
L. Personal Use. Disciplinary action will be taken against individuals using the Government purchase/credit card for personal use. Disciplinary action can range from a letter in the cardholder's official personnel file to a termination action, based upon the facts involved regarding the documented personal purchases and the OA Purchase/Credit Card Program procedures. The Assistant Secretary of Administration’s memorandum of March 24, 2003, “Government Purchase Card Policy Violations,” addresses the Department’s disciplinary policy for purchase card misuse and fraud.
M. Liabilities.
1. Purchase(s) by an unauthorized person. OAs will not be liable for any use of purchase/credit cards by a person who does not have actual or implied authority to utilize the purchase/credit card, provided that reasonable efforts are made to promptly notify the card issuing bank by telephone and in writing when purchase/credit cards are lost or stolen.
2. Unauthorized purchases by cardholders. OAs will be liable for unauthorized purchases made by cardholders, provided that:
a. The purchase was made through an approved merchant (i.e., merchant category code has not been blocked by A/OPC); and
b. The amount of the purchase did not exceed the cardholder's single purchase or monthly spending limits.
N. Convenience Checks. A convenience check is another instrument used for buying goods and services and should be treated just like the purchase card (i.e. documentation, etc.). Check writers are required to follow the same regulations, policies, and procedures as cardholders. Convenience checks are for official use only and should only be used when the merchants do not accept the purchase card. Convenience checks shall never be paid payable to DOT employees, and shall not be used to reimburse DOT employees for personal and/or business related expenses. DOT must pay 1.9% of the total amount of the check for each check issued.
VIII. WRITTEN PROCEDURES, AUDIT AND REVIEW OF PURCHASE/CREDIT CARD TRANSACTIONS.
A. Written procedures developed by the OAs implementing the Purchase/Credit Card Program within their organizations must incorporate tight management controls to preclude abuse and outline courses of action in case abuses occur.
B. Each participating COCO must maintain oversight of the Purchase/Credit Card Program through regularly scheduled and/or randomly scheduled procurement management reviews of purchase/credit card transaction logs and documentation. These reviews shall include an examination of the Merchant Category Codes and/or the North American Industry Classification System (NAICS) code associated with card transactions. These reviews may be performed in conjunction with regularly scheduled reviews (see TAM 1201.671) or as a separate review function. Some areas to specifically cover include:
1. Adequate funding;
2. Splitting of orders;
3. Including appropriate clauses for items purchased on the open market;
4. Small business set aside compliance;
5. Purchase of improper items;
6. Use of purchase/credit cards by other than authorized users;
7. Informal ratification of unauthorized commitments;
8. Separation of duties among purchase card program participants;
9. Purchase card dollar limits to ensure limits are commensurate with needs;
10. Approving official/cardholder ratio (no more than 10 cardholders per approving official); and
11. Validation of purchases by cardholders, approving officials, and finance office contacts.
DEPARTMENT OF TRANSPORTATION PROCEDURES FOR ACQUIRING TRAINING SERVICES
I. GENERAL.
Department of Transportation (DOT) policies and procedures for acquiring training services by other than warranted contracting personnel are set forth herein.
II. DEFINITIONS.
A. "Chief of the Contracting Office (COCO)" means the individual responsible for managing the contracting office(s) within an Operating Administration (OA). The COCO (or designee) is the official granting a delegation of procurement authority (DPA) under these procedures.
B. "Commercially-available/off-the-shelf," means existing training that is regularly offered to the general public and/or Government personnel in the course of normal business operations. The term includes training offered by a college, university, professional association, group, or organization. The term does not include training specifically developed, designed, or produced to meet a particular DOT requirement.
C. "Delegation of Procurement Authority (DPA)" means the authorizing document, approved and signed by the responsible COCO or designee granting specific procurement authority to an individual Government employee. If required by the organizational structure of the OA, the COCO or designee shall obtain the approval of the Head of the Contracting Activity prior to granting DPAs under these procedures.
D. "Established catalog or market price" means a catalog, price list, schedule or other verifiable and established record that: (1) is published or otherwise available for customer inspection, (2) states the current or last sales price to the public or private sector (3) is established in the course of ordinary and usual trade between buyers and sellers, and (4) can be substantiated by data from sources independent of the vendor.
E. "Fixed amount" means the cost of the training is of a firm amount (e.g., price per student, event, session, class program, course, seminar, or other instructional service).
F. "Head of the Contracting Activity (HCA)" means the individual responsible for managing the contracting offices within an OA who is a member of the Senior Executive Service or a flag officer.
G. "Simplified acquisition procedure" means the acquisition of training services by the methods prescribed in Federal Acquisition Regulation (FAR) 48 C.F.R. Part 13, and as implemented by the Transportation Acquisition Regulation (TAR) and the Transportation Acquisition Manual (TAM).
H. "Training" as defined in the Government Employees Training Act (GETA), 5 U.S.C. 4101(4), means the process of providing for and making available to an employee, and placing or enrolling the employee in, a planned, prepared, and coordinated program, course (including correspondence), curriculum, subject, system, or routine of instruction of education, in scientific, professional, technical, or mechanical trade, clerical, fiscal, administrative, or other fields, which will improve individual and organizational performance and assist in achieving the agency's mission and performance goals. For the purposes of these procedures, the term includes meetings, seminars, conferences, symposia and associated course training materials (e.g., study plans, workbooks, handbooks, and manuals) furnished with the training. It is not appropriate to use the SF-182 to purchase miscellaneous training supplies without also purchasing training.
III. POLICY.
No employee of DOT, other than a contracting officer or a recipient of a Delegation of Procurement Authority (DPA), operating within the limits of his or her authority, may enter into formal contracts, authorize contract modifications or otherwise contractually bind, commit or obligate the Government for training.
DPA recipients are only authorized to procure training under the conditions prescribed in paragraph IV. below. Otherwise, training must be procured by warranted DOT contracting officers.
Training shall be acquired within the limitations and procedures of the GETA, FAR, TAR, TAM, and the Departmental Personnel Manual (DPM). If the acquisition is accomplished through the use of the purchase/credit card, Appendix B, and OA purchase/credit card procedures shall be followed.
IV. APPLICABILITY.
The policies and procedures set forth herein apply to the Office of the Inspector General (OIG) and the OAs when:
A. A DPA has been issued to a specific individual authorizing the acquisition of supplies or services in support of DOT’s mission.
B. The training cost for an individual student or training requirement does not exceed the lesser of:
- a limitation set forth in an individual's DPA; or
- the simplified acquisition threshold established by (FAR) 48 C.F.R. Part 2;
C. The annual, reasonably foreseeable, aggregate training requirements cost does not exceed the simplified acquisition threshold. It would be inappropriate to segregate a known requirement for several courses on a specific subject into an individual requirement by date of offering or other means in order to circumvent the simplified acquisition threshold and, therefore, avoid sending the requirement to a contracting office for processing).
D. The training cost is based upon pre-established fixed catalog or market prices;
E. The training is available from a Government source of supply (e.g., General Services Administration, Office of Personnel Management, etc.) OR is commercially available/off-the-shelf or modified commercially available off-the-shelf as set forth in paragraph VI.G. below; and
F. The contracting methods discussed in paragraphs V.C. or VI.C. below are used to acquire training services.
V. ACQUISITIONS WITHIN THE MICRO-PURCHASE THRESHOLD ($2,500 or less):
The DOT Purchase/Credit Card Program is the preferred method of acquiring all training services in an amount of $2,500 or less. Every effort shall be made to provide purchase/credit cards to individuals (normally human resources management personnel) who are responsible for acquiring training services of $2,500 or less in support of their activity.
A. Simplified acquisition training.
Each prospective DPA recipient is required to attend simplified acquisition training equivalent to the purchase/credit card training conducted by the OA (see Appendix B, Chapter V.C.).
B. Delegation of Procurement Authority (DPA).
1. Appendix B details the process for identifying prospective cardholders and processing card account set-up forms, and the required procurement, finance and property control training. Upon completion of the simplified acquisition training, an individual who has been granted a purchase/credit card DPA and issued a card is authorized to acquire training services within the limits of the DPA, the policies and procedures for the use of the purchase/credit card set forth in Appendix B, and the OA purchase/credit card procedures.
2. Copies of pertinent acquisition regulations referenced in these procedures (including the DOT/OA purchase/credit card procedures), if not received as part of the simplified acquisition training, shall be requested from the responsible COCO by the Purchase/Credit Card Program approving official when preparing and submitting cardholder account set-up forms.
3. DPA recipients shall be appointed in writing. A memorandum shall be used to grant a purchase/credit card DPA. At the discretion of the OA and the responsible COCO, a purchase/credit card DPA and a DPA for acquiring training services in an amount of $2,500 (micro-purchase threshold) or less can be combined.
C. Methods of Acquiring Training Services.
1. DOT Purchase/Credit Card Program.
D. Funds Certification.
A Purchase Request (PR) DOT F 4200.1 is not required to acquire training services using a government purchase/credit card. In lieu of a PR, required approvals or funds certification may be secured by any method prescribed by an OA for recording the action. The action may be recorded by means of a memorandum, routing slip or other written documentation, by annual, quarterly or monthly commitment accounts established by accounting certification officers/funds administrators; by using electronic mail to document approvals and certifications, etc.
E. Competition.
Purchases within the micro-purchase threshold ($2,500 or less) may be made without securing competition, if the price is determined fair and reasonable. Requirements in excess of $2,500 shall not be divided or "split" into two or more separate purchases in order to avoid competition.
VI. ACQUISITIONS GREATER THAN THE MICRO-PURCHASE THRESHOLD (greater than $2,500):
A. Simplified acquisition training.
Each prospective DPA recipient will be required to attend formal simplified acquisition training that, at a minimum, addresses the requirements of FAR Part 3, (Improper Business Practices and Personal Conflicts of Interest), FAR Part 8 (Required Sources of Supplies and Services), and FAR Part 13 (Simplified Acquisition Procedures). Contracting offices shall assist in identifying qualified simplified acquisition training courses for prospective DPA recipients.
B. Delegation of Procurement Authority.
1. The Office of the Inspector General (OIG) and each OA shall identify those Government employees (normally human resources management personnel) required to perform training support functions within their activity to be designated as DPA recipients responsible for acquiring training services within the limitations set forth in this Appendix C. When selecting prospective DPA recipients, consideration shall be given to an individual's experience in obtaining training services, business acumen, judgment, character and demonstrated financial responsibility (i.e., no seriously delinquent debts such as travel advances or charge card balances).
2. Upon successful completion of the required simplified acquisition training, the director/manager of the human resource office (or designee) will submit the name of the prospective DPA recipient (and a copy of the individual's course completion certificate or equivalent documentation) to the responsible COCO, requesting the issuance of a DPA. At the discretion of the COCO, a written DPA will be granted designating the individual as an authorized official for the acquisition of training services within the limitations and procedures of GETA, FAR, TAR, TAM, DPM and the procedures set forth in this Appendix C.
3. Copies of pertinent acquisition regulations referenced in these procedures, if not received as a part of the simplified acquisition training, shall be requested from the DPA granting official when requesting a DPA. A memorandum (see Sample Request for Delegation of Procurement Authority (Training Services)) shall be used to request a DPA to acquire training services under these procedures.
4. The COCO or designee shall appoint DPA recipients in writing (see Sample Delegation of Procurement Authority). The DPA memorandum shall state the scope of the DPA recipient's authority as limited by these procedures and shall be automatically terminated upon the individual's reassignment or termination of employment. The DPA may also be terminated in writing in the case of unsatisfactory performance or for other reasons as determined necessary by the responsible COCO. DPAs granted under these procedures may not be redelegated.
C. Methods of acquiring training services.
1. DOT Purchase/Credit Card Program.
The purchase/credit card shall not be used to acquire training services in an amount greater than the micro-purchase threshold set forth in FAR 2.101. Purchases shall not be divided or "split" into two or more acquisitions to avoid the purchase/credit card threshold.
2. Use of SF-182.
For the purposes of these procedures, an SF-182 shall be considered an alternative agency purchase order form (FAR) 48 C.F.R. Part 13.307). Applicable commercial item provisions and clauses as set forth in (FAR) 48 C.F.R. Part 12.301 shall be attached to the form before issuing it to a vendor or contractor. When an SF-182 is used to acquire training from a Government source of supply, the FAR provisions and clauses are not required.
DPA recipients shall incorporate TAR 1252.237-71, and 1252.237-72 as required by TAR 1213.7101. TAR 1252.237-71 requires that offerors certify the data submitted with its offer; therefore, the provision must be incorporated in full text to a request for quotations or solicitation for training services when the content and/or presentations of the training are controlled by DOT (see TAR 1213.7100).
The SF-182 may also be used for requesting, approving and certifying payment for attendance at meetings, conferences, seminars and symposia, the primary purpose of which is to train the individual to meet a job-related need.
D. Funds Certification.
DPA recipients shall obtain the signature of the accounting certification official/funds administrator in the "Agency Use Only" section of the SF-182 as evidence of the availability of funds for obligation under the order. If one of the signatories in Section D, Approvals, is also responsible for funds certification, a second signature need not be obtained. A notation to the effect that "the individual approving in Block #___ is also certifying the availability of funds for this purchase" is acceptable.
E. Competition.
Purchases in excess of micro-purchase threshold ($2,500) must be acquired through reasonably competitive procedures (generally, soliciting at least three sources) in accordance with (FAR) 48 C.F.R. Part 13.106-1. If practicable, two sources not included in the previous competition for similar training services should be requested to furnish quotations. DPA recipients should make every effort to locate new sources and rotate solicitations among sources to the maximum extent practicable. In accordance with FAR 13.103, standing price quotations, such as catalog prices, may be substituted for obtaining individual quotations for each purchase.
The DPA recipient may make a determination that only one source is reasonably available as set forth in (FAR) 48 C.F.R. Part 13.106-3(a)(2); however, the official order file shall be documented to explain the absence of competition. (See sample Sole Source Justification.)
Competition need not be obtained when acquiring training from a Government source of supply.
F. Posting and Synopsizing Notices of Solicitations.
For proposed actions exceeding $10,000, DPA recipients shall use the information system (electronic bulletin board or other means of displaying notifications) established in their respective contracting offices for the purpose of posting notices of solicitations or copies of solicitations in accordance with FAR 5.101. Actions exceeding $25,000 shall be synopsized as required by FAR 5.201 unless the action is exempt in accordance with FAR 5.202.
G. Modifications.
In the event a change, revision or modification that alters the fixed price of commercially-available/off-the-shelf training is required to meet specific DOT requirements, either before or after executing an order for training services, the official order file shall be documented with supplemental information summarizing the changes (e.g., alterations, deletions, expansion, tailoring) required. The official order file shall also include a summary of the price negotiation, including the basis for determining that the price to be paid for modified commercially-available/off-the-shelf training is fair and reasonable in relation to the established catalog or market price. DPA recipients may enlist the assistance of warranted contracting personnel in negotiating price adjustments when faced with changes to fixed-price, commercially available/off-the-shelf training.
Modifications shall be issued using an SF-182 as the obligating document. Additional pages may be attached as deemed necessary to adequately describe the change, revision or modification to the commercially-available/off-the-shelf training.
VII. ACQUISITION PROCEDURES:
Except as otherwise stated, the following requirements are applicable to the acquisition of all training services under these procedures:
A. Advanced Acquisition Planning.
Human resources management personnel are responsible for forecasting, to the best of their ability, the yearly training requirements for their activities. Higher echelon human resources management personnel are responsible for monitoring and identifying predicted annual requirements of subordinate organizations that may be combined for contracting purposes. Yearly requirements in excess of the simplified acquisition threshold per individual student or training requirement must be identified and transmitted to procurement offices sufficiently in advance of the fiscal year in which formal contract award(s) is necessary. Personnel are encouraged to seek guidance concerning procurement leadtimes from their responsible contracting office in order to allow sufficient time for processing contract award(s).
Emergency or unanticipated training situations may have an impact on training services acquisition. However, predictable annual requirements may not be divided or "split" into two or more acquisitions to avoid the competition threshold ($2,500) and to avoid sending requirements to contracting offices. Neither shall predictable annual training requirements be "split" among equivalent training sources (i.e., essentially the same training given under different titles, or by different vendors) to avoid sending the requirements to contracting offices.
B. Small business set asides.
1. Except for training services acquired from a required Government source of supply, all acquisitions estimated to exceed the micro-purchase threshold ($2,500) but not exceeding $100,000 shall be exclusively reserved for small business concerns ((FAR) 48 C.F.R. 13.003(b)(1)). If the purchase is made to other than a small business, the reason for the unrestricted purchase (see paragraph VII.D.) shall be documented in the official file.
2. DPA recipients are encouraged to request assistance from responsible Small Business Administration (SBA) center representatives and DOT Offices of Small and Disadvantaged Business Utilization (OSDBU) liaison personnel in identifying small business concerns capable of meeting their training requirements. The DOT Headquarters SBA Procurement Center Representative (PCR) can be reached at (202) 366-5325. A national directory of SBA PCRs is available in Electronic Acquisition Reference Library (EARL). A telephone listing of DOT OSDBU liaison personnel for each of the OAs may be obtained by calling their National Information Clearinghouse at (800) 532-1169.
C. Official Order File.
DPA recipients shall establish an official order file in support of the training acquired under these procedures. The file may be organized on an individual basis for each transaction or as a master filing system in which all of the records would be combined in one file, easily accessible for acquisition planning purposes as well as for reviews and audits.
D. Official Order File Documentation. The official order file shall include the following documentation as applicable to the purchase:
1. Funds certification. See paragraph V.D. above.
2. Approval from the Director, Office of Financial Management (B-30) and justification for the use of imprest funds (see paragraph V.C.3. above).
3. Price reasonableness. In accordance with (FAR) 48 C.F.R. 13.106-3(a), the DPA recipient is responsible for documenting the official order file with the basis for determining the price reasonableness of the training to be purchased (e.g., competitive quotations, comparison with competitive published price lists, published market prices, fixed catalog prices).
4. Small business set asides. If a determination is made that there is no reasonable expectation of obtaining quotations from small businesses, as set forth in (FAR) 48 C.F.R. 19.502-2(a), the DPA recipient shall document the order file with the reason(s) for the unrestricted purchase.
5. Sole source justification. For requirements in excess of $2,500, solicitations may be limited to only one source, if it is determined that it is the only source reasonably available ((FAR) 48 C.F.R. 13.106-3(b)(3)(i)), and if the price is determined fair and reasonable. If only one source is solicited, the official order file must be documented to explain the absence of competition.
6. Modifications. The official order file documentation shall include a summary of the price negotiation and determination of price reasonableness as set forth in paragraph VI.G. above.
DPA recipients shall use Form DOT F 4230.1, Simplified Acquisition Summary for the purpose of documenting their official order file. The DPA recipient shall sign the Simplified Acquisition Summary form as the approving official. Form DOT F 4230.1 need not be completed when the training is acquired from a Government source of supply.
E. Administration and Close out of Official Order Files.
DPA recipients are responsible for ensuring that:
1. training services are received and/or conducted in accordance with the terms of the order;
2. all necessary information is maintained and reported in accordance with guidance from the responsible human resource office for all training obtained under these procedures;
3. invoices are reviewed and approved for payment in a timely fashion in order to preclude the payment of interest under the provisions of the Prompt Payment Act (31 U.S.C. 3901 et.seq.); and
4. official order files are not destroyed before three years after final payment.
F. Records.
In addition to the official order file, DPA recipients shall maintain a control log for the purpose of tracking all orders issued under these procedures when the acquisition is accomplished using an SF-182 or the Government purchase/credit card. As a minimum, the control log shall provide the name and address of the vendor, training date(s), title, and total price of the training acquired under these procedures. Any additional information required by human resources development organizations for tracking and reporting purposes must also be maintained.
Each training office is required to maintain a yearly training log. By October 15 of each year, a copy of the log information for the previous twelve month period shall be provided to the COCO to assist in Departmental advanced acquisition planning and maintaining oversight on the appropriate use of the delegated authority.
VIII. AUDIT AND REVIEW.
The DPA granting official is responsible for reviewing a random sample of the official order files and control logs to ensure that authorized procedures are being followed. The reviews shall be conducted no less frequently than every three years from the implementation of these procedures. The responsible contracting office shall maintain written documentation of the results of these reviews and the records shall be made available to reviewing activities (i.e., GAO, OIG, M-60) on an as-required basis.
IX. IMPLEMENTATION.
These procedures may be used immediately, but shall be fully implemented no later than October 25, 1994.
The requirements for an independent Government estimate found at TAM 1215.404-70 also apply to this subchapter.
The Chief of the Contracting Office (COCO) is authorized to waive inclusion of (FAR) 48 C.F.R. 52.214-27 and 52.214-28 in a contract with a foreign government or agency of that government.
(c) Justification. The justification required by (FAR) 48 C.F.R. 14.202-4(c) shall be prepared and signed by the technical official responsible for the procurement request and concurred in writing by the contracting officer.
(b) Justification. The justification required by (FAR) 48 C.F.R. 14.202-5(b) shall be prepared and signed by the technical official responsible for the procurement request and concurred in writing by the contracting officer.
(a) Contracting officers may authorize facsimile bids (see (FAR) 48 C.F.R. 14.201-6(w)) after considering the factors outlined in (FAR) 48 C.F.R. 14.202-7, provided that procedures and controls are established by the COCO for receiving and safeguarding incoming bids.
(a) The DOT contracting offices are authorized to use annual representations and certifications submission procedures for sealed bidding provided that the requirements of paragraph (b) of this section are met.
(b) The COCO shall establish procedures and assign responsibility for centrally requesting, receiving, storing, verifying and updating offerors' annual representations and certifications.
(a) Contracting offices shall properly identify and deposit unopened bids in the bid box. Bid envelopes received by mail shall be time-stamped and checked for identification prior to deposit in the bid box. Bid samples should receive the same degree of security as bids, and accounted for by the maintenance of local records. Bid samples shall not be given away, loaned, diverted, or used for any purpose other than that intended.
(c) The COCO is authorized to make a written determination to cancel an invitation for bids, and reject all bids before award when any of the conditions at (FAR) 48 C.F.R. 14.404-1(c)(1) through (10) are met.
(e) The COCO is authorized to make a written determination to complete an acquisition through negotiations when the conditions at (FAR) 48 C.F.R. 14.404-1(e)(1) are met.
(e) The COCO is authorized to determine whether or not a bid may be corrected or withdrawn according to the provisions of (FAR) 48 C.F.R. 14.407-3(a) through (d). This authority may not be re-delegated.
(i) The contracting officer shall coordinate resolution of doubtful cases with the Office of General Counsel before they may be forwarded to the Comptroller General. Operating Administration (OA) Chief Counsel Offices shall review doubtful cases before coordinating with the Office of General Counsel.
The contracting officer shall forward doubtful cases under (FAR) 48 C.F.R. 14.407-3(i) directly to the Comptroller General.
(b) The determination authorized under (FAR) 48 C.F.R. 14.407-4(b) shall be made, in writing, by the contracting officer. The determination shall be included in the contract file.
(d) The determination made under (FAR) 48 C.F.R. 14.407-4(b) shall be coordinated according to OA procedures. Legal counsel must be included in the coordination process, and evidence of legal review shall be included in the contract file.
(a) The determination required by (FAR) 48 C.F.R. 14.408-2 shall be in writing and included in the contract file.
Disposition actions for classified information furnished or created in connection with a solicitation shall be in accordance with the Defense Industrial Security Program. (See TAM 1204.403.)
If a procurement action has been in process for over one year from the date an adequate procurement request was received, the contracting officer shall revalidate the request to ensure a valid requirement still exists before the bid opening date. The revalidation shall be documented in the contract file.
(e) The Chief of the Contracting Office (COCO) is authorized to exempt contracts from the uniform contract format.
(b)(4) See TAM 1225.1001(a)(2)(iii) for the approving authority to waive the examination of records clause.
(a) The Head of the Operating Administration (HOA) is responsible for source selection. The contracting officer is designated the Source Selection Authority (SSA), unless the HOA or designee appoints another individual, for all proposed acquisitions or group of acquisitions (except those acquisitions under paragraph (b)).
(b) The SSA for acquisitions subject to the requirements of TAM Chapter 1234 shall be designated in the source selection strategy/plan or earlier (e.g., in the acquisition plan) if possible. The SSA shall be determined based upon the complexity of the acquisition, the risks involved, the dollar value of the acquisition and the need for continuing direct oversight.
(c)(6) The use of recovered materials, environmentally preferable purchasing criteria developed by the Environmental Protection Agency (see http://www.ofee.gov), and the environmental objectives set forth in (FAR) 48 C.F.R. 23.703(b), must be considered when developing source selection factors. (See TAM 1223.4).
(a)(4) Cost information. Cost information may be provided to members of the technical evaluation team as the SSA deems necessary.
"Order" means any action under a contract which requires or directs the contractor to provide supplies or services including, but not limited to: task orders, job orders, and orders issued under indefinite-delivery contracts, technical directions, letters of technical direction, technical task directives, directives and other similar actions. It does not include technical directions and directives which provide only technical instructions for clarification purposes. These technical instructions shall not change or modify any terms or conditions of the contract, including price, delivery, rights of the parties, or the effort to be performed.
Whenever agreement on prices is necessary for prime contracts, contract modifications, and any order issued under a contract, the requirements of (FAR) 48 C.F.R. 15.4 and this subchapter apply unless specifically excluded.
(c)(1)(i)(B) Contracting officers shall submit to the COCO for a decision, a written statement of the facts which lead to the contracting officer's determination that the price of the otherwise successful offeror is unreasonable. The COCO's written decision shall be placed in the contract file.
When an offeror refuses to provide needed data or information, the contracting officer shall refer the matter to the COCO for resolution.
(b) Policy.
(1) Pursuant to (FAR) 48 C.F.R. 15.404-4, DOT has established a structured approach for determining the profit or fee objective.
(i) The contracting officer shall use the DOT structured approach (Form DOT F 4220.32, Weighted Guidelines Profit/Fee Objective), to determine the profit or fee objective before conducting negotiations for those acquisitions that require cost analysis. Form DOT F 4220.32 shall be made a part of the pre-negotiation memorandum.
(ii) The contracting officer may use an alternate structured approach in lieu of the weighted guidelines for the acquisitions listed below. The rationale for profit or fee determined by the alternate structured approach shall be substantiated in a manner similar to that used in the weighted guidelines method.
(A) Architect-engineering contracts;
(B) Management contracts for operation and/or maintenance of Government facilities;
(C) Construction contracts;
(D) Contracts primarily requiring delivery of material supplied by subcontractors;
(E) Termination settlements;
(F) Cost-plus-award-fee contracts; and
(G) Contracts having unusual pricing situations.
(d) Profit-analysis factors. (1) Appendix A, DOT Structured Approach for Profit or Fee Objective, cites elements which should be considered when completing Form DOT F 4220.32.
(2) Additional factors. Factors to be considered for nonprofit organizations also are contained in Appendix A.
(a) The requiring office shall provide an Independent Government Estimate (IGE) for proposed negotiated acquisitions, unless exempted by TAM 1215.404-70(c).
(b) The IGE should reflect how the estimate was derived by delineating such costs as the major labor categories, materials, travel, consultant, computer usage, etc. Any previous cost experience the Government has had in acquiring the same or similar items also should be provided with the IGE.
(c) Unless the contracting officer requires otherwise, an IGE is not required for the following:
(1) proposed awards using simplified acquisition procedures under (FAR) 48 C.F.R. Part 13;
(2) administrative modifications such as incremental funding;
(3) modifications to exercise fixed priced options;
(4) modifications to resolve cost overruns under cost reimbursement contracts;
(5) proposed acquisitions for items that meet the commercial item definition in (FAR) 48 C.F.R. Part 2; and
(6) when prices for the supplies or services are set by law or regulation.
(a) The Government's prenegotiation objective shall be in writing and have substance, rationale, and detail sufficient to explain to a third party how the overall reasonableness of the proposed prices were determined and how the objective represents a fair and reasonable amount.
(b) Contracting offices shall establish procedures for the review and approval of the prenegotiation objective which shall be documented in a Prenegotiation Memorandum (PM). The PM shall be signed by the contracting officer, approved at a level commensurate with the value and complexity of the proposed acquisition, and be in consonance with the requirements of TAM 1204.70.
(a) See TAM 1204.70 for the review and approval of the document described at (FAR) 48 C.F.R. 15.406-3.
(b) Program should-cost review.
(4) The responsible contracting personnel shall organize and manage should-cost reviews. The team leader is responsible for completing the should-cost report.
DOT STRUCTURED APPROACH FOR PROFIT OR FEE OBJECTIVE
INTRODUCTORY REMARKS.
When using the Form DOT F 4220.32, Weighted Guidelines Profit/Fee Objective, the contracting officer shall categorize the acquisition as a manufacturing, research and development (R&D) or a services effort. To determine to which category a particular acquisition belongs, the contracting officer shall rely on the nature of the work to be performed. When acquisitions involving R&D and services require a significant amount of facilities for efficient contract performance (as determined by the contracting officer), the manufacturing weighted guidelines method may be appropriate. Similarly, certain contracts for the manufacture of small quantities of high technology supplies and equipment may not require a significant amount of facilities. In these cases, an R&D classification may be appropriate.
In determining profit or fee, DOT recognizes the tax posture of the business entity. A fair and reasonable management fee to a non-profit organization with a tax-exempt status is considerably lower than a profit/fee to a commercial enterprise with a taxable status.
Non-Profit Organizations.
The following applies to non-profit organizations:
1. As used in this subchapter, non-profit organizations are defined as those business entities organized and operated exclusively for charitable, scientific, or educational purposes; of which no part of the net earnings accrue to the benefit of any private shareholder or individual; of which no substantial part of the activities include carrying on propaganda, or otherwise, on behalf of any candidate for public office; and which are exempt from Federal income taxation under Section 501 of the Internal Revenue Code.
2. When the Weighted Guidelines Method for arriving at a profit/fee position is used for non-profit organizations, the contracting officer shall make the following adjustments:
a. The weight ranges for "Cost risk" (Item 14 on the DOT F 4220.32) shall be replaced with -1 to 0.
b. The Total Profit/Fee Objective (Item 20 on the DOT F 4220.32) shall be reduced by up to 1% for manufacturing type efforts and up to 3% for R&D or Services type efforts.
Commercial Organizations. (See (FAR) 48 C.F.R. 31.103)
I. CONTRACTOR EFFORT.
This factor takes into account what resources are necessary and what the contractor must do to meet the contract performance requirements. To evaluate and assign weight to this factor on the DOT F 4220.32, the cost content of the proposed contract must be analyzed in the following areas:
A. Matériel acquisition (e.g., subcontracted items, purchased parts, and other matériel).
1. Consider the managerial and technical efforts necessary for the prime contractor to administer subcontracts and select subcontractors, including efforts to break out subcontracts from sole sources through the introduction of competition.
2. Consider whether the contractor's purchasing program makes a substantial contribution to the performance of a contract through the use of subcontracting programs involving many sources; new complex components, systems, or subsystems; and close surveillance by the prime contractor.
B. Direct labor (e.g., engineering, service, manufacturing, and other labor).
1. Analysis of the various items of cost shall include evaluation of the comparative quality and level of the engineering talents, manufacturing and service skills, and experience to be employed. In evaluating labor for the purpose of assigning profit weights, consideration shall be given to the amount of notable scientific talent, unusual or scarce engineering talent needed, in contrast to journeyman engineering effort or supporting personnel. Higher weights are normally assigned to engineering, professional, or highly technical skill levels and lower weights to semiprofessional or other skill levels.
2. The variety of engineering, manufacturing and other types of labor skills required and the contractor's manpower resources for meeting these requirements shall be considered.
C. Overhead and general management (general and administrative (G&A)).
When analyzing overhead and G&A, consider the makeup of these expenses and how much they contribute to contract performance. If the contractor proposes a single indirect cost rate, the contracting officer shall breakout the composite rate or contact the auditor to determine what is in the overhead and G&A expense pools. This information will assist in determining the appropriate weights for overhead and G&A on the DOT F 4220.32.
D. Other costs.
Include all other direct costs associated with contractor performance under this item. This includes airfare, lodging, computer support, etc. The assignment of a weight on the DOT F 4220.32 for this factor shall be based on the nature of these costs and how much they contribute to contract performance.
II. CONTRACTOR RISK.
The degree of cost risk assumed by the contractor should influence the amount of profit/fee anticipated. Consider the following when determining a weight for cost risk:
A. Contract type.
The degree of cost risk is related to the selection of contract type. For example, if a portion of the risk has been shifted to the Government through cost-reimbursement, or other risk reducing measures, the weight assigned to this factor should be less than acquisitions where the contractor assumes most or all of the risk. This is particularly evident when using time-and-material and labor-hour contracts priced on a time and material basis. These contract types shall be considered to be cost-plus-fixed-fee contracts for the purpose of establishing a profit weight in the evaluation of the contractor's assumption of cost risk.
B. Subcontracting program.
The contractor's subcontracting program may have a significant impact on the contractor's acceptance of risk under a particular contract type. Analysis is necessary to determine if real cost risk has been transferred to a subcontractor. If this is the case, the contract cost risk weight assigned may be below the range that would normally be assigned.
C. Definitization.
For procurement actions that involve definitization of a letter contract, unpriced change orders, etc., where partial performance has occurred, evaluate the effect on total contract cost risk. If it is determined that the total amount of cost risk has been effectively reduced as a result of the partial performance, a lower weight may be appropriate. In addition, evaluate the type of work performed (e.g., complexity) and the type of work remaining to ensure an equitable weight assignment.
III. CAPITAL INVESTMENTS.
Form DOT F 4220.34, Contract Facilities Capital and Cost of Money, is used to determine the capital employed and cost of money amounts to be entered on the DOT F 4220.32.
A. Utilization.
To evaluate how facilities contribute to the profit objective requires knowledge of the level of facilities utilization needed for contract performance, the source and financing of the required facilities, and the overall cost effectiveness of the facilities offered. Contractors furnishing their own facilities that significantly contribute (as determined by the contracting officer) to lower total contract costs generally receive additional profit/fee. Conversely, contractors that rely on the Government to provide or finance needed facilities normally receive a correspondingly lower profit/fee. The following factors should also be considered:
1. The productivity improvements resulting from the facilities capital investment including the economic value of the facilities capital (e.g., physical age, undepreciated value, idleness, and expected contribution to future Government needs).
2. The degree to which the capital investment has direct, identifiable, and exceptional benefits to the Government, such as: new investments in state-of-the-art technology which reduce acquisition cost or yield other tangible benefits such as improved product quality or accelerated deliveries, or investment in new equipment for R&D applications.
B. New Investment.
To assist in evaluating new investment, the contracting officer should request the contractor to submit reasonable evidence that the new facilities investment will result in benefits to the Government.
IV. SPECIAL FACTORS.
A. Productivity.
The purpose of this factor is to recognize a prospective contractor's investment in modern cost-reducing facilities and other improvements in efficiency. This factor is applied when the acquisition is a follow-on manufacturing effort, actual cost data are available to establish a baseline, and changes in item configuration are not large enough to invalidate price comparability. The dollar amount inserted under the measurement base of the DOT F 4220.32 is based on the estimated cost reduction that can be attributed to productivity gains.
B. Independent development.
The purpose of this factor is to recognize independent research and development on the part of the prospective contractor pertaining to the end item being procured. To determine the appropriate weight to assign this factor on the DOT F 4220.32, it is important to evaluate whether the development cost was recovered directly or indirectly from Government sources. This factor is applied when the item is important to the advancement of the DOT mission and the prospective contractor demonstrates initiative in determining the need and application of the developed item.
C. Other.
1. Socioeconomic programs. This factor covers a number of special circumstances or particular acquisitions. It relates to the prospective contractor's participation in Federal socioeconomic programs. In addition to providing a reward for unusual initiative in supporting Government socioeconomic programs, failure or unwillingness on the part of the prospective contractor to support these programs should be viewed as evidence of poor performance for the purpose of establishing this profit/fee objective factor.
2.Performance. The purpose of this factor is to evaluate the prospective contractor's past and present performance in such areas as: product quality, meeting specifications and contract schedules (including the administrative aspects of performance), efficiency in cost control (including the need for and reasonableness of costs incurred) especially under cost reimbursement contracts, accuracy and reliability of previous cost estimates, timely processing of changes, standards of good workmanship, history for reasonable and cooperative behavior and commitment to customer satisfaction, and the prospective contractor's business-like concern for the interest of the customer.
(d)(2) The contracting officer has the authority to develop a clause to meet the requirements of the instant contract.
(d) The authority of the Head of the Contracting Activity (HCA) to approve the use of a fixed-price contract with retroactive price determination under (FAR) 48 C.F.R. 16.206-3(d) shall be retained at the HCA or higher level.
(b)(2) The procurement request initiator shall prepare a written statement outlining the basis and methodology for determining the estimated quantity under an indefinite-quantity contract and a requirements contract.
(d)(1) The Chief of the Contracting Office (COCO) is responsible for making the determination under (FAR) 48 C.F.R. 16.503(d)(1).
(d)(2) The COCO is responsible for making the determination under (FAR) 48 C.F.R. 16.503(d)(2).
(c)(2)(i)(A) The COCO is responsible for making the determination under (FAR) 48 C.F.R. 16.504(c)(2)(i)(A).
(c)(2)(i)(B) The COCO is responsible for making the determination under (FAR) 48 C.F.R. 16.504(c)(2)(i)(B).
(b)(5) The DOT Task and Delivery Order Ombudsman is the Director, Business Strategies Division (M-62) located in the Office of the Senior Procurement Executive (M-60).
(c)(2)(ii) The COCO is responsible for making the determination under (FAR) 48 C.F.R. 16.504(c)(2)(i).
(c)(3) The COCO is responsible for making the determination under (FAR) 48 C.F.R. 16.505(c)(3).
(c) Limitations. When making the required determination and findings, the contracting officer shall use a format substantially the same as the format found in Appendix A to this chapter.
When making the required determination and findings, the contracting officer shall use a format substantially the same as the format found in Appendix A to this chapter.
(c) The COCO is the approval authority under (FAR) 48 C.F.R. 16.603-2(c). See TAM 1243.70 for other requirements applicable to letter contracts as undefinitized contract actions.
The COCO is authorized to approve the use of a letter contract under (FAR) 48 C.F.R. 16.603-3.
(a) Requests for authority to issue a letter contract shall include as a minimum:
(1) the name and address of the proposed contractor;
(2) the location where the contract is to be performed;
(3) the contract number, including modification number, if applicable;
(4) a brief description of the work or services to be performed;
(5) the amount of the letter contract;
(6) the performance period or delivery schedule;
(7) the estimated total amount of the definitive contract;
(8) the type of definitive contract to be executed (firm-fixed-price, cost-plus-award-fee, etc.);
(9) a statement that the definitive contract will contain all required clauses or that deviations to the required clauses have been obtained;
(10) a statement as to the necessity and advantage to the Government of a letter contract and why no other contract type is suitable; and
(11) a statement as to the competition received pursuant to (FAR) 48 C.F.R. 16.603-3(b).
(b) Profit or fee under letter contracts shall not be paid until after definitization of the letter contract (see (TAR) 48 C.F.R. 1252.216-74).
(c) Letter contracts shall contain the appropriate sections of the uniform contract format as discussed (FAR) 48 C.F.R. 15.204-1 as practicable.
DETERMINATION AND FINDINGS
Authority to use a (specify Time and Materials,
or Labor Hour) contract
FINDINGS
1. The (specify OA and contracting office within the OA) of the Department of Transportation proposes to contract for (describe the supplies and/or services being procured and identify program/project, if applicable).
2. The estimated amount of the contract is $_________________.
3. (Explain why no other type of contract is suitable for procuring the supplies or services of the kind or quantity required without using the proposed type of contract.)
DETERMINATION
On the basis of the above findings, I hereby determine that no other type of contract other than a (specify a Time and Materials or Labor Hour contract) is suitable for this procurement.
______________________ |
_____________________________________ |
Date |
Signature of Approving Official |
(b) The authority to modify the requirements of (FAR) 48 C.F.R. 17.1 is considered a deviation under TAM 1201.470. See TAM 1201.470 for the approval authority.
(a) For all Operating Administrations (OAs), the Head of the Operating Administration (HOA) is the authority under (FAR) 48 C.F.R. 17.108 to give written notification of a proposed multi-year contract that includes a cancellation ceiling in excess of $10 million. This notification shall be coordinated with the Office of Budget and Program Performance (B-10). One copy of the notification is to be submitted to the Office of the Senior Procurement Executive.
(e) Total contract periods may exceed five years as approved by the Chief of the Contracting Office (COCO) on a case-by-case basis. This authority shall not be delegated.
(1) Situations that may warrant this approval include contracts with phase-in or phase-out requirements or when the requirement is known, stable, and recurring; and the price and availability in the commercial market place is expected to be relatively stable during the period of the contract.
(2) The COCO shall approve the solicitation before it is released and the decision shall be documented in the contract file. Documentation shall include rationale for why a period longer than five years is necessary and how the price risks normally associated with a long performance period were mitigated.
Leader company contracting shall not be used without the written authorization of the Senior Procurement Executive.
See TAM 1217.401.
Interagency and Intra-Agency Acquisitions under the Economy Act
(a) This subchapter establishes DOT policy and procedures that will assure the appropriate and consistent use of interagency and intra-agency acquisitions under the Economy Act (31 U.S.C. 1535) as prescribed by (FAR) 48 C.F.R. 17.5 .
(b) The provisions of this subchapter do not apply to:
(1) Interagency and intra-agency agreements authorized by separate statutory authority. For example, pursuant to 49 U.S.C. 328, the John A. Volpe National Transportation Systems Center (Volpe Center) has separate statutory authority that specifically authorizes agreements between the Volpe Center and other DOT operating administrations (OAs) and with other Federal agencies, State and local governments, public authorities, private organizations, and foreign countries;
(2) Supplies and services acquired from or through Government sources, as described in (FAR) 48 C.F.R. Part 8;
(3) Contracts with the Small Business Administration based upon Section 8(a) of the Small Business Act;
(4) Cooperative agreements, as described in DOT Order 4600.17A, Financial Assistance Management Requirements;
(5) Acquisitions using Government-wide acquisition contracts; and
(6) The Federal Aviation Administration when it is the requesting agency.
"Interagency Acquisition" means a procedure by which an OA obtains needed supplies or services from, or through, another Federal agency under the authority of the Economy Act in exchange for payment from available appropriated funds.
"Intra-agency Acquisition" means a procedure by which an OA obtains needed supplies or services from, or through, another OA under the authority of the Economy Act in exchange for payment from available appropriated funds.
"Interagency Agreement" means a legal instrument by which an OA obtains or provides needed supplies or services from, to, or through, another Federal agency under the authority of the Economy Act in exchange for payment from available appropriated funds.
"Intra-agency Agreement" means a legal instrument by which an OA obtains or provides needed supplies or services from, to, or through, another OA under the authority of the Economy Act in exchange for payment from available appropriated funds.
"Memorandum of Agreement (MOA)," for the purposes of this subchapter, means the format used to prepare the interagency or intra-agency agreement. See Sample Format, Memorandum of Agreement.
"Military Interdepartmental Procurement Requests (MIPR)" (DD Form 448)” means a type of interagency agreement used to place orders for supplies and non-personal services with a military department under the authority of the Economy Act.
"Requesting Agency" means the Federal agency that requires the supplies or services and obligates the funds to pay for the cost of performance.
"Servicing Agency" means the Federal agency that provides the supplies or performs the services, directly or indirectly, and will receive funds as payment for the cost of performance.
(a) Policy.
(1) Except as provided in (FAR) 48 C.F.R. 7.3, it is the policy of DOT not to place Federal agencies in direct competition with commercial sources.
(2) DOT policy requires that interagency and intra-agency agreements be written to ensure that the obligation of fiscal year funds is valid, that the servicing agency is authorized to provide the stated goods or services, that the stated requirements are consistent with DOT's mission responsibilities, and that each agreement complies with applicable laws and regulations.
(b) Applicability. The provisions of this subchapter apply to interagency and intra-agency acquisitions and other agreements executed under the Economy Act.
(c) Appropriations Principles.
(1) The appropriated funds used to pay for goods or services by means of an Economy Act transaction:
(i) Must meet an existing bona fide need of the fiscal year in which goods or services are acquired;
(ii) Must be for an authorized purpose of the appropriated funds used to pay for the goods and services, and
(iii) Must be properly obligated before the expiration of available funds.
(2) In order to record a valid obligation of appropriations, an interagency or intra-agency agreement must satisfy 31 U.S.C. 1501 that requires that an obligation recorded by the United States must be supported by documentary evidence.
(3) The Economy Act (31 U.S.C. 1535) authorizes interagency and intra-agency acquisitions, and provides for payment in advance, as well as payment to the appropriation account to which the performance costs have been charged. The Economy Act further authorizes the servicing agency, as an alternative to fulfilling the requirement through internal resources, to obtain the needed supplies or services by contract. An Economy Act acquisition shall not be used to circumvent the competition requirements prescribed in (FAR) 48 C.F.R. Part 6.
(4) An agreement executed under the Economy Act is recorded as an obligation by the requesting agency in the same fashion as an obligation under a contract. However, under the Economy Act, the obligated appropriations must be de-obligated upon expiration of the funds to the extent that the servicing agency has not recorded an obligation for costs under the agreement. This de-obligation requirement is applicable to annual and multiple-year appropriations; it is not applicable to no-year appropriations. Often agreements are in the form of a MIPR (for the Department of Defense) or an MOA.
(5) Interagency or intra-agency acquisitions permitted by separate statutory authority may not use the Economy Act. Interagency or intra-agency acquisitions under separate statutory authority must be executed according to the requirements and restrictions of the applicable statute. Further, interagency or intra-agency acquisitions permitted by separate statutory authority:
(i) Shall not use the advance payment provision of the Economy Act. Advance payment is allowable only if the statute cited as the authority for the agreement specifically permits an advance payment; otherwise, payment is tendered upon acceptance of goods and services.
(ii) Shall not use the provision of the Economy Act that permits the servicing agency to obtain the needed supplies or services by contract. The statute cited as the authority must allow the servicing agency to acquire goods or services by contract. Also, the statute must not specifically prohibit the servicing agency from fulfilling the requirement by contract. If such a prohibition exists, the servicing agency may only use internal resources to fulfill the requirement.
(iii) Shall not use the de-obligation provisions required by the Economy Act. In this situation, the obligation will remain available for payment, regardless of when performance occurs, in the same manner as a contract obligation or as allowed or required by the statutory authority used for the transaction.
(6) Within DOT, OAs may have statutory authority available for entering into interagency and intra-agency agreements. Each OA shall be responsible for identifying that authority, as well as determining whether the use of advance payments is allowable and whether the servicing agency may use contractors to fulfill the requiring agency’s needs. (See 1217.502(d).)
(d) Interagency and Intra-agency Agreement Content Requirements. DOT OAs shall use the MOA format (see Sample Format, Memorandum of Agreement) for interagency and intra-agency agreements pursuant to the Economy Act unless another format is specifically prescribed by the servicing agency and the elements required by the Economy Act are addressed. A uniform format insures that all the requirements necessary to execute an acquisition under the Economy Act are satisfied. OA interagency or intra-agency agreements and the contracts or orders placed against them shall, as a minimum, include the following elements:
(1) Authority for the action (e.g., statute);
(2) Background;
(3) Purpose;
(4) Financial information;
(5) Period of performance;
(6) Responsibilities;
(7) OA specific requirements including: designated offices to receive any required deliverables, billings and process payments; and any OA-unique terms or conditions and requirements necessary to ensure compliance with applicable OA-unique statutes and regulations;
(8) Modification or Termination.
(9) A reference number assigned by each of the parties. Such numbers shall be assigned in accordance with the existing procedures established by the respective organizations.
The determination and finding (D&F) shall be prepared in substantially the same format as shown in Appendix A.
(a) DOT interagency and intra-agency agreement processing requests shall be submitted on Form DOT 4200.1, Procurement Request, to the procurement office serving the requiring office. Whenever an OA is the servicing agency, they shall request documentation from the requesting agency that evidences compliance with the Economy Act.
(b) The Procurement Request (PR) shall state whether the work is to be performed by an OA, a Federal agency other than DOT, or through one of these entities by a contractor.
(c) When the Economy Act is used as the authority for an interagency or intra-agency acquisition, the requiring office shall submit with their request documentation supporting the conclusion that it is more convenient or economical to obtain the required supplies or services through the proposed interagency or intra-agency agreement, rather than by direct contract with a commercial concern. Current market prices or recent procurement prices may be used in this process.
(d) Orders placed under interagency or intra-agency agreements may take any form that is legally sufficient and reflects the agreement of the parties.
(e) The contracting officer shall ensure compliance with the ordering procedures and payment provisions prescribed in (FAR) 48 C.F.R. 17.504 and 17.505, and shall ensure the additional provisions at TAM 1217.502 are in interagency and intra-agency agreements or orders placed against them.
(f) Modifications to existing interagency agreements and intra-agency agreements may be accomplished through the use of a SF 30, Amendment of Solicitation/Modification of Contract, or through any other format acceptable to the parties. Regardless of the format used, these modifications require the approval of the contracting officer.
An OA contracting officer shall sign all interagency or intra-agency agreements or modifications executed under the Economy Act, or orders placed against the agreements and that will result in a procurement action by the requesting or servicing agency. The contracting officer's warrant authority shall be equal to or greater than the dollar amount of the agreement.
Legal counsel review is strongly recommended for interagency and intra-agency agreements under the Economy Act that are over the simplified acquisition threshold especially complex agreements. This review is to be completed before execution of the agreement.
(a) Economy Act transactions executed within the Office of the Secretary should be reviewed by the Office of the General Counsel (C-10).
(b) Economy Act transactions to be executed by OAs other than the Office of the Secretary should be submitted to their Chief Counsel’s Office.
(a) The authority of the agency head to authorize contracting officers to enter into or renew any management and operating contract under (FAR) 48 C.F.R. 17.602(a) is retained by the Secretary.
Appendix I, Administrative Requirements for Other Transactions, to DOT Order 4600.17 series, Financial Assistance Management Requirements, provides policy guidance for the use of the "other transactions" authority received under TEA-21.
DEPARTMENT OF TRANSPORTATION
Name of Operating Administration
DETERMINATION AND FINDINGS
Findings
1. The proposed (enter Interagency Agreement or Intra-agency Agreement) with (name of agency) is to obtain (description and purpose of supplies or services required).
2. It is more economical or convenient to obtain the required supplies or services through the proposed Agreement rather than by direct contract with a commercial concern because (state rationale).
3. Legal authority for the acquisition otherwise exists.
4. The action does not conflict with any other agency's authority or responsibility.
5. The acquisition involves the use of a commercial or industrial activity operated by the servicing agency, and conforms to the requirements of (FAR) 48 CFR Subpart 7.3. (Include only if applicable: This finding is applicable if the servicing agency operates a commercial or industrial activity using Government personnel. In order to conform to the requirements of (FAR) 48 CFR Subpart 7.3, the servicing agency must operate the activity as the result of an A-76 review process, or the activity must be scheduled for A-76 review.)
Determination
Based upon these findings, I hereby determine that it is in the Government's interest to obtain the required supplies/services from another (enter Federal agency or DOT agency), as authorized by the Economy Act (31 U.S.C. 1535).
__________________ |
________________________________ |
Date |
Contracting Officer |
RESERVED
(c) The Head of the Contracting Activity (HCA) is responsible for effectively implementing the small business program within their Operating Administration (OA). This responsibility may not be delegated.
(d)(2) The authority of the agency head to appoint the Director of Small and Disadvantaged Business Utilization may not bedelegated.
(d)(8) The HCA acting on behalf of the Director, Office of Small and Disadvantaged Business Utilization (OSDBU) is authorized to assign a small business technical advisor to each contracting office where the Small Business Administration (SBA) has assigned an SBA procurement center representative (PCR). The Director, OSDBU shall concur in the assignment of all small business technical advisors.
(d)(10) Each OA Small Business Specialist (SBS) acting on behalf of the OSDBU shall recommend that a suitable requirement be awarded as a small business set-aside (FAR) 48 C.F.R. 19.5; as a Section 8(a) set-aside (FAR) 48 C.F.R. 19.8; or as a HUBZone set-aside (FAR) 48 C.F.R. 19.13.
(e) Each OA Small Business Specialist shall be appointed, in writing, by the responsible HCA. A copy of the appointment shall be provided to the OSDBU. The responsibilities of the SBS include:
(1) Ensures that all small businesses are given an equal opportunity to compete for DOT acquisitions.
(2) Assist contracting officers in locating small businesses to participate in DOT acquisitions.
(3) Assist the Director, OSDBU in carrying out the purpose of the Small Business Act, particularly Sections 8 and 15, and 31 (15 U.S.C. § 637, 644 and 657a).
(4) Cooperate with the SBA PCR in carrying out their assignments and responsibilities as related to DOT acquisitions.
(5) Advise small businesses of all known financial assistance available to them under existing laws and regulations and assist them in applying for financial assistance;
(6) Participate in the evaluation of prime contractor's small business subcontracting programs;
(7) Assure that records are maintained and accurate reports prepared concerning small business participation in acquisition programs;
(8) Act as liaison with the appropriate SBA office or representative in connection with set-asides, certificates of competency, size classification, and any other matter concerning the small business programs; and
(9) Participate in business opportunity, Federal procurement and other Government-industry conferences and meetings as required.
(10) Unless the acquisition(s) is entirely set-aside for small business, review acquisition plan (AP) or strategy in accordance with (FAR) 48 C.F.R. 7.104(d) and TAM 1207.171.
(11) Submit a quarterly report to the Director, OSDBU identifying the number of 8(a) awards made under the SBA Partnership Agreement (PA).
(f)(1) The Director, OSDBU is the agency designee responsible for making the determination under (FAR) 48 C.F.R. 19.201(f)(1). The HCA shall notify the OSDBU when it is believed or if it receives public notification of undue burden on the information required by (FAR) 48 C.F.R. 19.201(f)(1)(i) through (v). The Federal Procurement Data System (FPDS) may be used to assist in making the determination of burden. The HCA or designee is encouraged to discuss specific situations of burden with the OSDBU prior to submitting a formal notice to the OSDBU.
(a) An SBA PCR is located in the OSDBU and serves as the PCR for each contracting office located at or assigned to the OA Headquarters in the Washington, DC -Metropolitan Area.
(b) An SBA PCR is also located at the following DOT contracting offices:
(1) Federal Highway Administration contracting office located in Denver, CO.
(2) Volpe National Transportation Systems located at the SBA office in Augusta, ME.
Any requirement which has previously been procured under a small business (SB) set-aside program (e.g., 8(a), HUBZone, Small Disadvantaged Veteran Owned SB) and is now proposed not to be set-aside requires concurrence by the PCR and approval of the Director, OSDBU on DOT F 4250.1, Small Business Program Review Form. The approval shall be obtained prior to any public notice or solicitation of the requirement.
(e) The contracting officer shall provide a copy of the proposed AP package to the SBA PCR at least 30 days before a solicitation is issued when the requirements at (FAR) 48 C.F.R. 19.202-1(e) apply.
(a) Requirement. Title V, Contract Planning, Goal Setting and Reviews of Pub. L. 100-656, requires each agency to prepare a procurement forecast for the next and succeeding fiscal years. The forecast must be also updated within the year. The procurement forecast can be used to satisfy the requirements of (FAR) 48 C.F.R. 7 for acquisition planning when authorized under TAM 1207.103.
(b) Purpose. The purpose of the procurement forecast is to make available to small businesses, those expected contract opportunities that small business concerns, including those owned and controlled by socially and economically disadvantaged individuals, are capable of performing. The following requirements apply:
(1) Responsibility. The Head of the Operating Administration (HOA) or designee shall ensure that forecasts and any updates are prepared for expected contract opportunities valued over $100,000. The procurement forecast may be prepared manually using DOT Form F 4220.12 or can be submitted electronically in accordance with instructions on the OSDBU web page which is available via the internet at http://osdbu.dot.gov/osdbu_services/Procurement/forecast.cfm.
(2) Preparation and approval. The forecast shall be prepared and approved the year preceding the fiscal year in which the procurement action will be initiated. The initial forecast shall be approved by the OA approving official no later than September 1 and submitted to the OSDBU by September 15. Updates shall occur quarterly, and be provided to the OSDBU by the 15th of the month following the end of the quarter. A written negative response (electronic or hardcopy) is required when neither an initial forecast nor update is contemplated for the period.
(c) Exceptions. The following proposed procurement actions should not be included in the forecast:
(1) Actions proposed under inter and intra agency agreements for work to be performed by Government employees;
(2) General Working Agreements and supporting project plan agreements between RITA/Volpe National Transportation Systems Center and DOT OAs;
(3) Actions conducted under the Small Business Innovative Research Program; and
(4) Actions that will not be available for competition, such as Congressionally earmarked sources of supply, task order requirements to existing IDIQ contracts, and justifiable non-competitive actions known in advance.
(d) Reporting. The OSDBU will provide the initial forecast and any updates to it to the Administrator of the Small Business Administration and to small businesses as required by Pub.L 100-656.
(b) On a monthly basis, the OSDBU extracts contract award data from the Federal Procurement Data System (FPDS) at www.fpds-ng.gov. The data is used by OSDBU and the OAs to measure small business participation. OSDBU is responsible for furnishing end of the fiscal year data to SBA.
(d) The assigned SBS shall review each procurement request (PR) exceeding the simplified acquisition threshold before it is synopsized. PRs that must be reviewed include orders placed under Federal Supply Schedule (FSS) contracts, task or delivery orders awarded under Government-wide Acquisition Contracts (GWAC) or non-DOT Multi-agency Contracts (MAC) using the DOT Form 4250.1. This review shall identify the possibility of a small business set-aside recommendation or a proposed bundled contract action. Disagreements between the contracting officer and the SBS will be resolved by the Chief of the Contracting Office (COCO), and the OSDBU, if necessary. Disagreements pertaining to PRs that include proposed bundled requirements will be resolved in accordance with TAM 1207.104-70.
(a) The CO along with the SBS and program official shall jointly complete the Small Business Program Review Form 4250.1 in accordance with the form instructions. Approval or concurrence shall take place in the following order:
(1) Set Aside Recommendation. |
|
IF … |
THEN … |
i. IF the contracting officer recommends that the acquisition be set-aside, |
THEN, the SBS is authorized to approve the form. |
ii. IF the contracting officer does not recommend that the acquisition be set-aside OR recommends that the acquisition be removed from a set-aside program, or proposes to bundle a requirement, |
THEN, the SBS must review the recommendation and determine whether or not to concur and the form shall be forwarded to the SBA PCR for review and action. |
iii. IF the SBA PCR does not concur with the CO / SBS recommendation, |
THEN, the form must be forwarded to the OSDBU for approval. However every effort should be made to reach a solution prior to involving the agency OSDBU. |
iv. IF, the PCR’s recommendation is not accepted by the CO/SBS and OSDBU |
THEN, the PCR may appeal the decision per (FAR) 48 C.F.R. 19.505. |
(2) Bundled Acquisitions. |
|
IF … |
THEN … |
i. IF either the SBS or PCR determines that bundling is necessary and justified, but does not meet the measurable substantial benefits at (FAR) 48 C.F.R. 7.107(b)(1) and (2) |
THEN, the OSDBU’s signature is required for concurrence in the proposed bundled acquisition, and the Deputy Secretary must approve the action IAW (FAR) 48 C.F.R. 7.107(c). |
ii. IF an acquisition strategy involves contract bundling that is unnecessary, unjustified or unidentified as bundled in accordance with (FAR) 48 C.F.R. 7.104(d)(1). |
THEN, the SBS must notify the agency OSDBU. |
(c) When a reviewer at any level, does not concur with another official’s determination, the recommendation shall be justified in writing.
(a)(5) The COCO authorized to make the determination under (FAR) 48 C.F.R. 19.502-3(a)(5). The determination shall be made on a case-by-case basis.
(b) The COCO is authorized to render a written decision under (FAR) 48 C.F.R. 19.505(b) on the SBA procurement center representative’s appeal.
(d) The COCO shall forward the justification that upheld the contracting officer’s decision through the HCA to the Deputy Secretary (S-2).
(b) The COCO is responsible for resolving disagreements between the contracting officer and the OA SBS.
(a)(2) The contracting officer shall forward a copy of the notice of nonresponsibility determination sent to SBA to the OSDBU.
(a) Certificate of Competencies (COCs) valued between $100,000 and $25,000,000.
(1) When the contracting officer and SBA cannot resolve disagreements regarding an SBA COC, the contracting officer shall discuss the differences of opinion with the COCO, OA SBS and the OSDBU. If the contracting officer's determination of non-responsibility remains unchanged after the discussions, the contracting officer shall proceed in accordance with (FAR) 48 C.F.R. 19.602-3.
(2) The COCO is authorized to receive SBA Headquarters’ notice of a COC case file. A copy of the notice must be provided to the DOT OSDBU.
(3) The COCO is authorized to notify SBA Headquarters that the agency intends to appeal to the issuance of the COC. A copy of the notice of appeal must be provided to the DOT OSDBU.
Contractors must comply with the requirements of 15 U.S.C. 637 as implemented by (FAR) 48 C.F.R. 52.219-9, and as shown in Chapter 1204, Appendix A.
A copy of the determination that there are no subcontracting opportunities (see (FAR) 48 C.F.R. 19.705-2(c)) shall be provided to the Director, OSDBU.
The contracting officer shall allow the SBA's resident PCR and the OSDBU five (5) days for a concurrent review of any solicitation requiring a subcontracting plan and to submission of advisory comments before the solicitation is issued. Failure of the PCR or OSDBU to submit comments within the time allotted will not delay issuance of the solicitation.
(a)(3) The contracting officer shall forward a copy of the proposed contract (including the subcontracting plan and documentation) to the SBA resident PCR and OSDBU concurrently, allowing five (5) days for their review and submission of advisory comments. Failure of the PCR or OSDBU to submit comments within the five (5) day period shall not delay award.
A copy of the approved small business subcontracting plan shall be provided to the Director, OSDBU within seven (7) days of contract award.
(f) The DOT and the SBA signed a Memorandum of Understanding (MOU) dated January 17, 1997, as amended, giving the HCA of each OA within the DOT, authority to contract directly with program participants under Section (8a) of the Small Business Act. The MOU was superseded by the current Partnership Agreement (PA) between the DOT and the SBA, dated September 27, 2000 . The PA expired on June 30, 2003 , and has since been extended indefinitely until a new agreement is signed by the agencies. Unless otherwise specified by the HCA, agency COs are authorized to contract directly with firms under the SBA 8(a) Program on behalf of the SBA.
The SBS shall provide a quarterly report to the Director, OSDBU on the number of direct 8(a) awards issued under the DOT/SBA Partnership Agreement. The report is due on the 15th of October, January, April and July.
Contracting officers may use the simplified acquisition procedures at (FAR) 48 C.F.R. 13 to issue purchase orders or contracts not exceeding $100,000, to 8(a) participants. Contracting officers must also follow the procedures set forth in the DOT/SBA PA Section IV a3(c) and IV b when using simplified acquisition procedures.
(a) When applicable, this notification must identify that the offering is in accordance with the PA identified in TAM 1219.800.
(d)(2) The HCA is authorized to issue a determination on SBA’s appeal of the contracting officer’s determination of the NAICS code designation.
Contracting officers shall follow the procedures set forth in the PA Section IV(a)(b) when offering a potential 8(a)requirement to SBA for acceptance.
Contracting officers shall follow the procedures set forth in the PA Section IV (a)(b) when submitting an offering letter for a competitive 8(a) procurement to SBA for acceptance.
(a) When required by (FAR) 48 C.F.R. Part 15.4, the contracting officer shall obtain certified cost and pricing data directly from the 8(a) contractor if the contract is being awarded under the PA cited in TAM 1219.800.
If the acquisition is being conducted under the PA cited in TAM 1219.800, the following procedures shall apply:
(a) The 8(a) contractor is responsible for negotiating with the OA within the time established by the OA. If the 8(a) contractor does not negotiate within the established time and the OA cannot allow additional time, the OA may, after notification and approval by SBA, proceed with the acquisition from other sources.
(b) The OA contracting officer is authorized to negotiate directly with the 8(a) firm; however, if requested by the 8(a) firm, the SBA may participate in negotiations.
The Deputy Secretary (S-2) is authorized to render decisions on SBA appeals in accordance with (FAR) 48 C.F.R. 19.810.
(a) The contract to be awarded must be prepared in accordance with the current PA.
(d) The award should be prepared in accordance with DOT’s normal contracting procedures except for the following:
(1) The award form shall cite 41 U.S.C. 253(c)(5) and 15 U.S.C.637(a) as the authority for use of other than full and open competition.
(2) Include the appropriate clauses at (TAR) 48 C.F.R. 1252.219-71, and 1252.219-72 which allow for direct award to the 8(a) contractor under the authority of the PA.
(3) A single award document shall be used between the OA and the 8(a) contractor. As such, a single signature by the agency’s contracting officer who is identified as having concurrent authority under the PA cited in (FAR) 48 C.F.R. 19.800 to enter into 8(a) contracts will suffice (i.e., an SBA signature will not be required). The 8(a) contractor’s signature shall be placed on the award document as the prime contractor. The 8(a) contractor’s name and address shall be placed in the “awarded to” or “contractor name” block on the appropriate form(s).
(a) Competitive 8(a) awards shall be prepared in accordance with the same standards in TAM 1219.811-1.
(b) The process for obtaining signatures shall be as specified in TAM 1219.811-1(d).
The contracting officer shall ensure that all proposed joint ventures involving 8(a) participants are approved by SBA before contracts are awarded.
(d) The COCO is authorized to either confirm or withdraw the contracting officer's request to SBA to waive the requirement for contract termination.
(c) The DOT OSDBU negotiates the targeted industry categories with the SBA. Contracting officers must follow instructions and guidance issued by the OSDBU, unless such instructions violate Federal acquisition regulations or statutory requirements.
(a) On December 15, 2000, Congress reauthorized the program by P.L. 106-554 as the Small Business Innovation Research Program Reauthorization Act of 2000. Section 103 of the Act extended the program until September 30, 2008. The Small Business Innovation Research program established under the Small Business Innovation Development Act of 1982, and reauthorized by the Small Business Research and Development Enhancement Act of 1992 seeks to encourage the initiative of the private sector and to use small businesses as effectively as possible in meeting Federal research and development objectives. Each agency is required to set aside a percentage of their budget for a Small Business Innovation Research Program (SBIR). To comply with obligations of the Act, a DOT Small Business Innovation Research Program was established to conform to these public laws and to guidelines and regulations of the Small Business Administration. By memorandum dated November 5, 1982, the Secretary delegated to the Volpe National Transportation Systems Center, the overall responsibility for coordinating and implementing the DOT SBIR.
(b) Annually, DOT solicits from small businesses, innovative research proposals that address high priority requirements of the DOT and have potential for commercialization. The DOT SBIR Program is a three-phase process:
(1) Phase I is the conduct of feasibility-related experimental or theoretical research or Research and Development (R&D) efforts on specified research topics. The dollar value of the proposal should not exceed $100,000 and the period of performance may be up to six months. The primary basis for award will be the scientific and technical merit of the proposal and its relevance to DOT requirements. Only awardees in Phase I are eligible to participate in Phase II.
(2) Phase II is the principal research or R&D effort having a period of performance of approximately two years with a dollar value of up to $750,000. Phase II proposals under the SBIR Program are accepted only from firms which have previously received a DOT Phase I award. Awards would be based upon the results achieved in Phase I, the technical merit of the Phase II proposals, potential for commercialization and commitment for follow-on funding from non-federal sources for Phase III.
(3) Phase III is to be conducted by the small business with nonFederal funds to pursue commercial applications of the research or R&D funded in Phases I and II by DOT. Phase III may also involve follow-on non-SBIR funded contracts with components of DOT for products or processes for use by the Government.
(c) Pursuant to 15 U.S.C. 638(m), the authority to carry out the Small Business Innovation Research Program expires on September 30, 2008 unless the program is reauthorized by subsequent legislation.
To be eligible under the DOT SBIR Program, the firm must qualify as a small business having less than 500 employees; the primary employment of the principal investigator must be with the proposing firm at the time of award and during the proposed research effort; and, the research or R&D work must be performed in the United States, including its territories and possessions. Questions regarding the DOT SBIR Program should be addressed to the following:
|
DOT/SBIR Program Office, DTS-22 |
For the purpose of DOT, the term "contracting agency," appearing in (FAR) 48 C.F.R. Part 22, means the Operating Administration (OA).
(e) The authority of the Head of the Contracting Activity (HCA) under (FAR) 48 CFR 22.101-1(e) to designate programs or requirements for which it is necessary that contractors be required to notify the Government of actual or potential labor disputes that are delaying or threaten to delay the timely contract performance is retained by the HCA.
(a) The labor coordinator for the DOT is under the auspices of the Office of General Counsel (C-10), Office of the Secretary, Washington, DC.
(b) Each OA may appoint a labor advisor at the Headquarters level. If one is appointed, the OAs shall advise, in writing, the contracting offices for which they are responsible of the appointment. The labor advisor will be responsible for coordinating with and/or obtaining advice from the DOT labor coordinator on contracting matters of a severe nature when deemed appropriate or as may be required by this chapter.
(a) Contracting officers shall report to their labor advisor, or the DOT labor coordinator if an OA labor advisor does not exist, any potential or actual labor disputes, such as strikes, that may have a serious impact on the Department's programs. The following information shall be provided to the advisor/coordinator:
(1) The contractor's and, if applicable, subcontractor's name, address, contract number, and the contractor's point of contact at the contractor's plant or the place where work is being performed such as a construction site;
(2) The date the strike began or will begin;
(3) The urgency or critical nature of the affected contract, and whether another source can perform the contract;
(4) Name, address, and telephone number of the local union and union representative(s);
(5) An assessment of the strike with regard to settlement of the issues;
(6) Number of employees affected by the strike; and
(7) The extent, if any, of participation by a federal or state mediation agency.
(b) The contracting officer shall advise, as applicable, the responsible OA labor advisor or DOT labor coordinator when the strike is terminated and the work has resumed under the contract.
(a) The contracting officer shall make the determination under (FAR) 48 C.F.R. 22.101-4 according to the requirements contained therein. If the contracting officer decides to remove items or materials from the contractor's/ subcontractor's facility, the contracting officer shall follow the below procedures:
(1) Contact the OA's labor advisor or DOT labor coordinator and apprise that person of the decision;
(2) Obtain a list of the contracts the contractor has with other Government agencies or DOT OAs. If contracts of the agency or OA are or may become involved in the removal of items, advise the applicable contracting office of the decision to remove items; and
(3) Unless otherwise advised by the labor advisor or labor coordinator, submit a written request for removal of items to the contractor and the union representative. The request shall include the following:
(i) A statement of the urgency or criticality of the items or materials;
(ii) A full description of the items including color, weight, dimensions, etc., quantity, the contract/subcontract number, the contract line item number, etc.; and
(iii) A decision on whether Government or contractor/subcontractors personnel will remove the items from the location, the mode of transportation and destination, and whether the delivery terms will not be the same as those in the contract.
(b) If the contractor or subcontractor and union representative grant the request for removal of items and Government personnel will remove the items, extreme care must be taken to avoid the use or appearance of force and prevent incidents that might detrimentally affect labor-management relations.
(c) If a negative response is received from the contractor, subcontractor, or union representative and the items are still critical, the contracting officer shall seek advice from the Chief of the Contracting Office (COCO) and the DOT labor coordinator on the next action to be taken. It may also become necessary to seek advice or assistance from the National Office of the Federal Mediation and Conciliation Service, 2100 K Street, N.W., Washington, DC, 20006, or other mediation agency.
(a) An official at least one supervisory level above the contracting officer is authorized to sign the Determination & Findings (D&F) required by (FAR) 48 C.F.R. 22.103-4 unless a higher level is specified in OA procedures. The D&F shall be written in the format of Appendix A, and placed in the contract file.
(c)(1) The contracting officer is authorized to reduce the amount of liquidated damages assessed for liquidated damages of $500 or less.
(c)(2) The contracting officer is the individual authorized to release the contractor or subcontractor from the liability for liquidated damages of $500 or less.
(c)(3) The contracting officer is the individual authorized to recommend that the Secretary of Labor reduce or waive liquidated damages over $500.
(d) The contracting officer is authorized to take the actions under (FAR) 48 C.F.R. 22.302(d). If the contractor is entitled to any remaining assessments, the contracting officer shall instruct the finance office to disburse the contractor the amount due. If the Government is entitled to retain funds, the contracting officer shall dispose of the funds in accordance with the instructions of the responsible finance office. The contractor shall be provided with a written decision on the disposition of funds withheld and the basis for the decision.
(a)(2) Wage determinations are available via the Internet at: www.wdol.gov.
(b)(6) The contracting officer is authorized to request an extension of the 90-day period from the Administrator, Wage and Hour Division.
The contracting officer shall mail a copy of Department of Labor (DOL) Publication WH-1321 along with the executed copy of the contract to the contractor. Copies of the poster may be obtained by writing to the Department of Labor, 200 Constitution Avenue, N.W., Washington, DC, 20210, Attn: Wage and Hour-ESA Forms and Publications, Room S-3028. The poster is also available via the Internet at http://www.dol.gov/esa/ or by calling 1-866-4-USA-DOL.
(b) The contracting officer shall submit the information required by (FAR) 48 C.F.R. 22.406-2(b)(2) to the Administrator, Wage and Hour Division, DOL. The contracting officer shall advise interested parties of DOL's determination within ten working days after receipt of the determination.
(d) Contracting officer's report. The contracting officer shall submit the report required under (FAR) 48 C.F.R. 22.406-8(b) to the COCO. The contracting officer shall use Form DOT F 4220.8, Summary of Underpayments, to support the total number of employees cited on Standard Form (SF) 1446, Labor Standards Investigation Summary Sheet.
(c) Disposition of contract payments withheld or suspended.
(4) Liquidated damages. If the contractor is entitled to funds withheld or collected for liquidated damages, the contracting officer shall instruct the finance office to pay the contractor the amount due. If the Government is entitled to retain funds, the contracting officer shall dispose of the funds in accordance with the instructions of the responsible finance office. The contractor shall be provided with a written decision on the disposition of the funds withheld and the basis for the decision.
(a) The Headquarters of each DOT OA shall submit the semiannual report by April 25 and October 25 of each calendar year by email to dws@fenix2.dol-esa.gov or by mail to Wage and Hour Division, Office of Enforcement Policy, Government Contracts Team, Room S3018, 200 Constitution Avenue, NW Washington DC 20210. Negative responses are not required.
(b) An original and one copy of each report shall be submitted in the Appendix B format, in accordance with the instructions therein.
(b)(1) The HCA is authorized to request specific exemptions under (FAR) 48 C.F.R. 22.604-2(b)(1). The Senior Procurement Executive (SPE) is authorized to request class exemptions under (FAR) 48 C.F.R. 22.604-2(b)(1).
(a) Award. The contracting officer shall mail a copy of DOL Publication WH-1313 along with the executed copy of the contract to the contractor. Copies of the poster may be obtained by writing to the Department of Labor, 200 Constitution Avenue, NW, Washington, DC 20210, ATTN: Wage and Hour-ESA Forms and Publications, Room S-3028. The poster is also available via the Internet at http://www.dol.gov/esa/ or by calling 1-866-4-USA-DOL.
(b) Breach of stipulation. Unless otherwise specified by OA procedures, the contracting officer shall submit written notice of any violations to the applicable DOL region.
(c) The HOA is the individual responsible for ensuring that the requirements of (FAR) 48 C.F.R. 22.8 are carried out within the agency, and for cooperating with and assisting the Office of Federal Contract Compliance (OFCCP) in fulfilling its responsibilities.
(d) The contracting officer shall obtain the assistance of the OA's local legal counsel on matters concerning the applicability of Executive Order (E.O.) 11246. If further assistance is needed, the matter shall be referred to the Deputy Assistant Secretary, Department of Labor in accordance with OA procedures.
(b) From time to time, the OFCCP, DOL publishes goals and timetables for minority and female utilization in the construction industry in the Federal Register. This is based on appropriate workforce, demographic or other relevant data which covers construction projects or contracts performed in specific geographical areas. The goals are applicable to each construction trade in a covered contractor's or subcontractor's entire workforce which is working in the area covered by the goals and timetables. A copy of the latest goals and timetables may be obtained from M-60.
(a) Preaward clearances for contracts and subcontracts of $10 million or more (excluding construction).
(1) Contracting officers may conduct an initial search of a contractor's compliance records via the Internet at: http://www.dol-esa.gov/preaward/.
(6) The contracting officer shall prepare a letter request in substantially the same format as Appendix D, in strict accordance with the instructions of the appendix, to prevent premature disclosure of the proposed contractor, subcontractor, if any, and the amount of the award. Since the OFCCP conducts the compliance review at the primary point of production of each contractor and first-tier subcontractor, contracting officers shall request the clearance from the OFCCP regional office which has jurisdiction over the contractor and subcontractor.
(7) The 15 and 20-day preaward clearance requirement timeframes under (FAR) 48 C.F.R. 22.805(a)(7) shall be included in the acquisition cycle milestone planning.
(b) Furnishing posters. The contracting officer may request copies of the poster titled "Equal Employment Opportunity is the Law, Discrimination is Prohibited" via telephone by calling 1-866-4-USA-DOL. The poster is also available via the Internet http://www.dol.gov/esa/.
(a)(1) The HCA is authorized to determine that a contract is essential to the national security and that the award of the contract without complying with one or more of the requirements of (FAR) 48 C.F.R. 22.8 is necessary to the national security.
(a)(2) For a request for exemption under (FAR) 48 C.F.R. 22.807(a)(2), the signatory authority is the SPE; and
(b)(5) For a request for exemption under (FAR) 48 C.F.R. 22.807(b)(5), the signatory authority is the HCA.
(c) The contracting officer shall prepare a D&F setting forth clear and convincing reasons why an exemption was necessary under (FAR) 48 C.F.R. 22.807(a)(1) or will be necessary under (FAR) 48 C.F.R. 22.807(a)(2) or (b)(5). The D&F shall be in substantially the same format as Appendix A. The notification to the Deputy Assistant Secretary, OFCCP, as required by (FAR) 48 C.F.R. 22.807(a)(1), or the request to the Deputy Assistant Secretary, OFCCP, for an exemption under (FAR) 48 C.F.R. 22.807(a)(2) or (b)(5), shall be submitted through the OA's channels to the above signatory authorities.
(a) The contracting officer shall submit requests for limitations, variances, tolerances, and exemptions under (FAR) 48 C.F.R. Subpart 22.10, to the Wage and Hour Administrator via the OA labor advisor (if any). Also, see TAM 1222.1021 for additional procedures concerning rate variances.
Contracting officers may request written or oral advice from the OA labor advisor or the DOT labor coordinator; requests to the Administrator, Wage and Hour Division, shall be in writing.
The Wage and Hour Division's "Service Contract Act Directory of Occupations" may be available through the Government Printing Office (GPO) rider requisitioning process; therefore, contracting officers shall consult with the GPO or the OA directives coordinator prior to placing a direct purchase order for the Directory with GPO.
(d) The contracting officer may make direct written or oral contact with the Wage and Hour Division concerning emergencies that will require an immediate wage determination. However, if the OA has a focal point which processes DOL issues, the written or oral request to DOL shall be coordinated with that individual or office.
Except when there is an OA representative to handle DOL issues, the contracting officer may make direct oral or written contact with the Wage and Hour Division concerning the status or the expediting of wage determinations.
Contracting officers shall contact (orally or in writing) the OA's labor advisor or if none, the DOT labor coordinator for advice when the conditions under (FAR) 48 C.F.R. 22.1013(a) or (b) exist.
The contracting officer's inquiry to the Wage and Hour Division as required by (FAR) 48 C.F.R. 22.1014 shall be in writing. A copy of the applicable wage determination shall be attached to the request to facilitate a prompt review and response by DOL. A telephone inquiry should be made if a response to the written inquiry is not received within a reasonable time.
(a) In addition to the requirements of (FAR) 48 C.F.R. 22.1021 the request for a variance hearing must include copies of the relevant wage determination, if issued, collective bargaining agreement, and the SF 98 and 98a that requested the wage determination in question. Also, a statement of the case setting forth, in detail, the reasons that support the existence of a substantial variance with respect to some or all of the wages and/or fringe benefits, attaching available data concerning wages and/or fringe benefits prevailing in the locality. The statement shall contain an analysis concerning the differences between the collectively bargained rates issued and the rates contained in the following:
(1) Corresponding Federal wage board rates and surveys (while it is not necessary that the challenged rate be higher than the corresponding Federal rate, this is an important factor);
(2) Relevant Bureau of Labor Statistics survey data and the comparable Service Contract Act wage determination;
(3) Other wage data (e.g., rates paid in local hospitals would be appropriate for comparison on contracts for hospital antiseptic services, while rates paid in local schools could be of value in comparison for janitorial or food service workers); and
(4) Other collectively-bargained wages and benefits.
(b) If the contracting officer cannot provide all of the information required in paragraph (a) above with the request for a hearing, the approximate time needed to obtain the data or to develop the information must be provided. The request must clearly demonstrate the efforts being made to obtain or develop the information. A statement that data are not available will not be accepted by DOL.
(a)(1) For a request for exemption under (FAR) 48 C.F.R. 22.1305(a)(1), the signatory authority is the HCA or designee no lower than the Senior Executive Service (SES) level.
(a)(2) For a request for exemption under (FAR) 48 C.F.R. 22.1305(a)(2), the signatory authority is the SPE.
(b) The HCA is authorized to grant the waiver under (FAR) 48 C.F.R. 22.1305(b).
(c) The contracting officer shall prepare a D&F setting forth clear and convincing reasons why an exemption will be necessary under (FAR) 48 C.F.R. 22.1305(a)(1) or (a)(2) or was necessary under (FAR) 48 C.F.R. 22.1305(b). The D&F shall be in substantially the same format as Appendix A. The request to the Deputy Assistant Secretary, OFCCP, for an exemption under (FAR) 48 C.F.R. 22.1305(a)(1) or (a)(2), or the notification to the Deputy Assistant Secretary, OFCCP, as required by (FAR) 48 C.F.R. 22.1305(b) shall be submitted through the OA's channels to the above signatory authorities. The following procedures apply:
(1) When the approving official under (FAR) 48 C.F.R. 22.1305 is the HCA, the OA shall communicate directly with the OFCCP to obtain OFCCP's written concurrence; and
(2) When the approving official under (FAR) 48 C.F.R. 22.1305 is the SPE, the contracting officer shall forward the D&F through the appropriate channels to M-60 for signature. After signature, the contracting officer shall communicate directly with the OFCCP to obtain OFCCP's written concurrence.
The contracting officer shall forward complaints about the administration of the Vietnam Era Veterans Readjustment Assistance Act of 1972, as amended, directly to the DOL OFCCP office. All questions concerning the complaints shall be directed to the appropriate office of the DOL.
(a)(1)(ii) See TAM 1222.1305(b) for the waiver authority granted to the HCA.
(a)(1) The HCA or designee, at a level no lower than the SES, is authorized to waive any or all of the terms of the clause at (FAR) 48 C.F.R. 52.222-36, Affirmative Action for Workers with Disabilities for any contract if a waiver is deemed to be in the national interest.
(a)(2) The SPE is authorized to waive any or all of the terms of the clause at (FAR) 48 C.F.R. 52.222-36, Affirmative Action for Workers with Disabilities, for groups or categories of contracts if a waiver is in the national interest.
(b)(1) The HCA is the individual authorized to waive any requirement of (FAR) 48 C.F.R. 22.14 when a contract is determined to be essential to the national security, and that its award without complying with such requirements is necessary to the national security.
(c) The contracting officer shall write a D&F for signature by the approving official specified under TAM 1222.1403(a)(1), (a)(2) or (b)(1). The D&F shall be in the format of and as required by Appendix A. The D&F and the concurrence shall be retained in the contract file. The following procedures apply:
(1) When the approving official under (FAR) 48 C.F.R. 22.1403 is the HCA, the OA shall communicate directly with the OFCCP to obtain OFCCP's written concurrence; and
(2) When the approving official under (FAR) 48 C.F.R. 22.1403 is the SPE, the contracting officer shall forward the D&F through the appropriate channels to M-60 for signature. After signature, the contracting officer shall communicate directly with the OFCCP to obtain OFCCP's written concurrence.
When oral complaints are received, contracting officers shall obtain information from the complainant regarding the nature of the complaint. Contracting officers shall document the information in writing. It must be signed by the plaintiff and be submitted directly to the OFCCP. Written complaints received by contracting officers shall be forwarded to the OFCCP with a cover letter.
(a)(2) See TAM 1222.1403(a)(1), (a)(2) or (b)(1) for waiver authorities granted to specific individuals.
(b) See TAM 1222.1403(a)(1), (a)(2) or (b)(1) for waiver authorities granted to specific individuals.
(e) Contracting officers shall refer the matter for investigation to the Assistant General for Investigations (JI-1), 400 Seventh Street, S.W., Washington, DC 20590.
DETERMINATION AND FINDINGS
Authority to
{indicate what is being waived, exempted, granted, etc.}
FINDINGS
1. {Identify the contracting office, OA, and agency (i.e., DOT), what is being acquired, and the intended use of the product or service.}
2. {Include, as applicable or appropriate, the information required by (FAR) 48 C.F.R. 1.704.}
DETERMINATION
As {insert the title of the approving official that must sign this document}, I hereby determine that {state the determination made (e.g., the contract is essential to the national security, one or more of the terms of a clause is waived, overtime is essential to meet delivery or performance schedules, etc.).}
Date: {Signature of the official making the determination and the date of the determination}
SEMI-ANNUAL LABOR COMPLIANCE REPORT
The following semi-annual report (Davis-Bacon and Related Acts and Contract Work Hours and Safety Standards Act) by {insert OA's name} is submitted as required by 29 C.F.R., Part 5.7(b), and All Agency Memorandum #189, dated February 5, 1998.
a. Davis-Bacon Act: (prevailing wage violations)
b. Contract Work Hours and Safety Standards Act (CWHSSA): (overtime violations)
a. Davis-Bacon Act:
b. CWHSSA:
Federal Agency:
Responsible Official:
Title:
Address and Phone No:
E-mail Address (if available):
DOT INSTRUCTIONS FOR COMPLETING THE SEMIANNUAL LABOR COMPLIANCE REPORT
RESERVED
Department of Labor
Office of Federal Contract Compliance Program
{Insert the address of the appropriate OFCCP regional office}
This letter, or portions thereof, contains PROPRIETARY OR SOURCE SELECTION INFORMATION related to the conduct of a Federal agency procurement, the disclosure of which is restricted by Section 27 of the Office of Federal Procurement Policy Act (41 U.S.C. 423). The unauthorized disclosure of such information may subject both the discloser and recipient of the information to contractual, civil and/or criminal penalties as provided by law.
An Equal Employment Opportunity preaward clearance is requested on {insert the name, address, and telephone number of the prospective contractor}
{Insert all other applicable information required by (FAR) 48 C.F.R. 22.805(a)(5). The amount of the proposed contract(s) and subcontract(s), if any, shall not be disclosed. In lieu thereof, insert "$10 million or more" as the estimated amount of the prime contract and first-tier subcontract(s).}
It is requested that verbal clearance and a written confirmation be provided as soon as possible to {insert the name, title, and telephone number of the point of contact in the contracting office}.
{Insert name, title, and
signature of authorized
contracting person}
Note: The first paragraph of the above letter is primarily for full and open competition acquisitions. The paragraph may be deleted or modified when requesting a preaward clearance for other than full and open competition acquisitions. Written pre-award clearances ARE NOT required if the contractor is listed on the Pre-Award Contractor Registry available via the Internet at http://www.dol-esa.gov/preaward.
(a) The GSA Global Supply Catalog identifies environmentally-sound and energy efficient products available in the GSA Federal Supply Schedule (FSS) supply system. Copies of the guide may be obtained, without cost, from the GSA by submitting an e-mail to the Centralized Mailing List Service (CMLS), address: cmls@gsa.gov, or by calling (817) 334-5215.
(b) OFPP Policy Letter No. 92-4, dated November 2, 1992, entitled Procurement of Environmentally-Sound and Energy Efficient Products and Services, provides guidance to Federal agencies regarding the implementation of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended, (42 U.S.C. 6962) and E.O. 12780, Federal Agency Recycling and the Council on Federal Recycling and Procurement Policy. OFPP Policy Letter 92-4 contains references to Executive Order 12780 which was revoked by Executive Order 12873 which was revoked by Executive Order 13101. However, the guidance provided by the Policy Letter is still in effect.
(c) E.O. 13123, Greening the Government Through Efficient Energy Management, dated June 3, 1999, requires agencies to select for procurement those energy consuming goods or products which are the most life cycle cost-effective (see (FAR) 48 C.F.R. 7.101).
(1) To the extent practicable, each Operating Administration (OA) shall require vendors of goods or products to provide appropriate data that can be used to assess the life cycle cost of each good or product, including building energy system components, lighting systems, office equipment and other energy using equipment.
(2) In preparing solicitations and evaluating and selecting offers for award, contracting personnel shall consider the life cycle cost data along with other relevant evaluation criteria. If life cycle costing is not used, the contract file shall be documented to reflect the rationale for not obtaining and evaluating the data.
(a) The DOT Affirmative Procurement Program (APP) for Products Containing Recovered Materials required by RCRA, as amended, and Executive Order 13101, is set forth in Appendix A. The purpose of the DOT APP is to foster markets for recovered materials by maximizing the Federal Government's recycled products purchases. A secondary objective is to reduce the amount of solid waste requiring disposal through the purchase and use of products containing recovered materials.
See Attachment D to Appendix A for supplemental FAR definitions.
(a) OFPP Policy Letter 92-4, dated November 2, 1992, establishes Executive branch policies for the acquisition and use of environmentally-sound, energy efficient products and services and provides guidance for agencies to implement Section 6002 of RCRA, as amended, (42 U.S.C. 6962). OFPP Policy Letter 92-4 contains references to Executive Order 12780 which was revoked by Executive Order 12873 which was also revoked by Executive Order 13101. However, the guidance provided by the Policy Letter is still in effect.
(b) Executive Order 13101 created a Steering Committee, a Federal Environmental Executive (FEE) and a Task Force, and established an Agency Environmental Executive (AEE) position within the agency to be responsible for the Order’s implementation.
(c) The responsibility for meeting the requirements of Executive Order 13101 regarding increasing and expanding markets for recovered materials, developing and implementing affirmative procurement programs in accordance with RCRA and Executive Order 13101, is held by DOT’s Assistant Secretary for Administration, M-1.
(d) See (FAR) 48 C.F.R. 23.702 for additional statutes and Federal directives applicable to the acquisition of environmentally preferable and energy-efficient products and services.
DOT has adopted the Environmental Protection Agency (EPA) guideline recommendations in implementing its APP for recovered materials. Program officials and contracting officers shall use product descriptions and prepare contract specifications reflecting cost-effective procurement and use of designated recycled products, encouraging bidders to supply products containing recycled materials. A program office initiating an acquisition has the responsibility for determining:
(1) Whether recovered materials should be included in the specifications for designated items; and
(2) Whether the statement of work and/or specification involve(s) the use of items subject to the DOT APP (Appendix A).
When purchasing EPA designated items, contracting officers shall purchase, to the maximum extent practicable, items composed of recovered material consistent with the specifications for EPA designated items as set forth in the DOT APP.
(a) DOT’s APP is found at Appendix A for any questions concerning the applicability of the APP to Federal, State or local agencies, and government contractors and private party recipients of Federal loans, grants, or funds.
(a)(2) The $10,000 threshold applies to DOT-wide procurements and does not represent the purchase of any single OA. The Office of Transportation and Facilities, Policy Division (M-50) will obtain the data from the Federal Procurement Data System-New Generation (FPDS-NG), combine the OA statistics and provide one DOT response to the Office of the Federal Environmental Executive and the Office of Federal Procurement Policy.
(b) As mandated by Section 6002(e) of RCRA, as amended, (42 U.S.C. 6962), EPA has developed and issued procurement guidelines for use by procuring agencies. The guidelines designate specific items containing recovered materials procuring agencies must purchase to the maximum extent practicable.
The DOT APP is based upon the minimum recovered material content standards developed by EPA which are set in such a way as to assure that the recovered materials content (and in the case of paper, the highest percentage of post consumer recovered materials) is the maximum practicable without jeopardizing the intended use of the item, consistent with Federal procurement law. A list of the EPA designated items and EPA's Recovered Materials Advisory Notice (RMAN) guideline for the minimum recovered material content standards for these items is available from the EPA website. DOT’s APP is found at Appendix A.
For technical information regarding RCRA or the EPA designated items, contact the RCRA Hotline at (800) 424-9346, or in the Washington, DC metropolitan area, (703) 412-9810.
(c) Program offices may request and contracting offices may purchase EPA designated items containing other than recovered materials as set forth in the DOT APP only if one of the conditions set forth in (FAR) 48 C.F.R. 23.405(c) applies.
The program office is responsible for completing and forwarding the Recovered Materials Determination Form (DOT F 4271.1) when submitting a purchase request to acquire EPA designated items from other than Federal supply sources and the Request for Waiver (DOT F 4272.1) when submitting a purchase request to acquire EPA designated items containing other than recovered materials. Both forms must be signed by the responsible program official and maintained in the procurement file. The contracting officer shall give a copy of the Request for Waiver form (DOT F 4272.1) to the DOT Environmental Executive (M-1) within 30 days after contract award for annual reporting purposes.
(d) The estimate of the percentage of recovered material required to be reported by paragraph (b)(2) of FAR clause 52.223-9 is to be submitted to the Department of Transportation, Office of Transportation and Facilities, Policy Division (M-50), 400 Seventh Street, SW, Washington, DC 20590.
(e) Agency designated items. At the discretion of the OA, items other than EPA designated items for which recovered material content shall be specified may be adopted.
(d) The Head of the Operating Administration (HOA) is authorized to determine the applicability of this subchapter for contracts by law enforcement agencies under (FAR) 48 C.F.R. 23.501(d).
(a) DOT's cost-effective contracting preference program is established in the attached Affirmative Procurement Program (Appendix A).
(b) EPA guidance for utilizing environmentally preferable products and services is available via the Internet at http://www.ofee.gov/.
DOT Affirmative Procurement Program for Use of Recovered Materials
(a) The requirement for Contracting Officer and OA Privacy Officer review of information technology system acquisitions that may fall under the Privacy Act of 1974 and the E-Government Act of 2002, is found at 1239.1.
(b) The requiring and contracting offices shall review requirements for work on any publicly accessible DOT website to ensure appropriate privacy language is included in procurement requests. This language should normally be part of the statement of work, in accordance with the memorandum entitled, (DOT) Public Web Site Requirements, dated May 18, 2004, and shall state as follows:
“The contractor shall ensure that the publicly accessible Web site conforms to the privacy requirements of the E-Government Act of 2002. This includes ensuring the website:
(1) Uses only session cookies and no persistent cookies or other persistent tracking devices.
(2) Posts a privacy policy titled, "Privacy Policy” that meets OMB and E-Government Act requirements for federal public web sites.
(3) Provides a link to the privacy policy that is labeled, “Privacy Policy” on the homepage, all known major entry points into the web site and all pages that collect personal information.
(4) Posts an accurate and complete XML translation of the Privacy Policy, according to World Wide Web Consortium Platform for Privacy Preferences standards.
The contractor shall provide access to the Government for the purposes of performing scans or conducting other verification techniques to ensure the above requirements are met.”
The Appropriations Act of 2006 and subsequent Appropriation Acts require an annual report to Congress on the amount of acquisitions made by DOT from entities that manufacture end products outside the United States in the last completed fiscal year. Until the FPDS-NG is modified to capture the necessary information, by February 15th of each year, OAs are to submit to the Office of the Senior Procurement Executive (OSPE) an itemized list of any exceptions granted with respect to items manufactured outside the United States under the Buy American Act. All other data required by Congress will be compiled by the OSPE.
(a) Public Interest. The Head of the Operating Administration (HOA) is authorized to determine that domestic preference would be inconsistent with the public interest.
(b)(1)(iii)(C) The support documentation and the determination shall be submitted to the Senior Procurement Executive (SPE) along with the same documentation requirements as a TAR change found at TAR 1201.301-70. The SPE will forward the information to the Civilian Agency Acquisition Council for consideration.
(b)(2)(i) The Chief of the Contracting Office (COCO) is authorized to make the determination that an article, material, or supply is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality.
(b)(2)(ii) The support documentation and the determination shall be submitted to the SPE along with the same documentation requirements as a TAR change found at TAR 1201.301-70. The SPE will forward the information to the Civilian Agency Acquisition Council for consideration.
(a)(1) The COCO is authorized to determine that evaluation of offers under a foreign acquisition will differ from the procedures in (FAR) 48 C.F.R. 25.105. Determinations must be sent to the SPE for possible publication in the TAR.
(a)(1) The COCO is authorized to determine that application of the restrictions of the Buy American Act to a particular construction material would be impracticable and inconsistent with the public interest.
(a)(2)(iii) With the concurrence of the Comptroller General, the Head of the Contracting Activity (HCA) is authorized to determine that it will best serve the interest of the United States to use the appropriate alternate clause under (FAR) 48 C.F.R. 25.1001(a)(2). This authority may not be delegated.
(f) The contracting officer must make a decision under (FAR) 48 C.F.R. 26.104 prior to issuing the solicitation. If the contracting officer decides that subcontracting opportunities exist, funds must be obtained to cover the anticipated 5 percent prime contractor incentive payment as it applies to the amount paid the subcontractor. Otherwise, the contracting officer may be in violation of the Anti-Deficiency Act (31 U.S.C. 1341). OA budget or finance procedures shall be followed to obtain the funds.
The Chief of the Contracting Office (COCO) is authorized to exempt one or more specific United States patents from the patent indemnity clause under (FAR) 48 C.F.R. 27.203-6. COCO exemption decisions shall be coordinated with legal counsel.
(a) The Head of the Operating Administration (HOA) is authorized to make determinations under (FAR) 48 C.F.R. 27.302(a).
The Head of the Contracting Activity (HCA) is authorized under (FAR) 48 C.F.R. 27.303(a)(3), (b)(2), (c)(3), and (d)(1)(ii) to determine, at the time of contracting, that it would be in the national interest to acquire the right to sublicense foreign governments or international organizations pursuant to any existing or future treaty or agreement.
(a)(3) The COCO is authorized under (FAR) 48 C.F.R. 27.304-1(a)(3) to make a decision on the contractor's appeal of the agency determination. The decision shall be coordinated with legal counsel.
(a)(5) The COCO is authorized under (FAR) 48 C.F.R. 27.304-1(a)(5) to prepare or adopt written findings of fact and is responsible for transmitting the findings, along with a recommended decision, to the HOA. The COCO is also responsible for sending the findings and recommended decision to the contractor by registered or certified mail.
(a)(7) The COCO is the individual authorized under (FAR) 48 C.F.R. 27.304-1(a)(7) to make a decision based on the facts found, together with any argument submitted by the contractor, agency officials, or any other information in the administrative record. The decision shall be coordinated with legal counsel.
(b) The COCO is the individual authorized under (FAR) 48 C.F.R. 27.304-1(b) to grant requests for greater rights provided the interests of the United States and the general public will be better served. The decision shall be coordinated with legal counsel.
(g)(2) The COCO is authorized to initiate a march-in proceeding according to (FAR) 48 C.F.R. 27.304-1(g)(2). The decision to initiate a march-in proceeding shall be coordinated with legal counsel.
(g)(3) The COCO is authorized under (FAR) 48 C.F.R. 27.304-1(g)(3) to receive information or argument in opposition to a proposed march-in. If the information raises a genuine dispute over the material facts, the COCO may undertake the matter or refer it to another official. COCO decisions under this provision shall be coordinated with legal counsel.
(g)(5) The COCO or the official designated by the COCO is authorized under (FAR) 48 C.F.R. 27.304-1(g)(5) to receive written findings of fact from the official conducting the fact-finding; to receive written arguments from the contractor; and, to preside over oral arguments before making the final determination. The COCO 's final determination shall be coordinated with legal counsel.
(g)(6) The COCO is the individual authorized under (FAR) 48 C.F.R. 27.304-1(g)(6) to determine whether march-in rights will be exercised. The COCO 's determination shall be coordinated with legal counsel. The COCO is also responsible for notifying the contractor, its designee or exclusive licensee within periods set forth in (FAR) 48 C.F.R. 27.304-1(g)(6). No march-in rights may be exercised based upon the facts and reasons upon which the proceeding was initiated unless the contractor, its designee, or exclusive licensee is timely notified of DOT's determination.
(b) When a contractor discloses an invention under a contract, the contracting officer shall consult with the Operating Administration (OA) Patent Counsel to determine the proper action to be taken. If the OA does not have a Patent Counsel, then the DOT Patent Counsel (C-15) shall be consulted before proceeding.
(h) The COCO is the individual authorized under (FAR) 48 C.F.R. 27.404(h) to concur with the contracting officer's determination that the markings of data are not authorized.
(c) The HCA is authorized to approve a class waiver from the requirement to obtain a bid guarantee when a performance or a performance and payment bond is required.
The contracting officer is authorized to approve the use of other types of bonds in connection with acquiring particular supplies or services.
(a) The contracting officer is authorized to approve the substitution of a new surety bond covering all or part of obligations on a bond previously approved.
(c) The contracting officer is the individual who will furnish to the requestor a certified copy of the payment bond and the contract for which it was given, and determine the reasonable and appropriate costs the requestor must pay for the preparation of copies.
(d) Department of the Treasury's Listing of Approved Sureties (Department Circular 570) is published annually on July 1. Interim changes are published in the Federal Register as they occur and may be obtained at the address shown in ((FAR) 48 C.F.R. 28.202(d).
(g) Contracting officers shall refer evidence of possible criminal or fraudulent activities by an individual surety to legal counsel for review and further action.
(a) The HCA is authorized to exclude an individual from acting as a surety on bonds submitted by offerors on procurements by the executive branch of the Federal Government.
(d) The HCA must state, in writing, the compelling reasons for justifying acceptance of a bond from an individual surety whose name is on the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.
(d) The HCA is authorized to recommend to the Secretary of Labor a waiver of the applicability of the Defense Base Act (42 USC 1651) to any contract, subcontract, work location, or classification of employees.
(a) For the purpose of (FAR) 48 C.F.R. 29.101, the designated legal counsel for the Operating Administrations (OAs) is their Office of Chief Counsel. For the Office of the Secretary (OST), the designated legal counsel is the Office of the General Counsel (C-10).
(b) As a minimum, contracting officers shall seek the advice of the OA legal counsel, when the following problems or circumstances exist:
(1) When tax problems cannot be resolved in accordance with the policy and procedures of (FAR) 48 C.F.R. Part 29;
(2) When the Department of Justice must be consulted for representation or intervention in proceedings concerning taxes;
(3) When a state or local tax appears to have a direct effect on an interstate commerce transaction;
(4) When a judicial or administrative action against the contractor is threatened;
(5) When an actual or potential tax is imposed which resulted from an amendment to a tax law or a change made by tax authorities;
(6) When there is a possibility that paid taxes will be refunded; and
(7) When a problem concerns actual or potentially large sums of taxes.
(c) All problems forwarded to the OA's legal counsel for review and/or resolution shall be accompanied by the following:
(1) A copy of the contract, when applicable;
(2) A comprehensive statement of the facts, any substantiating documents or correspondence, the legal issues, and recommended course of action, if any; and
(3) When applicable, a statement concerning the effect the problem has or will have on existing acquisition policy and procedures, and any recommended changes to them. Any recommended changes to DOT policy or procedures concerning taxes shall be transmitted through appropriate channels to the SPE for action.
The Head of the Contracting Activity (HCA) is authorized under (FAR) 48 C.F.R. 29.303(a) to review contentions that a contractor is an agent of the Government for the purpose of claiming immunity from State or local sales or use taxes. HCA decisions concerning the designation of prime contractors and subcontractors as agents of the Government for the purpose of claiming immunity from State or local sales or use taxes shall be coordinated with legal counsel.
(c) Participating agencies. DOT signed an agreement with the State of New Mexico Taxation and Revenue Department, on January 18, 1990.
(a) The Senior Procurement Executive (SPE) is authorized to waive the applicability of the Cost Accounting Standards (CAS) that meet the conditions in (FAR) 48 C.F.R. 30.201-5(b). Waiver requests shall be submitted to the SPE for approval at least 30 days before the anticipated contract award.
(d) Any waiver request requiring CAS Board approval in accordance with (FAR) 48 C.F.R. 30.201-5(d) shall be submitted to the SPE for review and forwarding to the CAS Board.
(e) The Office of the SPE will submit DOT’s report to the CAS Board.
The authority of the agency head to determine that it is impractical to secure the Disclosure Statement and authorize contract award under (FAR) 48 C.F.R. 30.202-2 is non-delegable.
The Senior Procurement Executive (SPE) is authorized to give advance approval of individual deviations concerning cost principles (however, see TAM 1231.205-6(g)). Individual and class deviations concerning the cost principles shall be submitted to the Office of the Senior Procurement Executive (OSPE) in accordance with (FAR) 48 C.F.R. 1.4 and TAM 1201.4. The OSPE will process class deviations and, pursuant to (FAR) 48 C.F.R. 31.101, forward the request to the Civilian Agency Acquisition Council.
See TAM 1231.205-32.
(g)(6) The Head of the Contracting Activity (HCA), or designee at a level no lower than that of the COCO is authorized to grant the waiver under (FAR) 48 C.F.R. 31.205-6(g)(6).
(a) The use of an "advance agreement," "anticipatory costs," or any other type of "if and when" statement as a vehicle to authorize precontract costs is inappropriate. However, such documents may be used to establish agreement on the treatment of precontract costs such as the effort to be performed, amount to be reimbursed if a contract is awarded. These documents may only be used in exceptional circumstances where a written approval has been granted by the Chief of the Contracting Office (COCO). The request for COCO approval shall include:
(1) Identification of the requirement and a brief description of the work for which precontract costs are necessary;
(2) A statement that all statutory and regulatory actions required to justify source selection has occurred;
(3) Name of the prospective contractor;
(4) Total amount of precontract costs involved and a statement that the funds necessary to cover this amount have been provided to the contracting officer;
(5) Total estimated time of the effort requiring precontract costs;
(6) Justification for why it is necessary for the contractor to proceed prior to contract award; and
(7) A statement that the contracting officer advises the prospective contractor that incurrence of precontract costs is solely at its own risk and that in the event negotiations do not result in a contract, the Government shall be under no obligation to reimburse the contractor for precontract costs.
(b) The Head of the Operating Administration (HOA) is authorized to determine if there is substantial evidence that the contractor's request for advance, partial, or progress payments is based on fraud. The HOA, or designee, shall hold a rank no lower than Level IV of the Executive Schedule. This authority does not apply to commercial interim payments under (FAR) 48 C.F.R. 32.2, or performance-based payments under (FAR) 48 C.F.R. 32.10.
(a) The DOT Office of Inspector General is authorized to develop specific procedures relating to reduction or suspension of contract payments upon find of fraud.
(b) Government personnel shall follow the procedures found in DOT Order 8000.5 series, to report suspected fraud related to advance, partial, or progress payments.
(a) The remedy coordination official for DOT is the Inspector General.
The HOA shall prepare the report required by (FAR) 48 C.F.R. FAR 32.006-5. The HOA, or designee, shall hold a rank no lower than Level IV of the Executive Schedule. As a minimum, the report shall contain the recommendations of the remedy coordination official, the actions taken on the recommendations and the reasons for such actions, and an assessment of the effects of such actions on the Government.
(e)(2) Progress payments based on a percentage or stage of completion are authorized only under contracts for construction, alteration, and repair, shipbuilding, and architect-engineering. Contracting officers shall ensure that the payments are commensurate with the work and that the work meets the requirements of the contract. When contracting officers propose to make these types of payments under other contracts, a written Determinations and Findings (D&F) in the format of Appendix A shall be signed by the Head of the Contracting Activity (HCA). The D&F must indicate the reasons why progress payments based on costs cannot be practically used and why it is feasible to administer progress payments based on a percentage or stage of completion.
(a)(2) DOT is not listed under (FAR) 48 C.F.R. Part 32 as a loan guaranteeing agency; therefore, the exceptions under (FAR) 48 C.F.R. 32.105(a) do not apply to DOT.
The HCA is authorized to approve the use of unusual contract financing.
The contracting officer is authorized to determine appropriate or customary terms and conditions regarding payment for commercial items.
(g) The HCA is authorized to develop agency procedures under (FAR) 48 C.F.R. 32.206.
(g)(2) The HCA is authorized to develop agency procedures under (FAR) 48 C.F.R. 32.206.
(c)(1)(iii)(A) When the proposed advance payment will be $500,000 or less, the contracting officer is responsible for determining, based on written findings, that the advance payment is in the public interest. When the advance payments will be over $500,000, the Chief of the Contracting Office (COCO) is responsible for the written determination of public interest.
(c)(1)(iii)(B) When the proposed advance payment will be $50,000 or less, the contracting officer is responsible for determining, based on written findings, that the advance payment facilitates the national defense. When the proposed advance payment will be over $50,000, the DOT Board of Contract Appeals (DOTBCA) is responsible for the written determination that the advance payment facilitates the national defense. The contracting officer shall submit a recommendation of approval or disapproval to the DOTBCA (S-20).
(e)(2) When the contracting officer proposes to authorize advance payments to a contractor, the requisitioning office, legal counsel, and finance office shall be consulted prior to writing the D&F required by (FAR) 48 C.F.R. 32.402(c)(1)(iii). The D&F shall be written in the format of (FAR) 48 C.F.R. 32.410.
(a)(9) Unless otherwise approved by the Office of the Senior Procurement Executive, no other types of transactions are excluded from the requirements of (FAR) 48 C.F.R. Subpart 32.4.
(d) Contracting officers are authorized to exclude interest from advance payments on the contracts listed under (FAR) 48 C.F.R. 32.407(d), subject only to the approval of the appropriate official shown below.
(1) The contracting officer may exclude interest from advance payments of $500,000 or less under the authority of (FAR) 48 C.F.R. 32.402(c)(1)(iii)(A);
(2) The COCO, may exclude interest from advance payments over $500,000 under the authority of (FAR) 48 C.F.R. 32.402(c)(1)(iii)(A);
(3) The contracting officer, may exclude interest from advance payments of $50,000 or less under the authority of (FAR) 48 C.F.R. 32.402(c)(1)(iii)(B); and
(4) The DOTBCA, may exclude interest from advance payments over $50,000 under the authority of (FAR) 48 C.F.R. 32.402(c)(1)(iii)(B).
After review by counsel, the D&F and the other items mentioned under (FAR) 48 C.F.R. 32.409-1 shall be forwarded through appropriate channels to the approving official (see Chapter 1232.402) for review and approval. Contracting officers shall also discuss the proposed payments with the applicable finance office to ensure compliance with all Department of Treasury regulations governing these payments.
Contracting officers shall transmit the information required by (FAR) 48 C.F.R. 32.409-2 through appropriate channels to the approving official under TAM 1232.402 for review and approval of the recommendation to disapprove the request for advance payment.
(a)(3) The COCO is authorized to approve the contractor's request for unusual progress payments.
Contracting officers shall obtain written approval and coordination from the officials named below before taking any of the following actions:
(a) The COCO must approve a progress payment rate higher than the customary rate (see (FAR) 48 C.F.R. 32.501-1);
(b) The COCO must approve deviations from the progress payment terms prescribed in (FAR) 48 C.F.R. Part 32; and
(c) When providing progress payments to a contractor--
(1) The COCO, with advice from Operating Administration (OA) legal counsel, must approve progress payments when the contractor's financial condition is in doubt;
(2) The COCO, with advice from OA legal counsel, must approve progress payments when the contractor has had an advance payment request or loan guarantee denied for financial reasons or when the progress payment was approved but was withdrawn or allowed to lapsed within the previous 12 months; and
(3) The HCA, with advice from OA legal counsel, must approve progress payments when the contractor is named in the consolidated list of contractors indebted to the United States (known commonly as the "Hold-up List").
(c) The contracting officer may not approve unusual progress payments from contractors to subcontractors unless authorized by the COCO. A written D&F is not required; however, if the contractor's request to make unusual progress payments is granted, the contract file shall be documented to reflect the rationale for the decision.
"Responsible Official" means the contracting officer who shall administer the collection of contract debts and applicable interest in accordance with DOT Order 2700.14 series, Credit Management and Debt Collection, as implemented by OA procedures, if any. If OA procedures do not exist, contracting officers shall consult with their finance office concerning debt collection.
(a)(3) The contracting officer shall consult with the OA's finance office concerning contractor's debts that may be exempt from interest charges.
(a)(7) The contracting officer shall consult with the OA's finance office concerning other exceptions that may apply to interest on payments due to the Government by the contractor.
(a) The contracting officer shall obtain a Form DOT F 4200.1, Procurement Request-Process Rapidly (PR) and Form DOT F 4200.2, Procurement Request Continuation Sheet, from the requiring office prior to executing any contract as defined under (FAR) 48 C.F.R. 2.101. These forms are available at http://autoforms.ost.dot.gov/ by scrolling to the form number (e.g., scroll to "T4200.1"). The following applies:
(1) The PR must be certified by a responsible fiscal authority such as a funds administrator or finance office.
(2) The PR must be supported by an independent Government estimate as required by TAM 1215.404-70.
(3) The PR must meet the requirements of (FAR) 48 C.F.R. 19.804-2(a)(10) when a specific 8(a) firm is nominated to perform the work.
(b) Contracting officers shall reject any PR that fails to provide the above information and any other information the contracting officer deems necessary to carry out the acquisition.
(c) In the case of oral orders (e.g., orders against blanket purchase agreements) and Government credit cards, the person authorized to place the order shall obtain written assurance from a responsible fiscal authority that funds are available prior to placing the order.
(b) The COCO, or designee, is authorized to enter into a basic contract and options or orders under that contract for procurement of severable services for a period that begins in one fiscal year and ends in the next fiscal year if the period of the basic contract, options or orders under that contract does not exceed one year each.
(a) 49 U.S.C. 328 authorizes a DOT Working Capital Fund for the Volpe National Transportation System Center (VNTSC), Cambridge, MA.
(b) The fund is reimbursed or credited with advanced payments from applicable funds or appropriations of DOT and other agencies, and with advance payments from other sources, the Secretary authorizes for:
(1) Services at rates that will recover the expenses of operation, including the accrual of annual leave and overhead; and
(2) Acquiring property and equipment.
(c) The amounts in the fund are available without regard to fiscal year limitation. However, DOT and other agency officials authorized to execute General Working Agreements or other agreements with VNTSC must insure that these agreements cite any appropriation restrictions (e.g., two year availability of funds, funds earmarked for special programs, etc.). The VNTSC must comply with these restrictions or limitations.
(e)(1) The contracting officer is the designated recipient of the document referred to under (FAR) 48 C.F.R. 32.802(e)(1).
(d) The HCA, or designee, is authorized to determine whether a no-setoff commitment may be included in a contract in accordance with (FAR) 48 C.F.R. 32.803(d).
(a) The Assistant Secretary for Budget and Programs, is authorized to establish policies and procedures for implementing the Prompt Payment regulations (5 C.F.R. 1315).
(b) DOT's policy is to pay invoices in accordance with the requirements of the Prompt Payment regulations (5 C.F.R. 1315), as implemented by the FAR and the payment terms and conditions set forth in the contract. Any additional DOT standards for establishing due dates are prescribed in the appropriate (TAR) 48 C.F.R. or TAM paragraph which corresponds to the applicable (FAR) 48 C.F.R. paragraph. Prior to including a payment clause in a solicitation or contract that will require payments to be made earlier than those specified in the Prompt Payment regulations, contracting officers shall consult with their responsible finance office.
(d)(1)(i) The contracting officer's justification for extending the due date beyond the 14 days for progress payments as permitted by FAR 32.904(d)(1)(i) shall be approved at one supervisory level above the contracting officer.
(a) The due date for making contract financing payments by the designated payment office will be the 30th day after the designated billing office has received a proper request. The Assistant Secretary for Budget and Programs is authorized to prescribe policies and procedures that are otherwise different from this 30th day due date.
DOT has established an electronic communication connection for payments with the Department of Treasury Regional Financial Center, Kansas City, MO, via the Automated Clearinghouse (ACH), a nationwide electronic payments network. DOT finance offices shall use the information in the Central Contractor Registration database to make electronic funds transfer (EFT) payments to contractors.
(a)(1) The contracting officer shall insert 48 C.F.R. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, in all proposed solicitations and contracts.
This subchapter prescribes policies and procedures for the submission, review, and approval of payments under cost-reimbursement, time-and-materials, and labor-hour contracts and orders as defined under (FAR) 48 C.F.R. Part 16.
DOT's policy is to perform an in-depth review of all invoices and vouchers submitted by contractors; therefore, the COCO shall ensure that the requirements of this subchapter are met.
(a) Contracting officers are ultimately responsible for the review and approval of each invoice/voucher submitted by the contractor. However, the contracting officer may delegate to a representative, the authority to review and approve invoices submitted for payment under fixed-price contracts. The person delegated this authority shall provide a copy of the approved invoice and supporting documents to the contracting officer for the contract file. The contracting officer may delegate the authority to approve vouchers for payment under other than fixed-price contracts only to contract specialists. When invoices and vouchers are reviewed, the extent of the review depends on the terms and conditions of the contract. The following list includes representative tasks associated with reviewing and approving invoices and vouchers.
(1) Ensure that the contractor completes and submits the invoice or voucher in accordance with the contract;
(2) Ensure that the invoice or voucher is "proper" as that term is defined in the contract;
(3) Ensure that the billed costs are allocable to the contract and allowable in accordance with (FAR) 48 C.F.R. Part 31 and any other terms and conditions of the contract;
(4) Ensure that evidence that a Government representative received, inspected, and accepted the supplies or services has been received. (This may be done electronically);
(5) Ensure that the contractor's progress under the contract is commensurate with the payment requested. The unliquidated progress payments may not exceed the fair value of the work to be accomplished on the undelivered portion of the contract; and
(6) Ensure that the correct amounts are withheld from the invoice or voucher as required by the contract, such as progress payment liquidation, percentage of fixed fee, etc.
(b) When cost-reimbursement payments will be made under the contract, the contracting officer shall obtain the recommendation of Government personnel such as technical representatives, quality assurance inspectors, auditors, etc., concerning payment of the voucher.
(c) If the contracting officer determines that the amount billed is allocable and allowable to the contract, he or she shall furnish the designated payment office with written approval memorandum that includes the amount to be paid the contractor. The contracting officer shall use the format contained in Appendix B to TAM Chapter 1232.
(a) The contracting officer and the representative delegated the authority to review and approve invoices shall establish a record of payment file for each contract. The file shall contain evidence as to what was paid, what was disallowed or withheld and the rationale for withholding or disallowing payments; the balance available for payment under the contract after the invoice or voucher has been paid; and any correspondence to the contractor concerning the payments.
DETERMINATION AND FINDINGS
Authority to Make Progress Payments
FINDINGS
1. The (identify the OA and the contracting office) of the Department of Transportation proposes to contract for (describe the supplies and/or services being procured and identify the program/project, if applicable).
2. (Indicate the type of contract proposed and the estimated amount of the contract.)
DETERMINATION
On the basis of the above findings, I hereby determine that (explain why progress payments based on costs cannot be practically used and why it will be feasible to administer progress payments based on a percentage or stage of completion basis).
(Signature of the HCA)
ACTION: Payment under (Enter the DOT number assigned to the contractual instrument)
From: (Enter the name and title of the individual authorized to sign this portion of the memorandum - e.g., contracting officer, specialist/administrator, etc.)
To: (Enter the name of the person to whom the memorandum is being sent - e.g., contracting officer's representative, inspector)
The attached invoice/voucher was submitted by the contractor for payment under the subject contract. Please review this document and provide your recommendation or acceptance, as appropriate, by endorsement below.
(Signature of individual authorized to sign)
Attachment (Enter the invoice or voucher number and the amount)
__________________________________________________________
FIRST ENDORSEMENT
From: (Enter the name and title of the individual authorized to sign this portion of the memorandum - e.g., contracting officer's representative, inspector)
To: (Enter name of the person to whom the memorandum is being sent - e.g., contracting officer, specialist/administrator, etc.)
I have reviewed the attachment(s) and the following applies (check one):
(a) Cost-reimbursement contract. I recommend ___ approval ___ disapproval. The costs incurred ___ are ___ are not reasonable or allocable for the reasons indicated in the attachment.
(b) Fixed-price contract. I recommend ___ approval ___ disapproval.
(1) The supplies or services were accepted on _____ OR
(2) The supplies or services ___ are not acceptable for the reasons indicated in the attachment.
(c) Progress Payment. I recommend ___ approval ___ disapproval for the reasons indicated on the attachment.
(Signature of individual authorized to sign)
Attachment
SECOND ENDORSEMENT
From: (Enter name of the contracting officer)
To: (Enter name of the finance officer)
The attached Invoice/Voucher No. (Insert number and amount) is approved for payment in the amount of (Insert amount). After this payment, the balance remaining available for payment under this contract is (Insert amount). Please contact me if this balance does not agree with your payment record.
(Signature of contracting officer)
Attachment
(b) The contracting officer is authorized to determine that a solicitation, proposed award, or award does not comply with the requirements of law or regulation in accordance with (FAR) 48 C.F.R. 33.102.
(d)(4) Each Operating Administration (OA), in consultation with the DOT Center for Alternate Dispute Resolution (C-4), shall develop procedures concerning protests to the agency. Such procedures shall address the appropriate use of voluntary Alternate Dispute Resolution (ADR) in all agency protest actions.
(a) General procedures. The Head of the Contracting Activity (HCA) is responsible for the preparation and submission of the agency report to the Government Accountability Office (GAO) in accordance with the requirements of (FAR) 48 C.F.R. 33.104(a) and the GAO’s Bid Protest Regulations, 4 C.F.R. Part 21. The agency report shall be coordinated with legal counsel before the report is signed by the HCA and sent to GAO. For the purpose of submitting a protest report, the ‘agency’ is synonymous with OA.
(b)(1) Protests before award. The HCA shall prepare the written finding (FAR) 48 C.F.R. 33.104(b)(1) and coordinate with legal counsel before the notice is signed by the HCA and sent to GAO. In addition, the applicable Congressional and public affairs offices shall be informed of this action as required in OA policies and procedures.
(c)(2) Protests after award. The HCA shall prepare the written finding and coordinate with legal counsel before the notice is signed by the HCA and sent to GAO.
(g) Notice to GAO. If the OA does not fully implement GAO’s recommendation within 60 days after it is received, the HCA is responsible for reporting the failure to GAO as required by (FAR) 48 C.F.R. 33.104(g). The written notice shall be coordinated with legal counsel before it is signed by the HCA and sent to GAO. A copy of all notices to GAO submitted in accordance with (FAR) 48 C.F.R. 33.104(g) shall be kept in OA protest files.
(b)(2) The HCA is authorized to determine whether or not it would be in the public interest to apply the Contract Disputes Act of 1978 (41 U.S.C. §§601-613) to any contract with an international organization or a subsidiary body of that organization.
Upon receipt of notice of appeal by a contractor, the contracting officer will notify OA legal counsel, who will appoint an attorney to represent the Government before the DOT Board of Contract Appeals (BCA (S-20)). The DOT BCA rules of procedures are contained in 48 C.F.R. Part 6302.
The contracting officer shall use the clause at (FAR) 48 C.F.R. 52.233-1, Disputes, with its Alternate I, where continued performance is vital to national security, the public health and welfare, critical/major agency programs, or other essential supplies or services whose timely re-procurement from other sources would be impractical.
“Major acquisition” as used in this chapter, means an acquisition or project for supplies or services that requires submission of an OMB Exhibit 300 (Capital Asset Plan/Business Case) in accordance with OMB Circular A-11, Preparation, Submission and Execution of the Budget, and also for information technology acquisitions, compliance with the Department Information Resources Management Manual (DIRMM). A major acquisition typically has one or more of the following characteristics:
(a) life-cycle costs of $150 million or more;
(b) is a financial system, e-gov system, or e-business system with a life-cycle cost of $500,000 or more; or
(c) an acquisition that does not meet the dollar thresholds of paragraphs (a) or (b) of this section but--
(1) is mission-critical;
(2) requires special management attention because of its importance to an OA mission;
(3) plays a significant role in the administration of OA programs, processes or other resources; or
(4) directly supports the President’s Management Agenda.
For major system acquisitions, DOT uses the process delineated in OMB Circular A-11, Preparation, Submission and Execution of the Budget and for information technology acquisitions, in addition to OMB Circular A-11, the Department Information Resources Management Manual (DIRMM). Operating Administrations (OAs) shall follow the DIRMM for information technology (IT) acquisitions and shall establish comparable procedures for non-IT acquisitions including expanding their Investment Review Board (IRB) function to account for non-IT acquisitions.
(b) The OA procedures for non-IT acquisitions shall identify the four Phases of Capital Planning—Plan, Select, Control and Evaluate, and the roles and responsibilities of each key agency official in the four phases. Contracting officers shall:
(1) provide support throughout the life-cycle of the project from early planning, preparation of yearly supporting documents (e.g., OMB Exhibit 300) for the budget cycles, through contract closeouts;
(2) participate on the IRB process. As a minimum, the contracting officer shall advise the project manager and project sponsor as to the appropriateness of contract type(s) and approaches to be used. The contracting officer shall ensure the acquisition strategy considerations are appropriate for each project and are documented.
(c) Each IRB determines whether the project may be considered a major acquisition as defined in TAM 1234.001 and be submitted as part of the investment portfolio.
The project sponsor shall select a project manager, to manage the resulting project, and a planning team having the requisite mix of education and experience to develop an acquisition strategy [e.g., full OMB Exhibit 300 (Business Case)] tailored to meet the major acquisition requirements and prepared in accordance with (FAR) 48 CFR 7.1 and TAM Chapter 1207.
The Head of the Operating Administration is authorized to reaffirm the mission need and objectives of a program and to grant approval to proceed.
(b) The Head of the Contracting Activity (HCA) is authorized to provide individual deviations to the FAR policy regarding title to equipment purchased by the contractor under (FAR) 48 C.F.R. 35.014(b), and the Senior Procurement Executive (SPE) is the individual authorized to provide class deviations.
(j) The Assistant Secretary for Administration (M-1) is authorized to establish or change the basic purpose and mission of an FFRDC under (FAR) 48 C.F.R. 35.017-2(j).
(b) The Head of the Operating Administration (HOA) is authorized to continue or terminate the sponsorship under (FAR) 48 C.F.R. 35.017-4(b).
The authority of the agency head to submit to Congress a report concerning the purpose, mission, and general scope of the effort of the DOT FFRDC under (FAR) 48 C.F.R. 35.017-7 is nondelegable.
(a)(1) The Senior Procurement Executive has authorized a DOT wide class deviation for contracting offices to use the National Institutes of Health Contractor Performance System (CPS) to evaluate performance on construction contracts valued at $500,000. If a contract is terminated for default, the National Institutes of Health CPS may be used, in lieu of using the SF 1420 required at (FAR) 48 C.F.R. 36.201 and 53.236-1, if the dollar value of the contract is more than $10,000.
(a)(4) The authority of the Head of the Contracting Activity (HCA), to establish procedures which ensures that fully qualified personnel prepare and review performance reports, is retained by the HCA.
(c)(1) Performance reports shall be distributed in accordance with Operating Administration (OA) procedures.
(a) The Government estimate shall be designated "For Official Use Only" unless the nature of the information therein requires a security classification, in which case it shall be handled in accordance with applicable security regulations. The "For Official Use Only" designation shall be removed only when the estimate is made public in accordance with the instructions in this section.
(b) If the acquisition is by sealed bidding, a sealed copy of the detailed Government estimate shall be filed with the bids until bid opening. After the bids are read and recorded, the "For Official Use Only" designation shall be removed and the estimate shall be read and recorded in the same detail as the bids.
(c) If the acquisition is by negotiation, the following procedures apply:
(1) The overall amount of the Government estimate shall not be disclosed prior to award;
(2) At the time of award, the "For Official Use Only" designation on the Government estimate shall be removed; and
(3) After award, the Government estimate may be revealed, upon request.
Liquidated damages provisions are generally appropriate in construction contracts in accordance with the provisions of (FAR) 48 C.F.R. 11.5.
The Chief of the Contracting Office (COCO) is authorized to approve the use of cost-plus-fixed-fee, price-incentive, or other types of contracts with cost variation or cost adjustment features concurrently at the same work site with firm-fixed-price, lump sum, or unit price contracts.
The HCA or designee (no lower than flag officer or equivalent) is authorized to approve the award of a contract for the construction of a project to the firm that designed the project or its subsidiaries or affiliates.
(b) When the contracting officer considers such action warranted, a preconstruction conference shall be arranged with the contractor and such subcontractors as the contractor may designate to assure that there is a clear understanding of the contract requirements (including labor standards provisions) and the rights and obligations of the parties.
(c) Form DOT F 4220.3 entitled, "Preconstruction Conference Agenda and Checklist," or a similar checklist, shall be used as the agenda of, or checklist for, the preconstruction conference.
(a) The COCO is authorized to waive the requirement to send presolicitation notices to prospective bidders on any construction requirement when the proposed contract is expected to equal or exceed $100,000.
(a) The National Institute of Building Sciences (NIBS) was chartered in 1974 to provide advice to the public and private sectors on issues involving new building technology and the building regulatory process. 12 U.S.C. 1701j-2(g)(3), Housing and Community Development Act of 1974, specifically authorizes agencies to contract with and accept contracts from the NIBS for specific services where deemed appropriate by the responsible Federal officials involved. NIBS provides assistance or advice on building-related matters by processing:
(1) On-line databases on current developments in building science and technology in areas such as architecture and engineering, products and materials, health and safety, and codes and standards; and
(2) Information pertaining to asbestos in public buildings and lead-based paint poisoning, energy efficiency in offices and industrial buildings, and seismic safety of buildings.
(b) Section 809(g)(3) of Pub. L. 93-383 expressly authorizes agencies and departments to contract with NIBS. In this regard, the exception to full and open competition at (FAR) 48 C.F.R. 6.302-5 may be used, if the contracting officer determines this to be an appropriate exception, to award such contracts. However, the exception to full and open competition at (FAR) 48 C.F.R. 6.302-1 should be used when it is determined that NIBS, because of its unique capabilities and charter, is the only source that will satisfy the requirement.
(c) The synopses requirements at (FAR) 48 C.F.R. 5.2 are applicable unless a waiver is granted pursuant to (FAR) 48 C.F.R. 5.202(b).
Section 1.4 of the Davis-Bacon Procedural Rules, 29 C.F.R. Part 1, Procedures for Predetermination of Wage Rates, requires agencies using wage determinations under the Davis-Bacon Act, among other statutes, to furnish the Administrator, Department of Labor (DOL), a general outline of its proposed construction programs for the coming year indicating the estimated number of projects for which wage determinations will be required, the anticipated types of construction, and the locations of construction. OAs shall use, DOT F 4240.1 Annual Outline of DOT Construction Programs, to fulfill the requirements of TAM 1236.271. The report shall be electronically (e-mail) submitted to M-60 not later than August 31 of each fiscal year. M-60 will consolidate all OA reports for transmittal to DOL. Negative reports are required.
(b) The COCO is authorized to approve the use of a design competition. When a design competition is used, the COCO’s written approval is required prior to soliciting proposals.
(a) The COCO shall establish one or more ad hoc A-E evaluation boards for each acquisition of A-E services. For A-E acquisitions exceeding the simplified acquisition threshold, the following requirements apply in addition to those set forth in (FAR) 48 C.F.R. 36.602-2:
(1) The A-E evaluation board(s) shall be composed of the following members:
(i) One member with experience in acquisition of A-E services (normally the contracting officer or contract specialist/negotiator);
(ii) One or more members with technical experience in the fields of architecture, engineering or construction (normally someone from the organization responsible for establishing the A-E work requirements);
(iii) One member with technical knowledge of the functional (user) requirements of the project; and
(iv) Other special members as are deemed necessary.
(2) A-E board members may be appointed from among highly qualified professional employees of other Government agencies or the private sector who are engaged in the practice of architecture, engineering, construction, or related professions.
The authority of the HCA, to direct the functions of the evaluation board delineated under (FAR) 48 C.F.R. 36.602-3, is retained by the HCA.
(a) For A-E acquisitions exceeding the simplified acquisition threshold, the A-E evaluation board shall perform the following functions in addition to, or in combination with, those of (FAR) 48 C.F.R. 36.602-3, and in the sequence indicated:
(1) Analyze the nature and scope of the project work requirements.
(2) Develop the evaluation criteria and rating systems to be used in screening firms for the pre-selection list and in the final selection. The screening criteria should be based on information provided by the Architect-Engineer Qualifications Form (SF-330).
(3) Prepare the public announcement (see (FAR) 48 C.F.R. 5.205(d)) for the project and provide it to the contracting officer for publication.
(4) Screen the SF 330 and any other qualification data received in response to the public announcement of the project and prepare a pre-selection list of the best qualified firms for further consideration. The pre-selection list must consist of at least three firms.
(5) When appropriate, obtain in writing more specific and detailed qualification, experience and past performance data (see (FAR) 48 C.F.R. 36.602-1(a)) not provided by the SF 330 which are needed to evaluate the firms using the established selection criteria. The firms should also be provided with a description of the nature and the scope of work to be accomplished to assist them in their responses. The A-E firms shall be advised not to submit price proposals, design sketches, drawings or design data at the time the qualification and past performance information is submitted.
(6) Conduct interviews with the firms on the pre-selection list. As part of the interview, the A-E firms shall be given an opportunity to make an oral presentation of their qualifications and experience, proposed project approach and any other relevant data. The project manager and other key project personnel and consultants proposed by a firm should participate in the interview.
(7) Whenever it is practical and advantageous, the A-E evaluation board should visit the offices of the A-E firms on the pre-selection list to inspect their facilities and work environments, to meet members of the proposed project team, and to see both work in progress and additional examples of completed projects.
(8) Review the SF 330 and other experience and qualification data for each firm on the pre-selection list, and perform a systematic numerical evaluation rating of the firms.
(9) Develop a rank order listing of at least three firms considered most highly qualified to perform the required work, based on the numerical evaluation ratings of the firms on the pre-selection list.
(10) Prepare a report which shall include in sufficient detail:
(i) The extent of the board's review and evaluation;
(ii) The list described in paragraph (9) of this section;
(iii) Recommendations; and
(iv) Considerations on which the recommendations are based.
(d) The COCO is authorized to receive the report prepared by the evaluation board.
(a) The COCO is authorized to make the final selection of the most highly qualified firms.
(b) The COCO will normally approve the evaluation board’s recommendation, unless the report does not adequately support the recommendation, or there is evidence of bad faith or fraud. If the COCO does not concur with the recommendation, the A-E evaluation board will be reconvened until an acceptable recommendation is presented. If there is evidence of bad faith or fraud on behalf of the board, a new A-E board will be reconvened until an acceptable recommendation is presented. The approved report shall serve as authorization for the contracting officer to commence negotiations with the A-E firm ranked number one by the A-E evaluation board.
OAs are authorized to use either of the short selection processes of (FAR) 48 C.F.R. 36.602-5.
(b) Selection by the chairperson of the board. The COCO is authorized to review and approve the selection report.
(a) DOT OAs shall establish ad hoc evaluation boards instead of a permanent DOT board to select A-E firms. Unless otherwise established or designated by each OA, the contracting office will be considered the office to meet the requirements of (FAR) 48 C.F.R. 36.603(a). However, if an OA requires a permanent evaluation board, it may establish one for its evaluations and may also offer its services to other OAs.
(a)(5) The authority of the HCA, to ensure that fully qualified personnel prepare and review performance reports is retained by the HCA.
(c) Performance reports shall be distributed in accordance with OA procedures.
(a) The limitation on A-E fees of six percent of the estimated construction cost (see (FAR) 48 C.F.R. 15.404-4(c)(4)(i)(B)) applies to those services that are integral to the development and delivery of the plans, designs, drawings and specifications of a construction project. Such services include work done by a contractor’s in-house workforce or that is outsourced to a different firm and include efforts at joint reviews with Government personnel during the various stages of design. Overhead, general and administrative costs and profit related thereto are included in the six percent. The limitation however, does not apply to the cost of investigative and other services that are not integral to the production of plans, designs and specifications including but not limited to the following:
(1) Development of program requirements (scope of work);
(2) Determination of project feasibility;
(3) Preparation of drawings of an existing facility, where current drawings are not available;
(4) Subsurface investigations (soil borings);
(5) Structural, electrical and mechanical investigations of an existing building, where current information is not available;
(6) Surveys: topographic, boundary, utility;
(7) Preparation of models, color renderings, photographs or other presentation materials;
(8) Travel and per diem for special presentations;
(9) Supervision and inspection of construction;
(10) Preparation of operating and maintenance manuals;
(11) Master planning and
(12) Reproduction of designs for interim reviews and solicitation documents for distribution to potential offerors.
(c) The authority to determine in writing not to include clause (FAR) 48 C.F.R. 52.236-22 in fixed-priced A-E contracts because: (1) cost limitations are secondary to performance consideration and additional project funding can be expected, if necessary; (2) the design is for a standard structure and is not intended for a specific location; or (3) there is little or no design effort involved is retained by the HCA.
(b) The Chief of the Contracting Office (COCO) is authorized, under 5 U.S.C. 3109 to procure by contract the temporary or intermittent services of experts or consultants or an organization thereof, if such an acquisition is authorized by an appropriation or other statute, without regard to the laws of competitive service, position classification and the general schedule pay grades.
(a) The rate of pay for services rendered by an expert or consultant is limited and cannot be exceeded unless specifically authorized by the appropriation or other statute which authorizes the acquisition of the services. The rate of pay for services rendered by a consultant to an advisory committee is governed by 41 C.F.R. Subpart 101-6.10.
(b) Since the statutes governing the acquisition of and rate of pay for these services are subject to change, the contracting officer shall seek the advice of the OA legal counsel prior to taking action on the procurement request for such services.
(b) The COCO is authorized to approve entering into a contract, exercising an option, or placing an order under a contract for procurement of severable services for a period that begins in one fiscal year and ends in the next fiscal year if the period of the performance period does not exceed one year.
(a) Definitions. The following words and terms are used in and defined for this subsection.
"Critical need" means a sudden or unexpected occurrence; an emergency; a pressing necessity; or an exigency. Such occasions are characterized by additional work or deadlines required by statute, executive order, court order, regulation, or formal directive from the Secretary of Transportation or designee. A recurring, cyclical peak workload, by itself, is not a critical need.
"Parental and family responsibilities" means situations such as absence for pregnancy, childbirth, child care, and care for elderly or infirm parents or other dependents.
"Temporaries" means those employees of a temporary help service firm who are supervised and paid by that firm and whom that firm assigns to perform the contract work assignments.
"Temporary help service firm" means a contractor which provides services that are performed by its pool of employees possessing the appropriate work skills for brief or intermittent periods. The firm is the legally responsible employer and maintains that relationship during the time its employees are assigned to the contract. The firm recruits, tests, hires, trains, assigns, pays, provides benefits and leave to, and as necessary, addresses performance problems, disciplines, and terminates its employees. The firm is responsible for payroll deductions and payment of income taxes, social security (FICA), unemployment insurance, and worker's compensation, and any required liability insurance and bonding.
(b) Policy. Temporary help services may be acquired for the brief or intermittent use of the skills of private sector temporaries. The acquisition of these services are subject to the following conditions:
(1) The temporary will be performing the work of an employee who will be absent from the position for a temporary period (short-term) because of a personal need including emergency, accident, illness, parental or family responsibilities, or mandatory jury service.
(2) In the judgment of the head of the requesting office, the temporary help is for a critical need which cannot be delayed.
(c) Exceptions. Temporary help services cannot be acquired--
(1) To displace a Federal employee;
(2) For the work of managerial or supervisory positions;
(3) To perform the work of a Senior Executive Service (SES) employee or to occupy an SES position; or
(4) To circumvent the regular recruitment and hiring procedures under the civil service laws for permanent appointment in the competitive civil service.
(5) To circumvent controls on employment levels; or
(6) In lieu of appointing a surplus or displaced Federal employee as required by 5 C.F.R. Part 330, Subpart F (Agency Career Transition Assistance Plan for Displaced Employees) and Subpart G (Interagency Career Transition Assistance Plan for Displaced Employees).
(d) Certification of need. The requirements office must submit a Checklist for Private Sector Temporary Personnel (Appendix A), with the procurement request (PR) for temporary help services. The entire checklist must be completed or the contracting officer shall reject the PR.
(e) Acquisition and contract requirements. The contracting officer shall comply, as applicable, with all of the policy and procedures of the FAR to acquire temporary help services by contract. The following limitations apply:
(1) The contract shall not create or imply an employer-employee relationship between the Government and the contractor's temporary, and the temporary shall not be eligible for civil service employee benefits, including retirement; and
(2) Time limit on use of temporary help service firm. The contract shall not require the use of a temporary help service firm in a single situation, as defined at TAM 1237.112(a) initially for more than 120 workdays. However, if the Government employee's absence or DOT critical need continues to exist beyond the initial 120 workdays, the temporary help services may be extended up to a maximum limit of 240 workdays.
(3) Time limit on use of individual employee of a temporary help service firm. The contract shall not require that a temporary at an office work for more than 120 workdays in a 24-month period. The 24-month period begins on the first day of assignment. However, the temporary may work up to a maximum of 240 workdays if it is determined that using the services of the same individual for the same situation will prevent significant delay.
(f) Approval for extended services by the OA personnel office. If the requiring office desires to retain the services of the same temporary help service firm beyond 120 workdays, or needs to use a temporary beyond the 120 workdays, the requiring office must submit information to the OA personnel office for approval. The OA personnel office should receive the notification at least 10 working days before the 120 workday period expires. The information required for submission is:
(1) A full justification for the extension beyond the 120 workday period;
(2) The new termination date or number of extra workdays needed;
(3) The total number of days worked by the current temporary and the reason for using the individual;
(4) The importance of the work to be done and the impact of delay or interruption; and
(5) The actions taken to find other solutions, and the availability of external and internal candidates.
(g) Contract administration. The office receiving the temporary shall ensure that an employer-employee relationship is not established with the contractor's temporary. However, technical advice, assignment of task, task-related instructions, office orientation, and review of the temporary's work products are necessary to ensure that the temporary performs the requisite services.
(a) The contracting officer is authorized to procure stenographic services by contract under 5 U.S.C. 3109.
(a) The Head of the Contracting Activity (HCA) or designee no lower than the COCO is authorized to waive the cost allowability limitations at (FAR) 48 C.F.R. 31.205-6(g) on severance payments to foreign nationals pursuant to (FAR) 48 C.F.R. 37.113-1(a).
When a contract calls for technical assistance or advice that will benefit a third party, these are considered advisory and assistance services in the context of any regulation, statute, or guidance on these services. While these services may ultimately benefit an external or third party such as grantees or the states, the services are nonetheless acquired to accomplish the program objectives of DOT.
(a) The COCO is authorized to determine if sufficient personnel with the requisite training and capabilities are available in the agency to evaluate and analyze proposals submitted to DOT. See (FAR) 48 C.F.R. 37.204(a).
(b) The COCO is authorized to determine which Federal agencies have personnel with required capabilities, consider the administrative costs to conduct the search, and make the best use of available personnel in performing the agency’s mission. See (FAR) 48 C.F.R. 37.204(b).
(d) The COCO is authorized to determine under (FAR) 48 C.F.R. 37.204(d), whether the agency is unable to obtain personnel with the required training and capabilities to evaluate proposals submitted for the acquisition. If the agency is unable to obtain the requisite personnel, the COCO may acquire advisory and assistance services under (FAR) 48 C.F.R. 37.203.
The contracting officer shall ensure that the requirements of (FAR) 48 C.F.R. 37.205 are met.
All advisory and assistance services shall be reported to the Federal Procurement Data System in accordance with the procedures under TAM 1204.6.
(a) The contracting officer is authorized to ensure that requirements for services are clearly defined and appropriate performance standards are understood by potential offerors. See (FAR) 48 C.F.R. 37.503(a).
(b) The contracting officer is authorized to ensure that service contracts are awarded and administered to meet the customer’s required budget and delivery schedule. See (FAR) 48 C.F.R. 37.503(b).
(c) The HCA is authorized to ensure that specific OA procedures are in place before awarding service contracts in accordance with OFPP Policy Letter 92-1 for Inherently Governmental functions.
(d) The HCA is authorized to ensure that strategies are developed, and staff trained for effective implementation of service contract policies in (FAR) 48 C.F.R. 37.102.
The procedures for ordering from the GSA FSS contracts are set forth in (FAR) 48 C.F.R. Part 8 and TAM Chapter 1208.
(e) Multiple award schedules ((FAR) 48 C.F.R. Part 8.404) contain no pricing information and neither contractor catalogs nor price lists are maintained or distributed by GSA. To initiate automatic receipt of contractor publications, ordering activities should send a letter requesting to be included on GSA's Centralized Mailing List Service, to P.O. Box 6477, Fort Worth, Texas, 76115. GSA will generate mailing lists, which are provided to contractors to distribute their catalog and/or price lists when FSS contract awards are made.
This chapter prescribes acquisition policies and procedures for Electronic and Information Technology (EIT). FAR 2.101 states that EIT has the same meaning as information technology. The DOT guidelines found in the memorandum entitled, “Guidelines for Information Technology (IT) Purchases,” dated October 1, 2004, applies to EIT.
(b) All commercial software, hardware, and telecommunications products and services procured by contract (including through subcontracts), purchase order, task order (including GSA Schedules), small purchase, purchase card (see documentation requirements of 1239.203-70 and 1239.203-71) or otherwise, are required to be approved in advance by the Operating Administration (OA) Chief Information Officer (CIO) or designee in accordance with OA procedures and 1239.2. See the memorandum entitled, Guidelines for Information Technology (IT) Purchases, dated October 1, 2004. Further DOT requirements for IT are contained in DOT Order 1350.2, "Departmental Information Resource Management Manual (DIRMM)," which is issued and maintained by the Office of the Chief Information Officer, S-80.
(a) Procurement requests for information technology systems, including acquisitions for databases and publicly accessible websites, are to contain a DOT F 1361, Checklist for Privacy Compliance, completed by the requiring official and OA Privacy Officer and approved by the OA Privacy Officer (or designee) before forwarding to the Contracting Officer for processing. The Contracting Officer is to ensure the appropriate contract clauses and language (see 1239.105-70(b)) relating to privacy are included in any resultant contract.
(b) When a DOT F 1361, Checklist for Privacy Compliance, indicates that a Privacy Impact Assessment (PIA) is required for an acquisition, the following language is to be included in the contract, normally in the statement of work by the requiring office, unless the contracting officer determines another section of the contract format is more appropriate.
“This acquisition requires a Privacy Impact Assessment (PIA) to be conducted by the Government. To ensure the PIA is current and accurate, the contractor shall provide either a written confirmation to that effect or a report listing the requirements needed to make the PIA current and accurate. This confirmation or report (as applicable) is to be provided to the requiring official and OA Privacy Act coordinator 30 days before the system is deployed.”
(c) The requiring office must include the requirements of 1224.1 in requirements for the development and management of DOT public web sites to ensure compliance with the E-Government Act of 2002.
(a) Requiring officials and Privacy Officers are to complete a DOT F 1361, Checklist for Privacy Compliance, and include a copy in the procurement request package when an acquisition is for an information technology system, including acquisitions for data bases and acquisitions for publicly accessible web sites.
(b) OAs shall use the DOT F 4263.1 to indicate the CIO’s approval of Electronic and Information Technology (EIT) purchases using the credit card. See the definition of EIT at FAR 2.101. The approved DOT F 4263.1 shall be retained by the credit card holder.
Purchase request packages for any acquisition that may include electronic and information technology (EIT) as a deliverable must include a fully completed "Section 508 Determination and Certification" (Form DOT 4260.1). If it is determined that some part of the requirement is not commercially available, this document must be accompanied by its, "EIT Commercial Non-Availability Certification,” (Form DOT 4261.1) and be signed by the requiring official, the requiring official’s immediate supervisor or office chief, and the Operating Administration’s (OA) Chief Information Officer. These properly certified documents must be included in the purchase request package before forwarding to the applicable contract office. All EIT purchases, regardless of the purchase methodology used, shall be approved by the OA CIO or designee. See the memorandum entitled, Guidelines for Information Technology (IT) Purchases, dated October 1, 2004.
Credit card purchases of electronic and information technology (EIT) require a completed DOT F 4263.1, Checklist for EIT Credit Card Purchases, to be approved by the OA CIO or designee prior to purchasing the EIT. The approved DOT F 4263.1 shall be retained by the credit card holder.
If a procurement may have an EIT deliverable, but procuring the item in compliance with Access Board standards would cause an undue burden on the OA, additional documentation must accompany the purchase request. The requiring organization must complete and certify the “Section 508 Determination and Certification” and the “EIT Undue Burden Exception Determination and Certification” (Form DOT 4262.1) of the “Section 508 Determination and Certification”). When completed, the requiring organization must forward the certified document as an undue burden claim submission to the DOT Undue Burden Advisory Board or to the Secretary for approval pursuant to the procedures in the Departmental Information Resource Management Manual (DIRMM) Chapter 2. These documents shall remain in the contract file through contract close out.
(RESERVED)
(c) Requests for certification shall be submitted by the Chief of the Contracting Office (COCO) to the Senior Procurement Executive (SPE). The request shall describe the items to be acquired, the total value of the acquisition (including options) and the period of contract performance. The request also shall certify that there are personnel technically qualified to deal with special utility problems (e.g., technical knowledge of the items being purchased including the determination of a reasonable price).
(d)(2)(i) The contracting officer is authorized under (FAR) 48 C.F.R. 41.201(d)(2)(i) to enter into a contract pursuant to 42 U.S.C. 8287 (which pertains to the subject of shared energy savings including cogeneration).
(d)(3) The contracting officer is authorized under (FAR) 48 C.F.R. 41.201(d)(3)(i)-(iii) to perform the following--
(i) May, consistent with applicable state law, enter into contracts for the purchase or transfer of electricity to the agency by a non-utility, including a qualifying facility under the Public Utility Regulatory Policies Act of 1978;
(ii) May enter into an interagency agreement, pursuant to (FAR) 48 C.F.R. 41.206 and (FAR) 48 C.F.R. 17.5, with a Federal power marketing agency or the Tennessee Valley Authority for the transfer of electric power to the agency; and
(iii) May enter into a contract with an electric utility under the authority or tariffs of the Federal Energy Regulatory Commission.
(a) Contracting officers may use variations of the prescribed provision and clauses under (FAR) 48 C.F.R. 41.5 when necessary for a particular acquisition of utilities. However, the variations should be reviewed by counsel for legal sufficiency.
(c) DOT negotiates various Memorandums of Agreements (MOA) for contract administration and audit services with other Federal agencies. These MOAs serve as interagency agreements within the meaning of (FAR) 48 C.F.R. Part 42.
(a) Contracting offices shall follow the procedures under the MOU and current billing rates as amended between DOT and the Department of Defense to order audit services.
(a) Delegating functions. Contracting offices may obtain contract administration assistance from the Defense Contract Management Agency, Ft. Belvoir, VA, when the Chief of the Contracting Office (COCO) determines that such action is in the best interest of DOT. DOT has an MOU with the Department of Defense for contract administration support services. Contracting officers shall comply with the MOU when ordering services.
(c) Delegating additional functions.
(2) The Chief of the Contracting Office (COCO) is authorized to approve a delegation of authority to the Contract Administration Office (CAO), to issue orders under provisioning procedures in existing contracts and under basic ordering agreements for items and services identified in the schedule.
(a)(13) The assignment of contract administration to a Defense Contract Management Agency does not affect the designation of the paying office unless the payment function is transferred to the CAO. If the contracting officer intends to delegate the contract payment function to another agency, the contracting officer shall discuss the procedure for transferring funds with the Operating Administration (OA) assigned payment office. All payments to contractors will be made by the payment office designated in the contract.
The CAO or the contracting officer’s designee under fixed price contracts shall review and approve contractor invoices for payment. The CAO shall review and approval contractor’s vouchers (invoices) under cost-reimbursement, labor hour or time and material contracts, and this function cannot be delegated to a Contracting Officer’s Technical Representative (COTR).
(a) The Head of the Contracting Activity (HCA) or designee with a rank no lower than that of a flag officer or Senior Executive (SES) official, is authorized to approve the assignment of a corporate administrative contracting officer.
(b)(1) Waiver of certification. The COCO is authorized to waive the requirement for certified final indirect costs rates in accordance with (FAR) 48 C.F.R. 42.703-2.
(a) Applicability and responsibility.
(3) When the business units are not included in (FAR) 48 C.F.R. 42.705-1(a)(1) or (2), the Administrative Contracting Officer (ACO) of the contract is the contracting officer responsible for obtaining or negotiating a rate using the guidance under (FAR) 48 C.F.R. 42.704 and TAM 1242.708 and 1242.708-70.
(b) Procedures.
(1) Contracting officers shall require the contractor to submit a copy of the contractor's final indirect cost rate proposal to the responsible auditor.
(b) Predetermined final indirect cost rates.
(3) The HCA is the level of approval for use of a predetermined final indirect cost rate under a contract with an educational institution when the conditions under (FAR) 48 C.F.R. 42.705-3(b)(3) apply.
(a)(2)(ii) The 15 percent parameter under (FAR) 48 C.F.R. 42.708(a)(2)(ii) does not apply to DOT contracts.
The contracting officer shall:
(a) Require the contractor to submit the following: (1) the contractor’s final indirect cost rate proposal reflecting actual cost experience during the covered period(s), together with supporting cost or pricing data, for each of its fiscal years for which quick-closeout is involved, and (2) a final voucher and a summary of all costs by cost element and for each of its fiscal years for the contract(s) in question.
(b) Notify the responsible audit activity, either verbally or in writing, identify the contract(s), and request: (1) the contractor’s indirect cost history covering a sufficient number of fiscal years to see the trend of claimed, audit questioned, and disallowed costs; and (2) any other information that could impact the decision to use quick-closeout procedures. Indirect cost histories should be requested from the contractor only when the responsible audit activity is unable to provide the information.
(c) Review the contract(s) for indirect cost rate ceilings and any other contract limitations, as well as the rate history information.
(d) If quick-closeout procedures are appropriate based upon the information obtained pursuant to paragraphs (a), (b), and (c) of this section, the contracting officer shall document the file stating the findings and rationale for proceeding with the quick closeout procedures. See TAM 1242.7200, Policy, on file documentation for audits of direct and indirect costs.
(e) Final indirect cost rates should be established using one of the following:
(1) ceiling indirect cost rates established in the contract (if applicable), consistent with FAR 42.707(c)(1) and (2).
(2) contractor’s claimed actual rates adjusted based on the contractor’s indirect cost history.
(3) recommended rates from the responsible audit agency, the local pricing office, another installation pricing office, or other recognized knowledgeable source.
(4) billing rates established in the contract.
(5) previous year’s final rates in the contract, if established.
(6) contracts established final rates for another fiscal year closest to the period for which quick-closeout rates are being established.
(f) If an agreement is reached with the contractor, obtain a release of all claims and other applicable closing documents (see (TAR) 48 C.F.R. 1204.804-570).
(a) Contracting officer receipt of vouchers.
Contracting officers shall process reimbursement vouchers in accordance with their OA voucher/invoicing procedures.
(b) Auditor receipt of vouchers.
(1) The contracting officer may authorize the contractor to send vouchers directly to the contract auditor. If this authority is granted, the auditor shall (i) receive reimbursement vouchers directly from contractors, (ii) approve for payment those vouchers found acceptable, and (iii) forward approved vouchers for payment to the responsible payment office. The auditor shall not be allowed to approve or suspend payment of questionable costs. The auditor shall send reimbursement vouchers with questionable costs to the contracting officer with a recommendation concerning approval, disapproval or suspension of payment.
(2) The auditor shall not be allowed to issue the contractor a notice of suspended and/or disapproved contract costs.
(3)(ii) When the contractor files a claim under the Disputes clause of the contract for costs not reimbursed, the contracting officer shall process the claim in accordance with OA procedures.
(b) Contracting officers shall contact their local or OA Headquarters transportation office for assistance concerning the tasks delineated under (FAR) 48 C.F.R. 42.1401.
(a)(2) Contracting officers shall contact their local or OA Headquarters transportation office for guidance concerning the report of planned and actual volume movements within the contiguous United States in accordance with (FAR) 48 C.F.R. 42.1402(a)(2).
(a) Contracting officers shall provide instructions in the contract on how contractors may obtain a Government Bill of Lading (GBL). These instructions shall be coordinated with the local or OA Headquarters transportation office authorized to issue GBLs. To avoid delays in the shipment of items under the contract, the instructions shall require the contractor to provide the contracting officer with advance notification (in workdays) of the need for the GBLs.
(b) When the contract authorizes the shipping costs to be shown as a separate item on the voucher/invoice, the contract shall reflect estimated shipping costs as a separate contract line item.
(b)(1) OA’s may submit a deviation request in coordination with their respective mail management office to: U.S. Postal Service, Official and International Mail Accounting Division, Office of Accounting, Washington, DC, 20260-5230 to obtain approval to use printed marking indicia on mail in lieu of stamps.
This subchapter provides policies and procedures for evaluating, maintaining, and releasing contractor performance information under DOT contracts.
(a) OAs shall prepare a contractor performance evaluation for all contracts, task orders and/or delivery orders in accordance with (FAR) 48 C.F.R. 42.1502(a). The evaluation shall be completed using the National Institutes of Health Contractor Performance System (NIH CPS). General information on this system, and the CPS user’s manual can be found on the Acquisition and Grants Home page. Interim evaluations are required to be performed on contracts exceeding one year in duration (including options). This will assist contractors with improving marginal performance and will help identify any major deficiencies. Interim evaluations will also facilitate performance evaluations at contract completion, as well as determining whether to exercise contract options, if any.
(b) A DOT wide class deviation has been approved for contracting offices to use the NIH CPS to evaluate performance on construction contracts valued at $500,000 or more or more than $10,000 if the contract is terminated for default, in lieu of using the SF 1420 required at (FAR) 48 C.F.R. 36.201 and 53.236-1. Until such time as the A-E module of the NIH CPS is developed for agency use, contracting officers shall evaluate the performance of A-E contractors in accordance with (FAR) 48 C.F.R. 36.604.
(a) The COCO shall determine who will evaluate the contractor’s performance. Contracting officers, COTRs, and other program office users are candidates likely to be selected to perform the evaluation. Both acquisition and program office personnel are required to participate in the electronic evaluation process. General information on the use of this internet based system is located on the Acquisition and Grants Home page. An interim evaluation should be obtained from an individual who monitored the contractor’s performance when their assignment of duties or employment ends prior to the physical completion of a contract.
(b) The COCO is the final authority on disagreements between the parties regarding a contractor’s performance evaluation. In the event the COCO is also the contracting officer, the final authority to resolve a disagreement will be referred to the responsible individual one level above the COCO. Release and markings of the completed evaluations to other than Government personnel and the contractor whose performance is being evaluated shall be conducted in accordance with (FAR) 48 C.F.R. 42.1503(b).
(d) Access to the NIH CPS is restricted to DOT personnel with a need to enter the database for the purposes of evaluating, reviewing or commenting on a contractor’s performance. DOT contractor personnel who require access to the NIH CPS for the purpose of evaluating performance as a responsibility of an OA contracting office, must have a current non-disclosure statement on file with both the OA and NIH CPS system administrators.
(1) The DOT administrator of the NIH CPS is located in the Office of the Senior Procurement Executive (M-60). The DOT administrator provides access to an administrator in each OA.
(2) The OA administrators are responsible for assigning access rights (user ID and passwords) to contracting personnel (i.e., contracting officer, contract specialist, COTR, contractor, etc.) to perform the required evaluation, comment or rebuttal process under password restricted accounts. The list of OA system administrators can be found on the Acquisition and Grants Home page. The integrity of the database (NIH CPS) is ensured through constant auditing by the NIH CPS system administrator.
(e) All past performance information (electronic or hard copy) shall be retained in the contract file for the purpose of source selection information for three (3) years after contract completion. However, the evaluation, contractor rebuttal and the OA decision becomes a part of the contract file, and must be retained and disposed of in accordance with TAM 1204.805.
The COTR designation and contractor notification requirements referenced in (TAR) 48 C.F.R. 1252.242-73 are contained in this subchapter.
This subchapter provides policy and procedures concerning the selection and training, certification, appointment, and termination of a COTR.
OA policies shall use the DOT COTR Training Standards policy to develop OA procedures for COTR selection and training.
OA policies shall use the DOT COTR Training Standards policy to develop OA procedures for COTR certification.
(a) Contracting officers may delegate technical representatives to perform certain functions during the term of the contract. These functions may include such things as inspecting, testing, accepting contract line items, surveying the contractor's performance, controlling Government-furnished property, reviewing and approving and/or recommending to the contracting officer approval/disapproval of vouchers/invoices, etc.
(b) When a COTR is assigned to a contract, a letter of appointment shall be addressed and sent to the person selected to serve as the COTR. A separate letter must be written for each contract, and must, at a minimum, include the following information:
(1) The Contracting Officer's and Contract Specialist's/Administrator's name and telephone number;
(2) The Contract number;
(3) The COTR's specific areas of responsibilities and authorities;
(4) The COTR's specific limitations;
(5) A detailed description of the types of files and the content of the files to be maintained by the COTR;
(6) Emphasis on ethics, procurement integrity, conflict of interest, and standards of conduct, including a copy of (FAR) 48 C.F.R. Part 3, (TAR) 48 C.F.R. Part 1203, TAM Chapter 1203, and other regulations, statutes, or directives governing these topics (e.g., 5 C.F.R. Part 2635 Standards of Conduct);
(7) Emphasis on avoiding unauthorized contract commitments. To that effect, the letter should include a copy of FAR 1.602-3, Ratifications of Unauthorized Commitments and TAM 1201.602-3, Ratifications of Unauthorized Commitments;
(8) The COTR must be required to acknowledge receipt of the letter. The COTR must be required to indicate that he or she has read the appointment letter and that the requirements of the letter have been understood. The COTR must also be required to return the signed letter to the contracting officer;
(9) A requirement that the COTR comply with all the requirements that must be satisfied in order to obtain and control official identification cards;
(10) A description of the training required and information on obtaining such training; and
(11) A requirement that any questions concerning the above information or any other COTR responsibility be addressed to the contracting officer immediately after receipt of the letter.
(c) The Contracting Officer shall provide a copy of the fully executed and acknowledged COTR letter of appointment to both the contractor and COTR.
(a) Contracting officers shall not delegate to the COTR the following authorities:
(1) The authority to issue task or delivery orders against a contract or any of the agreements defined under (FAR) 48 C.F.R. Subpart 16.7;
(2) The authority to change any of the terms and conditions of a contract or any of the agreements defined under (FAR) 48 C.F.R. Subpart 16.7;
(3) The authority to sign contracts or contract modifications;
(4) The authority to write letters to the contractor that will impact the cost or schedule of the contract. The authority to otherwise write letters to a contractor must require the COTR to send a copy of the letters to the contracting officer for the contract file;
(5) The authority to approve contractors' vouchers under cost-reimbursement contracts. However, the COTR may review the vouchers and make payment recommendations to the contracting officer; or
(6) The authority to commit the Government to any adjustments to the price or cost of the contract or order (e.g., the contracting officer must sign all prenegotiation and price negotiation memoranda including those which may be combined into one document for those adjustments valued at $100,000 or less.
(a) Contracting officers shall issue a Notice of Termination of Appointment in writing to the COTR. A copy of the letter (or a separate notice of termination of appointment) shall be provided to the contractor.
(b) COTRs may be terminated for reasons including, but not limited to, exceeding their authorities and limitations, conflicts of interest, unethical conduct, failure to perform, reassignment/resignation/retirement, and upon completion of the contract to which assigned.
The contracting officer is responsible for ensuring that the direct and indirect costs paid under a cost reimbursement contract are allowable. Under most circumstances, DOT recognizes that periodic incurred cost audits by a contractor’s responsible audit agency are the preferred mechanism to assist the contracting officer in ensuring the validity of direct and indirect costs billed under cost reimbursement contracts. If at any time the contracting officer decides not to obtain an independent audit, the contracting officer shall document the file as to why the independent audit was not obtained. The file documentation shall include, as a minimum, a discussion of: (1) the reason an independent audit was not obtained (e.g., small dollar amounts remaining un-audited or unsettled; low dollar value of the contracts; planned audit was cancelled); (2) the extent of the analysis that was performed in lieu of obtaining an independent audit (e.g., desk analysis; a comparison of proposed direct costs and indirect rates to incurred direct costs and actual indirect rates; an examination of the costs included in the submission of indirect costs to detect any unallowable costs, or questionable amounts or accounts); and (3) other factors affecting the contracting officer’s decision and the mitigation of risk (e.g., an approved accounting system; the absence of significant audit issues and problems in previous pre-award, post-award, or final audits; contract ceilings below claimed indirect rates).
The contracting officer shall obtain a certified Form DOT F 4200.1, Procurement Request-Process Rapidly, from the requirements office to meet the conditions set forth in (FAR) 48 C.F.R. 43.105.
The 30-day period cited in the clauses referenced at (FAR) 48 C.F.R. 43.205(a) through (d) may be changed at the discretion of the contracting officer.
This subchapter sets forth the requirements for the administration of undefinitized contract actions as required by the House Appropriation Subcommittee on Transportation Report No. 101-584 (H.R. 5223).
"Undefinitized contract action" (UCA) means the following:
(1) Change Orders. All modifications/supplemental agreements issued under the "Changes" clause when the price for the change has not been negotiated;
(2) Maximum Priced Actions. All actions issued with a not-to-exceed limitation except for change orders and letter contracts; and
(3) Letter Contracts.
"Value" means the ceiling amount of the action (i.e., the Government's estimated amount for the change order; the not-to-exceed amount cited on the maximum price action, or the limitation of the Government's liability on the letter contract).
Contracting officers shall exert every effort to keep UCAs to a minimum.
Contracting officers shall negotiate the UCA and issue the definitized contractual document within six months after the UCA has been issued to the contractor. If this timeframe is not met, the contracting officer should document the contract file to state the reason for the delay.
(a) The Head of the Contracting Activity (HCA) shall ensure that a system is developed and maintained to monitor UCAs. The Chief of the Contracting Office (COCO) shall ensure that progress is being made to definitize the UCAs within the six-month period (except see (FAR) 48 C.F.R. 16.603-2 for additional requirements for letter contracts. Also, see TAM 1216.603-2(c) for COCO approval to extend the definitization schedule under letter contracts.
(b) Operating Administrations (OAs) may be required to prepare UCA reports upon request from the Office of the Senior Procurement Executive (M-60). Therefore, the UCA monitoring system established by the OA should be able to provide, at a minimum, the total number and value of all change orders, maximum priced actions, and letter contracts.
The review required by (FAR) 48 C.F.R. 44.202-2(a) shall be documented in writing (including supporting facts and rationale), signed by the contracting officer, and included in the contract file.
Any limitations placed on the consent to subcontract shall be documented in writing (including supporting facts and rationale), signed by the contracting officer, and included in the contract file.
The Chief of the Contracting Office (COCO) is the individual authorized to raise or lower the $25 million review level for a contractors’ purchasing system review if it is considered to be in the Government’s best interest.
(a) Unless otherwise not in the best interest of DOT, property administrators shall accept the review and approval of a contractor's property control system by another Government agency (e.g., Department of Defense, Department of Health and Human Services). The contract file shall include the name of the agency/office that approved the contractor's system and the date approved.
(b) When the property administrator determines that review and approval of the contractor's property control system rests with DOT, the Government's property administrator shall review the system to determine whether the contractor will be able to meet the requirements of (FAR) 48 C.F.R. Part 45. Appendix A, Compliance Checklist for Contractors' Property Control System, shall be completed, signed by the appointed property administrator, and retained in the contract file.
(a) Contracting officers shall maintain a file on Government property in the possession of the contractors. As a minimum, the file shall contain the following:
(1) A copy of the applicable portions of the contract that list the Government-furnished property (GFP);
(2) Contracting officer's letters assigning the Government property administrator to the contract;
(3) Written evidence that the contractor's property control system was reviewed and approved as required by (FAR) 48 C.F.R. 45.104;
(4) If applicable, documentation of the request and approval or denial of the contractor's requests to acquire or fabricate special test equipment in accordance with (FAR) 48 C.F.R. 45.307 or other property;
(5) The contractor's written notice of receipt of the GFP and any reported discrepancies thereto, as required by (FAR) 48 C.F.R. 45.502-1 and (FAR) 48 C.F.R. 45.502-2, respectively;
(6) Any other documents pertaining to or affecting the status of the Government property in the possession of contractors or subcontractors under the contract;
(7) A copy of the contractor's annual and inventory reports of Government property as required by (FAR) 48 C.F.R. 45.505-14 and (TAR) 48 C.F.R. 1245.508-2; and
(8) Documentation of the screening and disposal of all Government property as required by (FAR) 48 C.F.R. 45.6.
(a)(4) The Head of the Contracting Activity (HCA), or designee with a rank no lower than that of flag officer or Senior Executive Service (SES) level, is authorized to issue a Determinations and Findings (D&F) (based on the contractor’s written assertion of inability to obtain facilities) that the contract cannot be fulfilled by any other practical means or that it is in the public interest to provide facilities.
(c) The contracting officer is authorized to waive the contractor’s liability for the unauthorized use of items of the facilities and to determine that without such a waiver, gross inequity would result (see (FAR) 48 C.F.R. 52.245-9(j)).
(b)(2) Prior to permitting the contractor to acquire or fabricate special test equipment, the contracting officer shall screen existing Government-owned test equipment that may be available within DOT or at other Federal agencies. The Operating Administration’s (OA's) property officer, as defined in DOT Order 4410.4 series, Equipment Management and Control, should be contacted for assistance.
(a) The authority of the HCA, to make the determination under (FAR) 48 C.F.R. 45.309 concerning the construction or installation of Government production and research property, etc., is retained by the HCA.
(3) The contracting officer is authorized to include in the contract an alternate provision considered adequate to protect the Government's interests.
The contracting officer is authorized to determine it to be in the Government’s interest, to charge on the basis of other than the rental period, rent for classes of production and research property other than plant equipment identified in (FAR) 48 C.F.R. 52.245-9.
Contracting officers shall compute rental costs for the use of Government production and research property with foreign governments or international organizations in accordance with (FAR) 48 C.F.R. 52.245-9, Use and Charges. See also OMB Circular A-25, User Charges, as implemented by DOT Order 2300.1 series, Reimbursable Agreements, guidance on the establishment of fees to recover costs.
(a) The HCA is authorized to approve non-Government use of active plant equipment exceeding 25 percent.
Government property administrators shall require the contractor to provide a receipt for each item of GFP provided to the contractor.
(b) Determining unit price.
(2) Government-furnished property. To ensure that the unit price of the GFP is furnished to the contractor, contracting officers shall include this information in the contract (as defined under (FAR) 48 C.F.R. 2.101) or by attachment thereto for each piece of GFP provided to the contractor.
On a case-by-case basis, the contracting officer may require special reports of plant equipment. These requirements shall be set forth in the contract.
(a) By October 31 of each year, each OA shall submit a consolidated contract property report to the Director, Office of Transportation and Facilities (M-50). The Director will electronically request the report with submittal instructions. The report shall contain the following information:
(1) The name and address of each contractor and subcontractor (if applicable) who has DOT property in their possession. Do not include property under grants, cooperative agreements, interagency agreements, or agreements with state or local governments;
(2) The contract number under which the property was provided by the Government or acquired by the contractor;
(3) The date the contractors' property control system was approved, and the name of the agency/office which approved the system; and
(4) The total acquisition cost and quantity and where applicable total acquisition cost and acres by contract, for each of the following categories of property as reported to the contracting officer by the contractors:
(i) Equipment;
(ii) Materials in stock (when the total value exceeds $50,000); and
(iii) Real property.
(b) The above information may be extracted from Form DOT F 4220.43 which is required to be submitted to contracting officers by contractors. See (TAR) 48 C.F.R. 1245.505-14.
(b)(1) The requirements for inventory disposal under DOT Order 4410.4 series, Equipment Management and Control, apply.
(a) Standard screening. The screening of property within the DOT is the responsibility of the offices listed under TAM 1208.101. The contracting officer shall contact the appropriate OA office for guidance, as necessary.
(b) Special screening requirements.
(3) Printing equipment. To ensure compliance with the regulations of the Joint Committee on Printing, Title 44 U.S.C., contracting officers shall report all excess printing equipment to the Publications and Distribution Services, Office of Information Services (M-30). This includes all equipment for use in authorized printing plants and auxiliary equipment (i.e., composing machine, process camera folder, collator, cutter, drill, or other production equipment) for use with duplicators or copying equipment.
(4) Non-nuclear Hazardous materials, hazardous wastes, and classified items. These items shall be screened in accordance with the Federal Management Regulation 102-36.425, Hazardous Personal Property
The items listed at FAR 45.604-1(b) and nuclear materials shall be disposed of in accordance with Federal Management Regulation 102-36.425, Hazardous Personal Property.
(a) The OA’s property management office is authorized to seek a deviation from the Administrator, GSA or their designee to explain the impairment or adverse affect of sale by GSA and justifying the need for the deviation.
Contractor inventory located in foreign countries shall be disposed of in accordance with (FPMR) 41 CFR 102-36.390, Disposition of Excess Personal Property.
All property including scrap is treated in accordance with the Federal Management Regulation 102-36.
INSTRUCTIONS FOR COMPLETING
COMPLIANCE CHECKLIST
FOR
CONTRACTORS' PROPERTY CONTROL SYSTEM
1. The list of requirements on the checklist is a synopsis of the requirements cited under (FAR) 48 C.F.R. Part 45, Government Property. The Government Property Administrator (PA) shall refer to the FAR for additional information concerning a specific requirement.
2. When the answer to a question on the checklist is "NO", the PA must attach an explanation of the deficiency and the action the contractor must take to correct the deficiency.
3. If the PA conditionally approves or disapproves the contractor's property control system, the PA shall follow the procedures of (FAR) 48 C.F.R. 45.104.
COMPLIANCE CHECKLIST FOR
CONTRACTORS' PROPERTY CONTROL SYSTEM
REQUIREMENT |
YES |
NO |
N/A |
REFERENCE |
A. MANAGEMENT. |
|
|
|
|
1. Has or will the contractor assign a property administrator to the contract to ensure that the requirements of (FAR) 48 C.F.R. Subpart 45.5, (TAR) 48 C.F.R. 1245, and the contract requirements will be met? |
|
|
|
|
B. CONTROL. |
|
|
|
|
1. For both the Government provided and contractor acquired property, is there a system for:
|
|
|
|
|
2. Is there a system for providing a financial account to the Government property administrator of the Government-owned property? |
|
|
|
|
3. Is there a system or technique for locating any item of Government property within a reasonable time period after a request from the Government? |
|
|
|
|
4. Are the contractor's property records set up to provide the information required under (FAR) 48 C.F.R. 45.505-1(a) and (b)? |
|
|
|
|
5. Is there a system for the immediate identification and reporting of excess (no longer needed Government property)? |
|
|
|
|
6. Does the contractor require that a physical inventory of Government property be made? If yes, circle how often is will be done: |
|
|
|
|
7. Is there a system for the proper care and maintenance of Government property? |
|
|
|
|
8. Is there a system for providing an inventory schedule of the Government property? |
|
|
|
|
9. Will the property be stored in a secure area to prevent theft? |
|
|
|
|
10. Will the maintenance program ensure that the property operates or functions for the purpose intended? |
|
|
|
|
11. Will Government property be provided to or acquired by subcontractors? |
|
|
|
|
12. If the answer to 11. is "YES", has the contractor included (FAR) 48 C.F.R. Part 45, (TAR) 48 C.F.R. 1245, and the applicable property clauses in the subcontract(s)? |
|
|
|
|
13. If the answer to 11. is "YES", has the contractor reviewed and approved the subcontractor's property control system to ensure that the property control system requirements of (FAR) 48 C.F.R. Subpart 45.5, (TAR) 48 C.F.R. 1245, and the contract are met? |
|
|
|
|
14. Other requirements (i.e., list of unique requirements set forth in the contract)? |
|
|
|
|
C. APPROVAL, CONDITIONAL APPROVAL, OR DISAPPROVAL |
|
|
|
|
D. SIGNATURE OF PROPERTY ADMINISTRATOR |
|
|
|
|
When the contracting officer deems it necessary, (FAR) 48 C.F.R. 52.246-16, Responsibility for Supplies, may be used in solicitations and contracts when the contract amount is not expected to exceed the simplified acquisition threshold.
(f) The contracting officer should ensure that inspection under DOT contracts is documented in accordance with TAM 1246.6.
Each Operating Administration (OA) is authorized to use Form DOT F 4220.42, Material Inspection and Receiving Report, and and Form DOT F 4220.42a, Continuation Sheet, or a form substantially similar if authorized in accordance with OA procedures.
The following areas should also be addressed by all OAs in relation to the use of warranties in DOT contracts:
(a) Planning is an essential step in obtaining an effective warranty and should begin early enough to address warranty requirements during the development of the item. Therefore, consideration of warranty provisions and their impact shall be included within the comprehensive acquisition planning process required by (FAR) 48 C.F.R. Part 7 and TAM Chapter 1207.
(b) The acquisition cost of a warranty may be included as part of an item's price when cost or pricing data will clearly define cost of the warranty to the Government, or may be set forth as a separate contract line item.
(c) Each OA shall establish a tracking and enforcement system, as appropriate, to identify items covered, to provide information to Government personnel about enforcing the warranty provisions, and to accumulate data relative to warranty costs.
(a) Warranties should be obtained only when they are cost beneficial. To determine whether use of a warranty is cost beneficial, an analysis must be performed to compare the benefits to be derived from the warranty with its acquisition and administration costs. The analysis should examine the procurement's life cycle costs, both with and without a warranty. Where possible, a comparison should be made with the costs of obtaining and enforcing warranties for similar supplies or services. If a warranty is determined to be appropriate, the contract file shall be documented with the reason for inclusion of a warranty and identify the specific parts, subassemblies, systems or contract line item(s) on which a warranty should apply, and shall address why a warranty is appropriate under the criteria set forth in (FAR) 48 C.F.R. 46.703.
(b) Contracting officers should negotiate a warranty that meets or exceeds the requirements of (TAR) 48 C.F.R. 1246.706 when it is advantageous.
The Chief of the Contracting Office (COCO) shall approve the use of a warranty clause in acquisitions when a warranty exceeding the standard industry practices is required.
The contracting officer shall use the criteria under (FAR) 48 C.F.R. 46.703 to determine whether data to be delivered under a contract should be warranted.
DOT approval authority for using the warranty clauses referenced at (FAR) 48 C.F.R. 46.710 and listed at (FAR) 48 C.F.R. 52.246-17; 18; 19; 20; and 21 is the COCO when a warranty exceeding the standard industry practices is required (see TAM 1246.704).
(c) Negotiation of section 10721 rates by transportation officers does not require a contracting officer's warrant (see (FAR) 48 C.F.R. 47.000(a)(2)). However, the binding of the Government through negotiated actions, other than through 49 C.F.R. 10721, requires a contracting officer's warrant unless otherwise exempt by executive order, statute, or regulation.
(a) The GSA points of contact for transportation assistance, by region are located on the internet.
(a) Contracts or basic ordering agreements awarded by DOT procuring offices for transportation or for transportation-related services greater than the simplified acquisition threshold requires approval one level above the contracting officer.
(c) The contracting officer shall notify the contractor of any loss or damage to the Government supplies shipped by the contractor under prepaid commercial bills of lading.
(a) Contracting officers requiring the Maritime Administration’s (MARAD's) assistance should contact the Director of Cargo Preference (MAR-590), 400 Seventh Street, S.W., Washington, DC, 20590, by telephone at 800-9US-FLAG; by the internet at http://www.marad.dot.gov/offices/cargo_pref.html; or by email at cargo.marad@marad.dot.gov.
(c) Questions regarding the fairness/reasonableness of ocean transportation rates can be addressed by MARAD’s Office of Cargo Preference cited in paragraph (a) of this section.
(a)(2) When determining when to use the Alternate I to (FAR) 48 C.F.R. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels, contracting officers shall consult with transportation officers or MARAD as necessary.
(b) DOT has no prescribed standard solicitation provisions or contract clauses.
(a) The Head of the Contracting Activity (HCA), for individual case-by-case exemptions, and the Senior Procurement Executive (SPE), for class exemptions, are authorized under (FAR) 48 C.F.R. 48.102(a) to exempt contracts from including value engineering procedures and processes.
(b) The Office of the Senior Procurement Executive (M-60) is responsible for managing and monitoring value engineering (VE) efforts at DOT (see OMB Circular A-131).
Upon receipt of a value engineering change proposal (VECP), the contracting officer shall promptly forward it to the technical initiator responsible for the contract, indicating:
(a) The date the VECP was received;
(b) The date by which the contractor must be informed of the Government's acceptance or rejection of the VECP, unless additional time is required for evaluation;
(c) The date by which the contracting officer must know of the technical officer's decision in order to timely accept or reject the VECP;
(d) The need for information required to inform the contractor if the VECP is to be rejected or if additional time is needed for evaluating the VECP;
(e) The potential for awarding concurrent, future, or collateral savings to the contractor, if the VECP is accepted;
(f) That if the VECP is accepted, precise information will be needed with regard to the type of savings, and Government costs, that can be expected from its acceptance;
(g) The need for a procurement request (Form DOT F 4200.1) setting forth the specification changes to be used in a contract modification accepting the VECP in whole or in part; and
(h) The need for additional funds, if acceptance of the VECP results in negative instant contract savings.
The Chief of the Contracting Office (COCO) is the individual authorized under (FAR) 48 C.F.R. 48.104-2(a) to determine that the cost of calculating and tracking collateral savings will exceed the benefits to be derived.
(a) General.
(6) The HCA (for an individual contract action) and the SPE (for a class of contract actions) are the individuals authorized under (FAR) 48 C.F.R. 48.201(a)(6) to exempt a contract from the requirements of FAR Part 48.
(e) The COCO is the individual authorized under (FAR) 48 C.F.R. 48.201(e) to determine that the cost of calculating and tracking collateral savings will exceed the benefits to be derived.
The COCO is the individual authorized under (FAR) 48 C.F.R. 48.202 to determine that the cost of calculating and tracking collateral savings will exceed the benefits to be derived.
If the termination contracting officer (TCO) suspects fraud or other criminal conduct related to the settlement of a terminated contract, the TCO shall discontinue negotiations and report the facts to legal counsel before continuing settlement negotiations.
All proposed settlement agreements shall be coordinated with legal counsel.
(d)(1) Except as set forth in paragraph (d)(2) of this section, the Secretary has exclusive authority to indemnify contractors against unusually hazardous or nuclear risks, including extending such indemnification to subcontractors. This authority is not delegable regardless of the dollar amount involved in the indemnification.
(2) In the case of a procurement involving any product, service, device, or technology that has been or could be deemed “qualified anti-terrorism technology” pursuant to subtitle G of title VIII of the Homeland Security Act of 2002 (Pub. L. 107-296), the Secretary shall not exercise the authority under paragraph (d)(1) of this section unless–
(i) the Secretary of Homeland Security has advised whether the authority provided under subtitle G of title VIII of the Homeland Security Act of 2002 would be appropriate; and
(ii) the Director of the Office of Management and Budget has approved the exercise of the Secretary’s authority under paragraph (d)(1) of this section.
DOT’s Contract Adjustment Board (S-20) is authorized to approve, authorize, and direct appropriate action with respect to requests for extraordinary contractual adjustments and to authorize entering into, amending, and modifying contracts without regard to other provisions of law to facilitate the national defense (except as set forth in TAM 1250.201).
Generally, it is DOT policy not to authorize indemnification to contractors or subcontractors against unusually hazardous or nuclear risks, pursuant to Pub. L. 85-804 (National Defense Contract Authorization Act), as amended, and (FAR) 48 C.F.R. Subpart 50.4. Contracting officers shall not include in solicitations or contracts the clause at (FAR) 48 C.F.R. 52.250-1, Indemnification Under Pub. L. 85-804, unless specifically authorized by the Secretary. Operating Administrations (OAs) shall direct all requests for indemnification through the OA Office of the Chief Counsel for appropriate coordination with the DOT General Counsel (C-10) before transmittal to the Secretary.
RESERVED
RESERVED
Operating administrations may computer-generate the forms prescribed in the TAR and this manual. Unless otherwise permitted in this chapter, computer-generated forms shall not change the name, content, or sequence of the data elements and shall carry the assigned number (e.g., Form DOT F 4220.12) and edition date.
The following form is prescribed for use in notifying recipients that the document contains source selection information, as specified in TAM 1203.104-4(b)(iii):
Form DOT F 4220.35, Cover Page Source Selection Information. (See TAM 1203.104-4(b)(iii).) Form DOT F 4220.35 is authorized for local reproduction.
The following form is prescribed for use in notifying recipients that the information or portions thereof is proprietary information related to the conduct of a Federal agency procurement, as specified in TAM 1203.104-4(b)(ii):
Form DOT F 4220.36, Cover Page Proprietary Information. (See TAM 1203.104-4(b)(ii).) Form DOT F 4220.36 is authorized for local reproduction.
The following form is prescribed for use for public and Congressional notification of contract awards, as specified in TAM 1205.303(a)(1):
Form DOT F 4220.41, Contract Award Notification. (See TAM 1205.303(a)(1).) Form DOT F 4220.41 is authorized for local reproduction.
The following form is prescribed for use to make the determination and document that a contractor is/is not responsible, as specified in TAM 1209.105-2:
Form DOT F 4220.1, Responsibility Determination. (See TAM 1209.105-2.) Form DOT F 4220.1 is authorized for local reproduction.
The following form is prescribed for use when requesting special priorities assistance, as specified in TAM 1211.603(g)(2):
Form BIS-999, Request for Special Priorities Assistance. (See TAM 1211.603(g)(2).) Form BIS-999 is authorized for local reproduction.
The following form is prescribed for use on simplified acquisition procedure actions, as specified in TAM 1213.101:
Form DOT F 4230.1, Simplified Acquisition Summary. (See TAM 1213.101.) Form DOT F 4230.1 is authorized for local reproduction.
The following forms are prescribed for use in contracting by negotiation:
(a) Form DOT F 4220.32, Weighted Guidelines Profit/Fee Objective. Form DOT F 4220.32 shall be used in developing the profit or fee objectives for conducting negotiations. It is authorized for local reproduction.
(b) Form DOT F 4220.34, Contract Facilities Capital and Cost of Money. Form DOT F 4220.34 shall be used to complete the Form DOT 4220.34 regarding the amount for capital employed and cost of money. It is authorized for local reproduction.
The following DOT forms are prescribed for use in reporting, small business program data requirements as specified in TAM 1219. These forms are authorized for local reproduction.
(a) Form DOT F 4220.12, DOT Procurement Forecast Form. Form DOT F 4220.12, DOT Procurement Forecast Form. (See TAM 1219.202-270).
The following form is prescribed for use to support the total number of employees cited on the SF 1446, Labor Standards Investigation Summary Sheet.
Form DOT F 4220.8, Summary of Underpayments. (See TAM 1222.406-8). Form DOT F 4220.8 is authorized for local reproduction.
(c) The following DOT forms are prescribed for use when requesting waivers. These forms are authorized for local reproduction.
(1) Form DOT F 4271.1, Recovered Materials Determination Form. (See 1223.405(c)). DOT F 4271.1 is authorized for local reproduction.
(2) Form DOT F 4272.1, Request for Waiver. (See 1223.405(c)). DOT F 4272.1 is authorized for local reproduction.
The following forms are prescribed for use when providing funds to procure Departmental goods and services, as specified in TAM 1232.702-70, etal.:
Form DOT F 4200.1, Procurement Request-Process Rapidly, and Form DOT F 4200.2, Procurement Request Continuation Sheet. (See TAM 1232.702-70, etal.). Forms DOT F 4200.1 and DOT F 4200.2 are authorized for local reproduction.
The following forms are prescribed for use when reporting proposed construction projects to DOL and when holding preconstruction conferences, as specified in TAM 1236.271 and TAM 1236.212(b), respectively:
(a) Form 4240.1, Annual Outline of DOT Construction Programs.. (See TAM 1236.271.) Form DOT F 4240.1 is authorized for local reproduction.
(b) Form DOT F 4220.3, Preconstruction Conference Agenda and Checklist. (See TAM 1236.212(b).) Form DOT F 4220.3 is authorized for local reproduction.
The following DOT forms are prescribed for use when procuring electronic and information technology (EIT).
Form DOT F 4260.1, Section 508 Determination and Certification for EIT Purchase Requests. (See 1239.203-70). DOT F 4260.1 is authorized for local reproduction.
Form DOT F 4261.1, EIT Commercial Non-Availability Certification (See 1239.203-70). DOT F 4261.1 is authorized for local reproduction.
The following DOT form is prescribed for use when procuring EIT and compliance with the Access Board standards would cause an undue burden.
Form DOT F 4262.1, EIT Undue Burden Exception. (See 1239.204-70). DOT F 4262.1 is authorized for local reproduction.
The following form is prescribed for use in obtaining the Chief Information Officer's approval of EIT purchases.
Form DOT F 4263.1, Checklist for EIT Credit Card Purchases, (See 1213 (Appendix B) and 1239.107-70.) Form DOT F 4263.1 is authorized for local reproduction.
The following form is prescribed for use in purchases for information technology systems including the acquisition of databases and the acquisition of web sites that fall under the Privacy Act of 1974 and the E-Government Act of 2002.
Form DOT F 1361, Checklist for Privacy Compliance. (See 1239.105-70 and 1239.107-70.) Form DOT F 1361 is authorized for local reproduction.
The following forms are prescribed for the use, preparation, and distribution of material inspection and receiving reports and commercial shipping document/packing lists to evidence Government inspection, as specified in TAM 1246.6:
Form DOT F 4220.42, Material Inspection and Receiving Report, and Form DOT F 4220.42a, Material Inspection and Receiving Report - (Continuation Sheet). (See TAM 1246.6.) Form DOT F 4220.42 and Form DOT F 4220.42a are authorized for local reproduction.
This subchapter contains links to DOT-specific forms used in acquisitions. Most of the DOT forms below can be downloaded for use or are available at http://autoforms.ost.dot.gov/.
Form Name |
Form Number |
Adobe .pdf files |
Microsoft Excel files |
Procurement Request - Process Rapidly & Continuation Sheet |
4200.1 4200.2 |
Not Currently Available |
|
Determination of Prospective Contractor Responsibility |
4220.1 |
||
Preconstruction Conference Agenda & Checklist |
4220.3 |
||
Summary of Underpayments |
4220.8 |
||
DOT Procurement Forecast Form |
4220.12 |
Not Currently Available |
|
Weighted Guidelines Profit/Fee Objective and instructions |
4220.32 |
||
Contract Facilities Capital and Cost of Money and instructions |
4220.34 |
||
Cover Page Source Selection Information |
4220.35 |
||
Cover Page Proprietary Information |
4220.36 |
||
Procurement Integrity Certification - Departing Officials and Employees |
4220.38 |
||
Contract Award Notification |
4220.41 |
||
Material Inspection and Receiving Report |
4220.42 |
||
Material Inspection and Receiving Report - Continuation Sheet |
4220.42a |
||
Simplified Acquisition Summary |
4230.1 |
||
Simplified Acquisition Summary - Continuation Sheet |
4230.1a |
||
Annual Outline of DOT Construction Programs |
4240.1 |
||
Small Business Review Form and instructions |
4250.1 |
||
Section 508 Determination and Certification for EIT Purchase Requests |
4260.1 |
||
EIT Commercial Non-Availability |
4261.1 |
||
EIT Undue Burden Exception |
4262.1 |
||
Checklist for EIT Credit Card Purchases |
4263.1.pdf | 4263.1.doc | |
Recovered Materials Determination |
4271.1 |
||
Request for Waiver |
4272.1 |