Naval Facilities Acquisition
Standards (NFAS)
October 2018 edition
Through Change 1, Revised 02 August 2019
2018 Edition, through Change 1 issued 02 August 2019
i
NAVAL FACILITIES ACQUISITION STANDARDS (NFAS)
2018 EDITION
Page
PART 1FEDERAL ACQUISITION REGULATIONS SYSTEM 1
Subpart 1.1
Purpose, Authority, Issuance 1
1.101 (NMCARS) Purpose 1
1.104 (NMCARS) Applicability 1
1.170 (NMCARS) Peer Reviews 1
Subpart 1.3
Agency Acquisition Regulations 4
1.304 Agency control and compliance procedures 4
1.304-100 (NMCARS) Control of NAVFAC baseline clauses 4
Subpart 1.6
Career Development, Contracting Authority, and
Responsibilities 4
1.601 (NMCARS) General 5
1.601-90 (NMCARS) Department of the Navy authorities and
Responsibilities 5
1.601-100 Grant officer authority 5
1.602 Contracting Officers 6
1.602-1 (NMCARS) Authority 6
1.602-1-100 Legal review 6
1.602-1-101 NAVFAC solicitation/contract language, Authority 7
1.602-2 (DFARS) Authorized representatives of the
Contracting Officer 8
1.602-3 Ratification of unauthorized commitments (UACs) 13
1.603 Selection, appointment, and termination of
Appointment 14
1.603-1 (NMCARS) General 14
1.603-2 (DFARS) Selection 15
1.603-3 Appointment 17
1.603-4 (NMCARS) Termination 18
1.690 (NMCARS) Requirements to be met before
entering into contracts 18
1.691 (NMCARS) Procurement management oversight 20
1.691-2 Responsibilities 20
1.691-2-100 NAVFAC Procurement Management Assessment
Program (PMAP) 20
1.691-2-101 Internal Business Assessment 20
Subpart 1.7
Determinations and Findings 21
1.707 Signatory authority 21
PART 2
DEFINITIONS OF WORDS AND TERMS 22
Subpart 2.1
Definitions 22
2.101 Definitions 22
2018 Edition, through Change 1 issued 02 August 2019
ii
PART 3IMPROPER BUSINESS PRACTICES AND PERSONAL
CONFLICTS OF INTEREST (RESERVED) 23
PART 4
ADMINISTRATIVE MATTERS 24
Subpart 4.6
Contract Reporting 24
4.604 (NMCARS) Responsibilities 24
Subpart 4.8
Government Contract Files 24
4.804 Closeout of contract files 24
4.804-1 (NMCARS) Closeout by the office administering
the contract 24
4.804-5 Procedures for closing out contract files 24
4.805 Storage, handling and disposal of contract files 24
PART 5
PUBLICIZING CONTRACT ACTIONS 25
Subpart 5.2
Synopses of Proposed Contract Actions 25
5.205 Special situations 25
5.207 Preparation and transmittal of synopses 25
Subpart 5.4
Release of Information 25
5.404 (NMCARS) Release of long-range acquisition
Forecasts 25
Subpart 5.5
Paid Advertisements 26
5.502 (DFARS) Authority 26
PART 6
COMPETITION REQUIREMENTS 27
Subpart 6.2
Full and Open Competition After Exclusion of Sources 27
6.202 (NMCARS) Establishing or maintaining alternative
Sources 27
Subpart 6.3
Other Than Full and Open Competition 27
6.303-1-100 Bridge contract actions 27
6.304 Approval of the justification 27
6.304-100 Requirements for limiting competition under
MAC task orders 28
6.304-101 Bridge contract action approvals 28
Subpart 6.4
Sealed Bidding and Competitive Proposals 30
6.401 Sealed bidding and competitive proposals 30
Subpart 6.5
Competition Advocates 30
6.501 Requirement 30
6.502 (NMCARS) Duties and responsibilities 30
PART 7
ACQUISITION PLANNING 31
2018 Edition, through Change 1 issued 02 August 2019
iii
Subpart 7.1Acquisition Plans 31
7.102 Policy 31
7.103 (NMCARS) Agency-head responsibilities 31
7.105 Contents of written acquisition plans 33
7.107 (NMCARS) Additional requirements for acquisitions
involving consolidation, bundling, or substantial
bundling 33
7.107-2 (NMCARS) Consolidation 33
7.107-3 (NMCARS) Bundling 33
Subpart 7.4
Equipment Lease or Purchase 34
7.470 (DFARS) Statutory requirements 34
PART 8
REQUIRED SOURCES OF SUPPLIES AND SERVICES 35
Subpart 8.4
Federal Supply Schedules 35
8.404 Use of Federal Supply Schedules (FSS) 35
8.405-6 (NMCARS) Limiting Sources 36
Subpart 8.70
(DFARS) Coordinated Acquisition 36
8.7003 Applicability 36
8.7003-1 Assignments under integrated materiel
management (IMM) 36
PART 9
CONTRACTOR QUALIFICATIONS 37
Subpart 9.1
Responsible Prospective Contractors 37
9.104-5 Certification regarding responsibility matters 37
Subpart 9.5
Organizational and Consultant Conflicts of Interest 37
9.506 Procedures 37
9.507 [Removed and reserved] 37
9.507-2 [Removed and reserved] 37
PART 10
MARKET RESEARCH 38
10.001
Policy 38
PART 11
DESCRIBING AGENCY NEEDS 39
11.002
Policy 39
Subpart 11.1
Selecting and Developing Requirements Documents 39
11.104 [Removed and Reserved] 39
11.105-100 Proprietary specifications 39
11.106 (DFARS) Purchase descriptions for service
Contracts 39
Subpart 11.2
Using and Maintaining Requirements Documents 39
11.201 Identification and availability of specifications 39
11.201-100 Construction contract drawings and specifications 39
2018 Edition, through Change 1 issued 02 August 2019
iv
11.201-101 Collateral equipment 39
Subpart 11.4
Delivery or Performance Schedules 40
11.402 Factors to consider in establishing schedules 40
11.404-100 NAVFAC solicitation/contract language, Phased
Construction Schedule 40
Subpart 11.5
Liquidated Damages 41
11.502 Procedures 41
Subpart 11.6
Priorities and Allocations 43
11.602 Policy 43
11.603 Background 43
11.604 Procedures 43
PART 12
ACQUISITION OF COMMERCIAL ITEMS 44
Subpart 12.1
Acquisitions of Commercial Items General 44
12.102 (NMCARS) Applicability 44
Subpart 12.2
Special Requirements for the Acquisition of Commercial
Items 44
12.207 (NMCARS) Contract type 44
Subpart 12.70
Limitation on Conversion of Procurement from Commercial
Acquisition Procedures 44
12.7001 (NMCARS) Procedures 44
Subpart 12.71
Pilot Program for Acquisition of Military-Purpose
Nondevelopmental Items 44
12.7102-2 (NMCARS) Reporting Requirements 44
PART 13
SIMPLIFIED ACQUISITION PROCEDURES 45
13.003
Policy 45
Subpart 13.2
Actions at or Below the Micro-Purchase Threshold 45
13.270 (DFARS) Use of the Governmentwide Commercial
Purchase Card 45
Subpart 13.3
Simplified Acquisition Methods 46
13.301 (DFARS) Governmentwide Commercial
Purchase Card 46
13.303 (DFARS) Blanket Purchase Agreements (BPAs) 47
PART 14
SEALED BIDDING 48
Subpart 14.2
Solicitation of Bids 48
14.201 Preparation of invitations for bids 48
14.201-100 Bid items 48
14.211 Release of acquisition information 48
2018 Edition, through Change 1 issued 02 August 2019
v
Subpart 14.3Submission of Bids 48
14.304 Submission, modification, and withdrawal of bids 48
Subpart 14.4
Opening of Bids and Award of Contract 49
14.402 Opening of bids 49
14.402-1 Unclassified bids 49
14.404 Rejection of bids 49
14.404-1 Cancellation of invitations after opening 49
14.405 Minor informalities or irregularities in bids 49
Subpart 14.5
Two-Step Sealed Bidding 49
14.502 Conditions for use 49
PART 15
CONTRACTING BY NEGOTIATION 50
Subpart 15.1
Source Selection Processes and Techniques 50
15.101-2 Lowest price technically acceptable (LPTA) source
selection process 50
Subpart 15.2
Solicitation and Receipt of Proposals and Information 50
15.203 Requests for proposals 50
15.209-100 NAVFAC provision/solicitation language,
All or None Offers 50
Subpart 15.3
Source Selection 51
15.303 Responsibilities 51
15.304 Evaluation factors and significant subfactors 54
15.306 Exchanges with offerors after receipt of proposals 55
15.308 Source selection decision 55
15.371 (DFARS) Only one offer 55
15.371-5 (DFARS) Waiver 55
Subpart 15.4
Contract Pricing 55
15.403 Obtaining cost or pricing data 55
15.403-1 (NMCARS) Prohibition on obtaining certified cost
or pricing data (10 U.S.C. 2306a and 41 U.S.C.
Chapter 35) 55
15.403-3 (DFARS) Requiring data other than certified cost
or pricing data 56
15.403-5 Instructions for submission of certified cost or pricing
data and data other than certified cost or pricing
data 56
15.404 Proposal analysis 56
15.404-1 Proposal analysis techniques 56
15.404-2 Information to support proposal analysis 57
15.404-4 Profit 57
15.404-73 (DFARS) Alternate structured approaches 57
15.404-73-100 Alternate structured approaches for construction
contracts 57
15.404-73-101 Alternate structured approaches for
architect-engineer contracts 58
2018 Edition, through Change 1 issued 02 August 2019
vi
Subpart 15.6
Unsolicited Proposals 58
15.606 Agency procedures 58
PART 16
TYPES OF CONTRACTS 59
Subpart 16.3
Cost-Reimbursement Contracts 59
16.302 Cost Contracts 59
16.302-100 Approval of cost-reimbursement type contracts
16.306 (DFARS) Cost-plus-fixed-fee contracts 59
Subpart 16.4
Incentive Contracts 59
16.404 (DFARS) Fixed-price contracts with award fees 59
16.405-2 Cost-plus-award fee 60
Subpart 16.5
Indefinite Delivery Contracts 60
16.503 Requirements contracts 60
16.504 Indefinite-quantity contracts 60
16.504-100 NAVFAC solicitation/contract language,
Minimum and Maximum Fees [Architect-Engineer
Indefinite Quantity Contracts] 60
16.504-101 Facilities support indefinite quantity contracts 61
16.504-103 FedMall contracts 62
16.505 Ordering 63
16.505-70 Orders under multiple award contracts 64
16.505-100 Orders for Engineering Services and/or Program
Management Services, as identified in
NMCARS Annex 22 65
Subpart 16.6
Time-and-Materials, Labor Hour, and Letter Contracts 65
16.601 (DFARS) Time-and-materials contracts 65
16.602 Labor hour contracts 66
PART 17
SPECIAL CONTRACTING METHODS 67
Subpart 17.2
Options 67
17.202 Use of options 67
17.202-100 Use of options in construction contracts 67
17.202-101 Use of options in facilities support contracts 67
17.202-102 Use of options in architect-engineer contracts 67
17.202-103 Use of options in Utility Service contracts 67
17.204 Contracts 68
17.207 Exercise of options 68
17.208 Solicitation provisions and contract clauses 69
17.208-100 NAVFAC contract clauses 69
Subpart 17.5Interagency Acquisitions 69
17.500-100 Scope of subpart, Interagency and Intra-Agency
Acquisitions 69
17.502-1 [Removed and Reserved] 70
17.502-2 (NMCARS) The Economy Act 70
2018 Edition, through Change 1 issued 02 August 2019
vii
Subpart 17.7Interagency Acquisitions: Acquisitions by NonDefense
Agencies on Behalf of the Department
of Defense 72
17.703 (NMCARS) Policy 72
17.770 (NMCARS) Procedures 72
Subpart 17.74Undefinitized Contract Actions 73
17.7403 Policy 73
17.7403-100 Management of undefinitized contract actions (UCAs) 73
17.7404 (DFARS) Limitations 73
17.7404-1 Authorization 73
17.7404-2 Price ceiling 74
17.7404-4 Limitations on obligations 74
17.7405 (NMCARS) Plans and reports 74
PART 18EMERGENCY ACQUISITIONS (RESERVED) 74
PART 19
SMALL BUSINESS PROGRAMS 75
Subpart 19.5
Set-Asides for Small Business 75
19.505 (DFARS) Rejecting Small Business Administration
recommendations 75
Subpart 19.7
The Small Business Subcontracting Program 75
19.702 Statutory requirements 75
19.703 (DFARS) Eligibility requirements for participating
in the program 75
19.704 Subcontracting plan requirements 75
Subpart 19.8
Contracting with the Small Business Administration
(The 8(a) Program) 75
19.803 Selecting acquisitions for the 8(a) program 75
19.805 Competitive 8(a) 76
19.805-1 General 76
PART 20(RESERVED) 76
PART 21—(RESERVED) 76
PART 22
APPLICATION OF LABOR LAWS TO GOVERNMENT
ACQUISITIONS 77
Subpart 22.1
Basic Labor Policies 77
22.101 Labor relations 77
22.101-1 (NMCARS) General 77
Subpart 22.3Contract Work Hours and Safety Standards 77
22.305 Contract clause 77
2018 Edition, through Change 1 issued 02 August 2019
viii
Subpart 22.4Labor Standards for Contracts Involving Construction 77
22.406 Administration and enforcement 77
22.406-13 Semiannual enforcement reports 77
Subpart 22.5
Use of Project Labor Agreements for Federal
Construction Projects 78
22.503 Policy 78
PART 23ENVIRONMENT, ENERGY AND WATER EFFICIENCY,
RENEWABLE ENERGY TECHNOLOGIES,
OCCUPLATIONAL SAFETY, AND DRUG-FREE
WORKPLACE (RESERVED) 78
PART 24
PROTECTION OF PRIVACY AND FREEDOM OF
INFORMATION 79
Subpart 24.2
FREEDOM OF INFORMATION ACT 79
24.203 Policy 79
PART 25
FOREIGN ACQUISITION 80
Subpart 25.1
Buy American ActSupplies 80
25.103 (DFARS) Exceptions 80
Subpart 25.2
Buy American ActConstruction Materials 80
25.202 (NMCARS) Exceptions 80
Subpart 25.4
Trade Agreements 80
25.401 (NMCARS) Exceptions 81
25.403 (NMCARS) World Trade Organization Government
Procurement and Free Trade Agreements 81
Subpart 25.70
Authorization Acts, Appropriation Acts, and Other
Statutory Restrictions on Foreign Acquisition 81
25.7003 (DFARS) Restrictions on acquisition of specialty metals 81
25.7003-3 (NMCARS) Exceptions 81
Subpart 25.75Balance of Payments Program 81
25.7500 (DFARS) Policy 81
PART 26OTHER SOCIOECONOMIC PROGRAMS (RESERVED) 81
PART 27PATENTS, DATA, AND COPYRIGHTS (RESERVED) 81
PART 28
BONDS AND INSURANCE 82
Subpart 28.1
Bonds and Other Financial Protections 82
28.101 Bid guarantees 82
28.101-1 Policy on use 82
28.101-2 Solicitation provision or contract clause 82
28.101-2-100 NAVFAC provisions or contract clauses 82
2018 Edition, through Change 1 issued 02 August 2019
ix
28.102 Performance and payment bonds and alternative
payment protections for construction contracts 82
28.102-1 General 82
28.102-100 Performance and payment bonds for Multiple
Award Contracts 83
28.102-3-100 NAVFAC solicitation/contract language, Notice of
Bonding Requirements 83
28.102-3-101 Alternative Protection for Construction in a foreign
Country 83
28.103 Performance and payment bonds for other than
construction contracts 84
28.103-1 General 84
28.103-2 Bonds or other security for dismantling, demolition
or removal of improvements 84
28.106 Administration 84
28.106-2 Substitution of surety bonds 84
Subpart 28.2Sureties and Other Security for Bonds 84
28.203 Acceptability of individual sureties 84
Subpart 28.3
Insurance 84
28.306 Insurance under fixed-price contracts 84
PART 29
TAXES 86
Subpart 29.4
Contract Clauses 86
29.402 Foreign contracts 86
29.402-100 NAVFAC requirement for solicitation/contracts when
work will be performed at U.S. installations in Japan 86
29.402-101 NAVFAC solicitation/contract language, Consumption
Tax Exemption Procedures on Purchase of Goods
and Services by the United States Armed Forces
in Japan 86
PART 30
COST ACCOUNTING STANDARDS ADMINISTRATION 88
Subpart 30.2
CAS Program Requirements 88
30.201-5 (NMCARS) Waiver 88
PART 31CONTRACT COST PRINCIPLES AND PROCEDURES
(RESERVED) 88
PART 32
CONTRACT FINANCING 89
Subpart 32.1
Non-Commercial Item Purchase Financing 89
32.112 Nonpayment of subcontractors under contracts for
non-commercial items 89
32.112-1 Subcontractor assertions of nonpayment 89
Subpart 32.6
Contract Debts 89
32.604 Demand for Payment 89
2018 Edition, through Change 1 issued 02 August 2019
x
32.607-1 Installment Payment 89
32.607-2 Deferment of Collection 89
Subpart 32.7
Contract Funding 90
32.702 Policy 90
Subpart 32.8
Assignment of Claims 90
32.803 Policies 90
32.805 Procedure 90
Subpart 32.11
Final Payment 91
32.1100 Final payment for construction and architect-engineer
Contracts 91
Subpart 32.70
Electronic Submission and Processing of Payment
Requests and Receiving Reports 91
32.7002 (NMCARS) Policy 91
PART 33
PROTESTS, DISPUTES AND APPEALS 92
Subpart 33.1
Protests 92
33.103 (NMCARS) Protests to the agency 92
33.104 (NMCARS) Protests to GAO 92
33.170 (NMCARS) Briefing requirement for protested
acquisitions valued at $1 billion or more 92
Subpart 33.2
Disputes and Appeals 92
33.211 Contracting Officer’s decision 92
33.214 Alternative dispute resolution (ADR) 93
33.214-100 Disputes resolution board (DRB) 93
33.2100 Remand by NAVFAC for settlement by negotiation 93
Subpart 33.90
Procedures(NMCARS) 93
33.9001 Claims approval requirements 93
PART 34MAJOR SYSTEM ACQUISITION (RESERVED) 93
PART 35RESEARCH AND DEVELOPMENT CONTRACTING
(RESERVED) 93
PART 36
CONSTRUCTION AND ARCHITECT-ENGINEER
CONTRACTS 94
Subpart 36.2
Special Aspects of Contracting for Construction 94
36.201 (FAR/DFARS) Evaluation of contractor
performance 94
36.202 Construction Specification Institute (CSI) format 94
36.205 Statutory cost limitations 94
36.207 Pricing fixed-price construction contracts 94
36.213 Special procedures for sealed bidding in
construction contracting 94
2018 Edition, through Change 1 issued 02 August 2019
xi
36.213-3 Invitations for bids 94
36.213-3-101 Budgeted amount 94
36.213-70 (DFARS) Additive or deductive items 94
36.215 Special procedure for cost-reimbursement
contracts for construction 94
36.2100 Environmental remedial action contracts 95
36.2102 Non-appropriated funded (NAF) contract 95
Subpart 36.3Two-Phase Design-Build Selection Procedures 95
36.303-1-100 Phase One 95
Subpart 36.5
Contract Language 95
36.5-100 NAVFAC solicitation/contract language, Utilities
for Construction and Testing 95
36.5-101 Instructions for use of NAVFAC language 96
36.5100 NAVFAC provision and contract clauses 96
Subpart 36.6
Architect-Engineer Services 96
36.601 Policy 96
36.601-3 Applicable contracting procedures 96
36.601-3-100 Indefinite quantity architect-engineer contracts 97
36.602 Selection of firms for architect-engineer contracts 97
36.602-1 Selection criteria 97
36.602-2 Evaluation boards 97
36.602-3 Evaluation board recommendations 98
36.602-4 Selection authority 98
36.602-5 Short selection process for contracts not to exceed
the simplified acquisition threshold 98
36.604 Performance evaluation 98
36.605 Government cost estimate for architect-engineer work 98
36.606 Negotiations 98
36.607 Release of information on firm selection 98
36.608 Liability for Government costs resulting from design
errors or deficiencies 99
36.609-100 Instructions for use of NAVFAC language 99
36.609-101 NAVFAC solicitation/contract language, Drawings
Prepared by an Architect-Engineer 100
36.609-102 NAVFAC solicitation/contract language,
Key Personnel 100
36.6100 Inspection services 101
PART 37
SERVICE CONTRACTING 102
Subpart 37.1
Service ContractsGeneral 102
37.102-100 Policy Government Estimate of Services Cost 102
37.103-100 Contracting Officer responsibility 102
37.110 Solicitation provisions and contract clauses 102
37.110-100 NAVFAC solicitation/contract language, Substitutions
of Key Personnel 102
37.192 Service Acquisition Workshops (SAWs) 103
2018 Edition, through Change 1 issued 02 August 2019
xii
Subpart 37.2Advisory and Assistance Services 103
37.203 Policy 103
37.203-100 Required approval 103
37.204 (NMCARS) Guidelines for determining availability
of personnel 103
Subpart 37.3
Dismantling, Demolition or Removal of Improvements 104
37.302 Bonds or other security 104
Subpart 37.5
Management Oversight of Service Contracts 104
37.502 Exclusions 104
37.504 Contracting Officer’s Responsibilities 104
Subpart 37.100
Facilities Support Contracting 105
37.1000 Contract format 105
37.1002 Evaluation of contractor performance 105
37.1003 Instructions for use of NAVFAC language 105
Subpart 37.101
Forestry Contracting 106
37.1010 NAVFAC policy 106
Subpart 37.3100
Dismantling, Demolition, or Removal of
Improvements 106
37.3100 NAVFAC policy 106
PART 38FEDERAL SUPPLY SCHEDULE CONTRACTING
(RESERVED) 106
PART 39
ACQUISITION OF INFORMATION TECHNOLOGY 107
39.002 Definitions 107
Subpart 39.1
General 107
39.101 Policy 107
PART 40(RESERVED) 108
PART 41
ACQUISITION OF UTILITY SERVICES 109
Subpart 41.1
General 109
41.102 Applicability 109
41.103 Statutory and delegated authority 110
Subpart 41.2
Acquiring Utility Services 110
41.201 Policy 110
41.202 Procedures 111
Subpart 41.4
Administration 112
41.401 Monthly and annual review 112
41.4100 Contract records 112
2018 Edition, through Change 1 issued 02 August 2019
xiii
PART 42CONTRACT ADMINISTRATION AND AUDIT SERVICES 113
Subpart 42.2
Contract Administration Services 113
42.202 Assignment of contract administration 113
42.202-100 Contracting Officer’s representatives 113
Subpart 42.12
Novation and Change-of-Name Agreements 113
42.1202 Responsibility for executing agreements 113
Subpart 42.15
Contractor Performance Information 113
42.1503 Procedures 113
42.1503-100 Preparation and use of contractor performance
evaluation reports 113
PART 43
CONTRACT MODIFICATIONS 115
Subpart 43.1
General 115
43.102 Policy 115
43.102-100 Execution of modifications 115
Subpart 43.2
Change Orders 116
43.201 (NMCARS) General 116
43.201-100 Policy 116
43.201-101 Use of Lean Modification Process for actions
up to SAT 117
43.204 (NMCARS) Administration 117
43.204-70-7 (NMCARS) Plans and reports 117
PART 44
SUBCONTRACTING POLICIES AND PROCEDURES 118
Subpart 44.2
Consent to Subcontracts 118
44.202 Contracting Officer’s evaluation 118
44.202-1 (FAR) Responsibilities 118
44.202-1-100 Post award subcontractor changes 118
PART 45
GOVERNMENT PROPERTY 119
Subpart 45.1
General 119
45.103 General 119
45.103-73 Contracting Officer’s responsibilities 119
Subpart 45.70(DFARS) Appointment of Property Administrators and
Plant Clearance Officers 119
45.7001 Selection, appointment and termination 119
PART 46
QUALITY ASSURANCE 120
Subpart 46.1
General 120
46.104 Contract administration office responsibilities 120
2018 Edition, through Change 1 issued 02 August 2019
xiv
Subpart 46.2Contract Quality Requirements 120
46.202 Types of contract quality requirements 120
46.202-2 Government reliance on inspection by contractor 120
46.202-2-100 Construction Surveillance and Inspection
(Title II) Services 120
Subpart 46.4
Government Contract Quality Assurance 120
46.4100 NAVFAC contract quality assurance requirements 120
Subpart 46.7
Warranties 120
46.704 Authority for use of warranties 120
PART 47
TRANSPORTATION 121
Subpart 47.5
Ocean Transportation by U.S.-Flag Vessels 121
47.574 (DFARS) Solicitation provisions and contract
clauses 121
PART 48VALUE ENGINEERING (RESERVED) 121
PART 49
TERMINATION OF CONTRACTS 122
Subpart 49.1
General Principles 122
49.101 Authorities and responsibilities 122
49.101-100 Reporting requirements 122
Subpart 49.4
Termination for Default 122
49.402 Termination of fixed-price contracts for default 122
49.402-3 Procedure for default 122
49.402-8 (NMCARS) Reporting information 122
49.403 (NMCARS) Termination of cost-reimbursement
contracts for default 122
49.405 Completion by another contractor 122
49.405-100 Four-party agreement 122
Subpart 49.70
Special Termination Requirements 123
49.7001 (NMCARS) Congressional notification on significant
contract terminations 123
PART 50EXTRAORDINARY CONTRACTUAL ACTIONS AND THE
SAFETY ACT (RESERVED) 123
PART 51USE OF GOVERNMENT SOURCES BY CONTRACTORS
(RESERVED) 123
PART 52
SOLICITATION PROVISIONS AND CONTRACT CLAUSES 124
Subpart 52.1
Instructions for Using Provisions and Clauses 124
52.101 (NMCARS) Using Part 52 124
2018 Edition, through Change 1 issued 02 August 2019
xv
Subpart 52.2Texts of Provisions and Clauses 124
52.200 [Removed and Reserved] 124
5252.209-9300 [Removed and Reserved] 124
5252.236-9301 [Removed and Reserved] 124
5252.236-9310 [Removed and Reserved] 124
PART 53
FORMS 125
Subpart 53.2
Prescription of Forms 125
53.200 Scope of subpart 125
Subpart 53.3
Illustration of Forms 125
53.300 Scope of subpart 125
APPENDIX A
NAVFAC REPORTING REQUIREMENTS 126
Report Matrix 126
APPENDIX B
NAVFAC SUBJECT MATTER EXPERT CONTACT LIST 128
APPENDIX C
SUMMARY OF SIGNIFICANT CHANGES 131
2018 Edition, through Change 1 issued 02 August 2019
1
NAVAL FACILITIES ACQUISITION STANDARDS (NFAS)
2018 EDITION
PART 1
FEDERAL ACQUISITION REGULATIONS SYSTEM
SUBPART 1.1PURPOSE, AUTHORITY, ISSUANCE
1.101 (NMCARS) Purpose.
(a) The Naval Facilities Engineering Command’s (NAVFAC) Naval Facilities
Acquisition Standards (NFAS) provide general guidance to field Contracting Officers in
the execution of their delegated authority.
(b) The NFAS implements or supplements the Federal Acquisition Regulation (FAR),
the Defense Federal Acquisition Regulation Supplement (DFARS) and the Navy Marine
Corps Acquisition Regulations Supplement (NMCARS). It is not a stand-alone
document, but must be read together with the FAR, DFARS, and NMCARS.
(c) To the extent possible, the NFAS coverage parallels the FAR in format,
arrangement and numbering system. However, subdivisions below the section and
subsection levels may not always correlate directly to the FAR designated paragraphs
and subparagraphs. A DFARS or NMCARS cite in parentheses immediately after the
NFAS cite means related coverage is contained in the DFARS or NMCARS (e.g., 1.104
(NMCARS). Numbered divisions of this manual with a suffix in the “100” series (e.g.,
1.105-2-100) contain subject matter related to but not contained in a FAR, DFARS, or
NMCARS numbered division. Omission from the NFAS of a subpart, section or
subsection, which appears in the FAR, DFARS, or NMCARS denotes that there is no
additional coverage in the NFAS.
(d) The NFAS and other NAVFAC procurement policy and guidance are available
electronically via the NAVFAC Headquarters (HQ) Acquisition (ACQ) Portal pages.
Updates to the NFAS will be posted to the NAVFAC HQ ACQ Portal page. Each update
will include an effective date.
(e) The NFAS is maintained by the appropriate Echelon II Division Director.
Proposed changes to or deviations from the NFAS along with rationale for the changes
or deviations shall be coordinated with your local chain of command and submitted to
the appropriate Echelon II Division Director.
1.104 (NMCARS) Applicability.
The NFAS applies to all NAVFAC activities in the same manner and to the same
extent as specified in FAR 1.104, DFARS 201.104, and NMCARS 5201.104.
1.170 (NMCARS) Peer Reviews.
(a) Pre-Award and Post Award Peer Reviews (PRs) shall be conducted for service
(includes Environmental, Construction, and Architect-Engineering (A-E)) solicitations and
contracts (including task/delivery orders) of $50M or more, including option periods, in
accordance with NMCARS 5201.170. Postaward PRs shall be conducted at the
2018 Edition, through Change 1 issued 02 August 2019
2
midpoint of the performance period to allow time to finalize any PR recommendations
prior to exercising the option period. All PRs shall be conducted using the procedures at
DFARS Procedures, Guidance and Information (PGI) 201.170. For multiple award
contracts, one PR shall apply for all resulting contracts.
(b) Peer Review authority and thresholds are as follows:
Type of Action
Threshold
(Base plus all
Options)
Review
Level
Peer Review
Authority
Services,
Environmental,
Construction, &
A-E*
$50M to <$250M
Echelon III
Echelon IV
Echelon III CCO
Echelon IV CCO
$250M to
<$500M for Sole
Source**
$250M to <$1B
for Competitive
Echelon II to
include
Contracting
personnel
from other
Head of
Contracting
Activity
(HCA)
Assistant Commander for
Acquisition
$500M or more
for Sole Source**
$1B or more for
Competitive
Department
of the Navy
(DoN)/Office
of the
Secretary of
Defense
(OSD)
Deputy Assistant Secretary of the
Navy for Acquisition and
Procurement(DASN(AP))/
Director,
Defense Pricing and Contracting
(DPC)
Supplies
$50M to <$500M
for Sole Source**
$50M to <$1B for
Competitive
Echelon III
Echelon IV
Echelon III CCO
Echelon IV CCO
$500M or more
for Sole Source**
$1B or more for
Competitive
DoN/OSD DPC
*Note: A-E actions shall utilize the two phase Peer Review process; Phase I
prior to negotiations (including selection report) and Phase II prior to award.
**Note: This sole source threshold is applicable for Peer Review only. See
NFAS 6.3 for approval of the Justification and Approval (J&A) for a sole source
acquisition if required.
(c) When the Chief of the Contracting Office (CCO) is the PR Authority (PRA), the
PRA will:
(i) Identify the PR Leader; designate the Team; facilitate the pre-award and post-
award PR; and oversee the PR process and ensure completion of reviews. The PRA
2018 Edition, through Change 1 issued 02 August 2019
3
shall not be re-delegated. This review shall be performed by a senior level contracting
official, be independent of the Contracting Officer whose procurement is the subject of
the review and when practicable, be independent of the Source Selection Authority
(SSA).
(ii) Prepare and endorse a PR Report of Findings and Recommendations for
each phase.
(d) When the Assistant Commander for Acquisition is the PRA:
(i) The CCO will identify the local Peer Review Team Leader; designate the
Team; facilitate the pre-award and post-award review; and oversee the review process
and ensure completion of reviews.
1. Prepare and endorse a local PR Report of Findings and
Recommendations for each phase.
2. Submit the local PR Report of Findings and Recommendations to
appropriate Echelon II Division Director as part of the request for
Assistant Commander for Acquisition review.
(ii) The PRA will identify the Echelon II Team Leader; designate the Team;
facilitate the pre-award and post-award PR; and oversee the review process and ensure
completion of reviews. The PRA shall not be re-delegated. This review shall be
performed by a senior level contracting official, and be independent of the SSA and the
Contracting Officer whose procurement is the subject of the review.
The PRA or Team Leader will:
1. Invite a peer systems command (SYSCOM) to participate in the Peer
Review;
2. Be responsible for providing to the peer reviewer(s) all associated
documentation at least 5 working days in advance of the scheduled
review or meeting.
3. Document the comments received during the peer review and the
adjudication of comments.
(iii) Prepare and endorse a PR Report of Findings and Recommendations for
each phase.
(iv) Ensure the PR Report is submitted to DASN(AP).
(e) When DPC is the PRA:
(i) The CCO will identify the local Peer Review Team Leader; designate the
Team; facilitate the pre-award and post-award review; and oversee the review process
and ensure completion of reviews.
2018 Edition, through Change 1 issued 02 August 2019
4
1. Prepare and endorse a local PR Report of Findings and
Recommendations for each phase.
2. Submit the local PR Report of Findings and Recommendations to
appropriate Echelon II Division Director as part of the request for DPC review.
(ii) Assistant Commander for Acquisition and/or appropriate Echelon II Division
Director will:
1. Facilitate the pre-award and post award PR;
2. Submit the local PR Report of Findings and Recommendations to
appropriate DON/OSD representative as part of the request for DPC
review.
(iii) PRA will prepare and endorse a PR Report of Findings and
Recommendations for each phase.
(f) Within 10 working days from the receipt of any level PR Report of Findings and
Recommendations, the Contracting Officer shall prepare a Disposition Memorandum
(DM) containing the PRA’s recommendations and the disposition of those
recommendations. The Contracting Officer shall maintain a copy of the DM in the file
and provide a copy to the PRA. When Assistant Commander for Acquisition, DASN or
DPC is the PRA, the CCO shall endorse the DM and forward to the appropriate Echelon
II Division Director for review and further dissemination to DASN/DPC when applicable.
(g) DoD templates with suggested questions for each PR phase, as well as other
resources, are provided at the following website:
http://www.acq.osd.mil/dpap/cpic/cp/peer_reviews.html
(h) By the 15
th
day of each month, Echelon III activities shall submit the PR Rolling
Forecast Report for their area of responsibility to the Echelon II People, Process and
Policy Director.
SUBPART 1.3AGENCY ACQUISITION REGULATIONS
1.304 Agency control and compliance procedures.
1.304-100 (NMCARS) Control of NAVFAC baseline clauses.
Only COMNAVFACENGCOM approved provisions and clauses shall be used in
solicitations and contracts. No other provisions or clauses other than those prescribed
by FAR, DFARS, NMCARS, or the NFAS may be used without following the procedures
at NMCARS 5201.304.
SUBPART 1.6CAREER DEVELOPMENT, CONTRACTING AUTHORITY,
AND RESPONSIBILITIES
2018 Edition, through Change 1 issued 02 August 2019
5
1.601 (NMCARS) General.
(a) NAVFACENGCOM (Echelon II) contracting authority is delegated by
COMNAVFACENGCOM to Echelon III Commanders/Commanding Officer. Any or all
authority may be re-delegated to an Echelon III Commander/Commanding Officer unless
restricted by a provision contained in this standard. Echelon III
Commanders/Commanding Officer may delegate to Echelon III Vice Commander/XO
and Echelon IV Commanding Officers unless otherwise restricted.
(b) Echelon III CCOs shall oversee and monitor the contractual procedures,
performance, and staffing of field level contracting offices under their cognizance.
(c) An Echelon III or IV CCO may designate an individual to act on their behalf and
make any necessary determinations or take any actions that are reserved for the CCO,
unless otherwise restricted by a provision contained in this manual. Designated
individuals must be Level III warranted.
1.601-90 (NMCARS) Department of the Navy authorities and responsibilities.
(a) When it is unclear which agency is responsible for a requirement the matter shall
be resolved at the local level if at all possible. Local decisions should be focused on
satisfying customer requirements in the most efficient and economical means possible.
If it is still unclear, Echelon III/IV CCO shall consult with the appropriate Echelon II
Division Director.
(b) All requests from other commands for delegation of contracting authority that is
under NAVFAC cognizance shall be forwarded to the appropriate Echelon II Division
Director.
(c) Echelon II shall submit an annual report of any delegations issued and
delegations received from other HCAs to DASN(AP) by 30 January of each year.
1.601-100 Grant officer authority.
(a) COMNAVFACENGCOM, the Assistant Commander for Acquisition, and the
Deputy Director for Acquisition have been appointed grants officers by the Under
Secretary of the Navy. This grant officer authority is limited to entering into grants and
cooperative agreements:
(1) necessary to execute the Defense Environmental Restoration Program
(DERP)
(2) with local governments to provide for certain Caretaker functions at military
installations to be closed as authorized under the DoD Base Closure and
Realignment Act of 1990 (BRAC)
(3) to execute Cultural Resources Management
(4) to execute Natural Resources Management
(b) The authority for DERP and BRAC MAY NOT be re-delegated.
2018 Edition, through Change 1 issued 02 August 2019
6
(c) The authority for Cultural and Natural Resources Management may be re-
delegated to the Echelon III CCO with further re-delegation allowed to Echelon IV CCOs.
Echelon III and IV CCOs may further re-delegate authority to their respective Division
Directors, only on an as needed basis. Echelon III and IV Division Directors must have
at least one year of experience with Cooperative Agreements prior to receiving a re-
delegation. Unless otherwise waived by the Assistant Commander for
Acquisition/Deputy Director for Acquisition, all appointed grants officers must complete
the Defense Acquisition University
(DAU) course GRT 201, Grants and Agreements
Management prior to being appointed as a re-delegated grants officer. GRT 201 can be
substituted with an equivalent course that is approved by the Echelon II Client/Ops I
Division Director.
(d) Each BRAC Caretaker Services Cooperative Agreement submitted to
COMNAVFACENGCOM for signature must contain a written Determination, approved
by the authorized designee within Assistant Secretary of the Navy (Installations &
Environment) (ASN (I&E)), that the Cooperative Agreement is in the best interests of the
United States.
(e) All Cooperative Agreements shall include evidence that funds are available for
obligation for the intended purpose and action.
(f) Grants administrators will be appointed in writing by the grants officer. Unless
otherwise waived by the Assistant Commander for Acquisition/Deputy Director for
Acquisition, completion of GRT 201 or approved equivalent course is required prior to
appointment as a grants administrator. The appointment letter will identify the duties
and responsibilities of the grants administrator.
1.602 Contracting Officers.
1.602-1 (NMCARS) Authority.
1.602-1-100 Legal review.
(a) Counsel shall review and sign Streamlined Acquisition Plans (STRAPs) for
requirements expected to exceed $100M. Counsel review is optional for STRAPs or
Management and Oversight Process for the Acquisition of Services Streamlined
(MOPAS-S) under $100M.
(b) Each solicitation (Request for Proposal (RFP) or Invitation for Bid (IFB)) for basic
contracts with a total estimated value expected to exceed the simplified acquisition
threshold (SAT), as defined in FAR 2.101, shall be reviewed by NAVFAC Counsel prior
to issuance. For firm fixed-price contracts with standard terms, provisions, and clauses
and with a total value not expected to exceed $5,000,000, the Contracting Officer may
satisfy this requirement by forwarding the standardized provisions and clauses on an
annual basis to Counsel for review. Each contract file shall contain written
documentation indicating the date each solicitation was reviewed and the identity and
signature of the Counsel who performed the review.
(c) Source selection plans (SSPs) for acquisitions above the SAT shall be reviewed
and signed by Counsel prior to approval by the SSA; SSPs below the threshold may be
2018 Edition, through Change 1 issued 02 August 2019
7
reviewed at the discretion of the Facilities Engineering Command (FEC) Legal Counsel.
Counsel shall review all evaluation records and narratives from the Source Selection
Evaluation Board (SSEB), any Evaluation Notices prepared by the SSEB, and the
written comparative analysis and award recommendation from the Source Selection
Advisory Council (SSAC) before presentation to the SSA.
(d) NAVFAC Counsel shall provide written concurrence and signature on all
determination and findings, justification and approvals, protests, claims, ratification
actions, competitive range determinations, substitution of sureties, alternate payment
protections, non-responsiveness determinations, unacknowledged amendments, bid
irregularities, bid mistakes, acceptance of late bids or proposals, rejection of all bids or
proposals, reassignment issues, individual sureties, assignment of claims, takeover
agreements, novation requests, terminations, tax/duty issues, requests for equitable
adjustment in excess of the SAT, or other legal reviews requested by the Contracting
Officer.
1.602-1-101 NAVFAC solicitation/contract language, Authority.
(a) Use the following NAVFAC language entitled, “Authority,” in all
solicitations/contracts except acquisitions for commercial items. The language should
be included in Section H of solicitations using Uniform Contract Format (UCF) or; for
solicitations using the Construction Specifications Institute (CSI) formats available in the
Standard Procurement System (SPS), include the language in Division 00800 of
solicitations using the undated CSI format of if using the CSI 2012 format include the
language in Division 00 73 00.
Authority
1. No person other than the Contracting Officer has authority to bind the Government
with respect to this contract.
2. No action or omission of any government employee or representative other than the
Contracting Officer shall increase or decrease the scope of this contract or shall
otherwise modify the terms and conditions of this contract.
3. In no event shall any of the following be effective or binding on the Government or
imputed to the Contracting Officer with respect to this contract:
(a) An understanding or agreement between the Contractor and anyone other than
the Contracting Officer;
(b) A purported modification or change order issued by anyone other than the
Contracting Officer;
(c) A promise by anyone other than the Contracting Officer to provide additional
funding or make payments; or
(d) An order, direction, consent, or permission from anyone other than the
Contracting Officer to:
2018 Edition, through Change 1 issued 02 August 2019
8
(i) Incur costs in excess of a specified estimated cost, allotment of funds, or other
ceiling; or
(ii) Expend hours in excess of a specified level of effort.
(End of NAVFAC language)
1.602-2 (DFARS) Authorized representatives of the Contracting Officer.
The following individuals may be designated to assist Contracting Officers in the
technical monitoring or administration of a contract:
(a) Contracting Officer’s Representative (COR).
(1) Designation. A COR shall be designated for all service contracts and task
orders (including environmental, A-E, and construction) including both firm-fixed-price
and other than firm-fixed price contracts. The COR assists in the technical monitoring or
administration of contracts. Service contracts and task orders requiring monitoring and
surveillance shall be validated to ensure that work has been performed in accordance
with contract/task order requirements before payment is authorized. The surveillance
activities performed by CORs should be tailored to the dollar value/complexity of the
specific contract for which they are designated.
The COR will also be appointed as the Departmental Accountable Official (DAO).
The DAO is responsible for providing technical oversight and information to the
Certifying Officer confirming the overall percentage of work that was received and
completed is in accordance with the terms and conditions of the contract. However,
foreign national indirect hire employees that are appointed as CORs shall not be
appointed as DAOs but may be permitted to perform DAO operational duties with
adequate internal controls to support certification.
Contracting Officers may exempt the COR appointment requirement when the
following four conditions are met:
(i) The contract will be awarded using simplified acquisition procedures or the
task order value is at or below the SAT;
(ii) The requirement is not complex;
(iii) The Contracting Officer will retain and execute COR surveillance and
validation duties assuring separation of functions in accordance with NMCARS
5203.101-1 for initiating request, award of contract or order, performing receipt,
inspection, acceptance of supplies/services, and certification/approval in Wide Area
Workflow (WAWF); and
(iv) The Contracting Officer documents the file, in writing, with the specific
reasons why the appointment of a COR is unnecessary.
(2) Appointment. The Contracting Officer shall formally appoint individuals as
CORs in the Joint Appointment Module (JAM) under the single sign on environment,
Procurement Integrated Enterprise Environment (PIEE). Due to system constraints,
2018 Edition, through Change 1 issued 02 August 2019
9
COR appointment shall occur post award. Although the formal COR appointment is
done after award, the contract action, at time of award shall identify the COR and
provide the COR’s contact information. COR appointments using the smartform
designation letter in JAM shall define the scope and limitations of the COR’s authority,
specifically addressing the responsibilities for reviewing and validating the accuracy and
reasonableness of invoices. Considerations for appointment of multiple CORs include:
multiple locations of performance, multiple disciplines or functional areas, need for
constant surveillance, size of requirement, and subject technical matter skill sets. A
COR is not authorized to appoint, delegate, redelegate, or sub-delegate COR
responsibilities to another person; this includes to the COR Supervisor, a technical point
of contact (TPOC) or subject matter expert (SME). TPOCs and SMEs are government
technical personnel providing assistance to a COR. TPOCs and SMEs are not formally
appointed positions; however, technical experts are often required for successful
oversight of contractor performance and may be used at the discretion of the appointed
COR to assist in administration, oversight, and performance assessments. TPOCs and
SMEs performing COR functions shall be appointed as a COR. Unless the COR
appointment contains other provisions for automatic termination, the appointment shall
be effective through completion of the contract/task order close out action, unless sooner
revoked, until the COR is reassigned, or the individual’s employment is terminated.
Revocation of a COR appointment may be effected at any time by the appointing or
higher authority, or any successor to either. Revocation shall be made in writing.
(3) Qualifications/training. COR designees must have the requisite technical
experience to provide the technical expertise necessary for performance of the COR
function.
(i) At a minimum, COR designees shall have completed DAU course CLC
106, Contracting Officer’s Representative with a Mission Focus or DAU course CLC 222,
Contracting Officer’s Representative Online Training course. Additionally, DAU course,
CLC 206, Contracting Officer Representative in a Contingency Environment is
mandatory for CORs supporting contingency operations in a contingency environment.
Each COR and COR Supervisor shall review the DoD Instruction 5000.72
through
Change 1, of August 2018, DoD Standard for Contracting Officer’s Representative
(COR) Certification to determine whether CLC 106 or CLC 222 is the most appropriate
course for the type/complexity of the contract/order prior to COR nomination in
conjunction with the Contracting Officer. Typically, CLC 106 is required for Type A fixed-
price, lower performance risk requirements (i.e., basic construction, architect-
engineering (A-E) services, etc.), and CLC 222 is required for Type B and C that are
other than low performance risk type requirements (i.e., efforts performed in multiple
regions/remote geographic locations, cost contracts, combined pricing BOS contracts,
environmental remediation, etc.). Contracting Officers may waive some COR training
requirements and designate COR responsibilities when necessary for continuation of
services. In these cases, COR management is responsible for CORs’ completion of
training within 21 days for Type A CORs and 35 days for Type B and C, unless other
specific timeframe is agreed to by the Contracting Officer. All CORs, COR Supervisors,
Contracting Officers, and Contract Specialists are highly encouraged to attend the CTC
342, NAVFAC Contracting Officer Representative COR/COAR course to gain an
awareness and understanding of each individual’s responsibility for successful and
effective contract administration and management. Other COR training requirements
include annual Ethics training, annual Combating Trafficking in Persons, and if
necessary, contract specific training due to issues related to the contract type, category,
2018 Edition, through Change 1 issued 02 August 2019
10
and complexity. Other online systems may be required in the performance of assigned
duties. CORs are highly encouraged to take training, if applicable, for the JAM and for
the Surveillance and Performance Monitoring module (SPM), Contractor Performance
Assessment Reporting System (CPARS) and Wide Area Workflow. Once designated,
CORS must complete the following 10 hours of refresher training every three years to
include: CLC 106, annual Ethics training, and annual Combating Trafficking in Persons.
For CORs that are appointed for actions that are considered other than low risk, an
additional six hours of continuous learning training is required for a total of 16 hours of
refresher training every three years. The continuous learning refresher training will be
based on the specifics of the contracting requirement, preferences of COR
management, and Contracting Officer recommendation. Contracting Officers may waive
COR specific initial and refresher training requirements for COR nominees who have
obtained a minimum of Defense Acquisition Workforce Improvement Act (DAWIA) Level
II Certification in Contracting (1102s), Industrial Property Management (1103s), or
Quality Assurance (1910s).
(ii) COR designees must have a minimum of six months of relevant
experience for Type A requirements and 12 months of relevant experience for Type B
and C requirements in a field or position commensurate with the responsibilities that will
be delegated to the COR under a specific contract or task order. Relevant experience
includes knowledge or practical experience in technical, professional, or administrative
fields gained from what one has observed, encountered, or undergone that is generally
acquired through job performance, on-the-job training, or through direct observation of
events or activities. The Contracting Officer may waive experience requirements.
(4) Authority. CORs are responsible to the Contracting Officer for those actions
delegated by the Contracting Officer, including those related to Government Furnished
Property if applicable, as specifically addressed in their letter of appointment. For each
contract/order assigned, CORs shall maintain an electronic file in SPM, which is
considered a part of the official contract file. The electronic COR file may also be
maintained as a hardcopy file or a combination of both if organized and cross
referenced, as long as it is accessible for audit purposes and posting is to an access
restricted portal or other electronic data storage system that is approved for use.
However, the file in SPM must include, as a minimum, the items identified in DFARS PGI
202.602-2(d)(vi). Upon contract action completion, the COR shall provide all COR files
to the Contracting Officer for proper disposition. The COR shall not and does not have
the authority to take any action, either directly or indirectly, that could change the
price/cost or fee, quantity, quality, scope, delivery schedule, labor mix or other terms and
conditions of the contract and/or task order. Only the Contracting Officer has the
authority to make such changes.
(5) Evaluation and documentation. The Contracting Officer shall annually review
the COR’s files for accuracy and completeness. The results of the Contracting Officer’s
review shall be documented in SPM. If the contract performance period is less than one
year, this evaluation shall be conducted prior to contract/task order completion.
(b) Contracting Officer’s Authorized Representative (COAR).
(1) Designation. Echelon III/IV CCOs may delegate COAR authority to civilian
engineer/architects, including foreign nationals, in Facility Engineering & Acquisition
Division/Resident Officer in Charge of Construction (FEAD/ROICC) offices in
2018 Edition, through Change 1 issued 02 August 2019
11
accordance with the policies below. COARs may also be separately appointed as CORs
for construction contracts. Civil Engineer Corps officers with appropriate training and
experience may perform COAR functions without being appointed as COARs.
(2) Appointment. Echelon III/IV CCOs shall formally appoint individuals as
COARs by appointment letter. Appointments shall specify the extent and limitations of
the COAR’s authority to act on behalf of the Contracting Officer. Unless the appointment
contains other provisions for automatic termination, the appointment shall be effective,
unless sooner revoked, until the COAR is reassigned or the individual’s employment is
terminated. COAR appointment may be revoked at any time by the appointment
authority, or higher authority, or any successor to either. Revocation shall be made in
writing.
(3) Qualifications/training. Prior to appointment, Echelon III and IV CCOs shall
ensure COAR designees have the following training:
(i) Minimum training: ACQ 101, CTC 342, CLC 106, and annual Ethics
training. CECOS Course A-4A-0101, Introduction to FEAD/ROICC, can be substituted
for CTC 342. Course fulfillment provides a means to receive credit for courses based on
work experience, education, training, or any combination of those. Course requirements
may be waived in extraordinary circumstances and must be approved by the Echelon
III/IV CCO. COARs receiving a training waiver shall complete the training requirements
within one year of the waiver.
(ii) Experience. For delegations under $25,000, a minimum of one-year
applicable experience in a ROICC environment or equivalent is required. For delegations
between $25,000 and $150,000, a minimum of two yearsapplicable experience in a
FEAD/ROICC environment or equivalent is required. For delegations between $150,000
and $250,000, a minimum of two years’ applicable experience in a FEAD/ROICC
environment or equivalents is required along with prior COAR experience.
(iii) Education: A four-year Bachelor of Science or Arts Degree, from an
accredited, four-year degree granting institution, in any field of engineering or
architecture.
(4) Authority. COARs may only be delegated authority to negotiate in-scope
modification changes below $250,000 on construction contracts. The delegations are
based on the needs of the FEAD/ROICC office and the qualifications of the COAR. This
includes authority to agree to quantities of required materials, equipment, direct labor,
time, field overhead, home office overhead, and profit.
(5) Responsibilities. To maintain appropriate separation of contractual and
technical functions, as a minimum, the individual responsible for the award of a contract
or placement of order shall not perform the receipt/ inspection/acceptance of
supplies/services function. In addition to typical duties for construction contracts, the
COAR shall execute the following duties in accordance with his/her appointment letter:
(i) Request proposals.
(ii) Negotiate agreements (including the establishment of pre-negotiation
positions per FAR 15.406-1).
2018 Edition, through Change 1 issued 02 August 2019
12
(iii) Ensure funds are available.
(iv) Properly document (post-negotiation memorandum) the file in a way
acceptable to the Contracting Officer.
(v) COAR’s will be responsible for fully completing their actions, e.g. input to
SPS/FIS. COARs may request assistance as necessary.
(6) Contracting Officer authority and responsibilities. The Contracting Officer
shall:
(i) Retain ultimate authority for overall administration of contracts.
(ii) Approve all COAR negotiated agreements and associated documentation
of the agreement (post-negotiation memorandum).
(iii) Assist COARs as necessary.
(iv) Issue the SF-30 modification.
(c) Ordering Officer. (Except for USCG BOAs)
(1) Designation. The Contracting Officer may designate individuals, either from
within or outside of the contracting organization, as ordering officers, with the authority to
execute task/delivery orders thereby obligating funds under NAVFAC indefinite delivery
type contracts (IDTC). An ordering officer may be appointed for valid purposes provided
the Contracting Officer determines appointment is essential for the efficient operation of
the contracting mission. Strict operational control over ordering officers is necessary to
preclude violations of law and regulations. Care must be exercised in determining how
many ordering officers are necessary yet controllable.
(2) Appointment. Contracting Officers shall formally appoint individuals as
ordering officers by appointment letter. The activity to which the ordering officers are
assigned need not have their own contracting authority. The appointment letter shall
specify the extent and limitations of the ordering officer’s authority to act on behalf of the
Contracting Officer. Unless the appointment contains other provisions for automatic
termination, the appointment shall be effective, unless sooner revoked, until the ordering
officer is reassigned or the individual’s employment is terminated. Revocation of an
ordering officer appointment may be affected at any time by the appointment authority,
or higher authority, or any successor to either. Revocation shall be made in writing.
(3) Qualifications/training. Because IDTCs vary in dollar value and complexity,
the qualifications, skills, and training needed by ordering officers may also vary. The
appointment and training of ordering officers requires consideration of the type of
ordering to be performed.
(4) Authority/responsibilities. The authority of an ordering officer is limited to
placement of task/delivery orders for pre-priced contract line items under an IDTC.
Except as authorized for emergency situations, Ordering Officers do not have the
authority to modify the basic contract or task/delivery orders. Under limited situations,
the designation official (Contracting Officer) may grant an ordering officer limited
2018 Edition, through Change 1 issued 02 August 2019
13
authority to modify task/delivery orders only for emergency situations. Task/delivery
orders requiring negotiation of level of effort or scope may only be executed by a
warranted contracting official. Oral orders may be used only when specifically
authorized. Such orders may not exceed $10,000 and must be confirmed by issuance of
a written task/delivery order within two working days. The contract must identify the
individual(s) who have the authority to issue oral orders. Any authority delegated to an
ordering officer is not redelegable.
(5) Evaluation and documentation. Supplementing the normal monitoring of the
ordering officer, the Contracting Officer shall maintain an activity file on each ordering
officer as part of the contract file. The purpose of this file is to record and maintain the
results of reviews by the Contracting Officer of the ordering officer's contract related
activities. The Contracting Officer shall annually evaluate and document the
performance of the ordering officer and provide a copy of this evaluation to the ordering
officer's organizational head.
(d) Departmental Accountable Official.
(1) Designation. Departmental Accountable Officials (DAOs) include those
individuals who perform a technical oversight function and who provide the Certifying
Officer with information that confirms the overall percentage of work that was
received/completed in accordance with the terms and conditions of the contract.
(2) Appointment. Contracting Officers shall formally appoint individuals, except
comptroller personnel, as DAOs. Appointments shall be made by appointment letter and
by completion of a DD Form 577, and shall specify the types of payments authorized for
certification. DAO appointments shall remain in full force and effect until revoked or the
individual is reassigned or employment is terminated.
(3) Training. Prior to appointment, the Contacting Officer shall ensure the DAO
has successfully completed CLC 106, Contracting Officer’s Representative Online
Training or CLC 222 Contracting Officer’s Representative Online Training.
(4) Responsibilities. DAOs are responsible in the performance of their duties for
providing to a certifying officer information, data, or services that the certifying officer
directly relies upon in the certification of vouchers for payment. DAOs are pecuniarily
liable for erroneous payments resulting from their negligent actions in accordance with
section 2773a of title 10, United States Code.
1.602-3 Ratification of unauthorized commitments (UACs).
(a) UACs over $100,000 shall be ratified by Commander, NAVFACENGCOM. This
authority is not re-delegable.
(b) By delegation, authority to ratify UACs of $100,000 or less is as follows:
$100,000 or less* Echelon II Asst Commander for ACQ or
Deputy Director for ACQ
$50,000 or less* Echelon III/IV Commander/
Commanding Officer or Echelon III/IV CCO
2018 Edition, through Change 1 issued 02 August 2019
14
*The authority to ratify, at any level, reverts to the head of the contracting activity
(HCA) without power of delegation if the HCA has 15 or more UAC’s exceeding the
micro-purchase threshold each for that fiscal year (FY) or when the person committing
the UAC has made, or the Contractor performing the UAC has submitted, a UAC at any
point in the past. This determination will be made at HQ ACQ after submission of the
quarterly reports. If authority reverts back to the HCA, ratification packages shall be
submitted via the Echelon II Division Director for review and endorsement for HCA
approval.
When an individual or a contractor is involved or submits more than one UAC, the
authority for that UAC and other future UACs committed by the individual or contractor
reverts back to the HCA. There is no expiration or reset of this requirement.
(c) The ratifying official and the Contracting Officer on the ratified action shall not be
the same individual.
(d) When a ratification action is completed, regardless of dollar value, a copy of the
complete ratification package shall be submitted to the respective ECH III or ECH IV
People, Process and Policy Division.
(e) Reports.
(1) Upon determination of the need for ratification of a UAC, the activity, where
the ratifiable action occurred, shall report the UAC within 10 days from the date the
action is determined to be a UAC to their ECH III or ECH IV using the NAVFAC reporting
template addressing the NMCARS Annex 15 required information.
(2) Echelon III’s shall consolidate and submit a quarterly report to HQ’s of ALL
UACs and ratification actions for their area of responsibility (AOR), regardless of dollar
value, by 20 January, 20 April, 20 July, and 20 October.
(f) The Contracting Officer identified in FAR 1.602-3 and NMCARS 5201.602-3 does
not include a Governmentwide Commercial Purchase Card (GCPC) cardholder or an
individual with a GCPC warrant.
1.603 Selection, appointment, and termination of appointment.
1.603-1 (NMCARS) General.
Authority for the selection, appointment and termination of appointment of
Contracting Officers is delegated as follows:
(a) Echelon III Commanders/Commanding Officer are delegated authority to appoint
as Contracting Officers, individuals serving in the contracting career field within their
commands and at Echelon IV activities, and at field offices under their cognizance. This
authority may be redelegated no lower than the Echelon III CCO.
(b) Echelon IV Commanding Officers are delegated authority to appoint as
Contracting Officers, individuals serving in the contracting career field within their
2018 Edition, through Change 1 issued 02 August 2019
15
commands and at field offices under their cognizance. This authority may be
redelegated no lower than the Echelon IV CCO.
(c) If an action includes both additions and deductions, the absolute dollar value
determines the warrant level required for approval or execution (e.g., the absolute dollar
value of an action that adds $500,000 of work and deducts $200,000 of work is
$700,000.)
1.603-2 (DFARS) Selection.
(a) Selection criteria for Contracting Officer appointments (warrants) are listed in
DFARS 201.603-2. Education and training requirements for warrants are also set forth
in DoD Instruction 5000.66
Defense Acquisition Workforce Education, Training, and
Career Development Program (27 Jul 2017). In addition to the education and training
requirements,
DoD Instruction 5000.66 also requires that at least first-level performance
appraisals of Contracting Officers are performed by supervisors within the individual’s
contracting chain of command.
DAU courses may be fulfilled by following the guidance at
http://icatalog.dau.mil/DAUFulfillmentPgm.aspx
. Course fulfillment provides a means
for AT&L Workforce members to receive credit for DAU courses based on work
experience, education, training, or any combination of those. Position requirements may
be waived in exceptional circumstances. Waivers must be approved by the NAVFAC
Senior Contracting Official (Assistant Commander for Acquisition) for those instances
where a statutory requirement has not been met (i.e., DAU certification courses,
education, etc.)
Prior to appointing any individual as a Contracting Officer, the appointing official
shall ensure that the individual meets the requisite knowledge, experience, and
qualitative performance appropriate for the dollar value and complexity of the
prospective contracting responsibilities. DAWIA certification is not an entitlement to be
warranted. If employee or member of armed service is fully qualified for a warrant at a
lower threshold than required by the position, the individual may hold a warrant at the
lower level until such time as the higher level qualifications are met. The NAVFAC
warrant level requirements specified below must be met in order to qualify to serve in an
acquisition position as a Contracting Officer with authority to award and/or administer
simplified acquisitions and contracts:
(1) Simplified Acquisition Procedures (SAP). Award of simplified acquisitions,
delivery/task orders and modifications above the micro-purchase threshold but not
exceeding the SAT.
(i) Experience. Six months of recent experience in Government or
commercial contracting applicable to the dollar threshold or nature of the procurement
actions for which the warrant will be issued.
(ii) Training. Successful completion of CON 237, Simplified Acquisition
Procedures. For IT procurement, Contracting Officers are required to successfully
complete ISA 101, Basic Information Systems Acquisition.
2018 Edition, through Change 1 issued 02 August 2019
16
(2) Level I. Award of contracts, delivery/task orders and modifications with
values up to $1,000,000.
(i) Experience. Two years of recent, progressively complex and responsible
contracting and/or staff experience in Government or commercial contracting.
(ii) Training. In addition to the required Defense Acquisition University
(DAU) level courses, the successful completion of the following assignment-specific
courses, when applicable.
CON 243, Architect-Engineer Contracting
CON 244, Construction Contracting
CTC 337, Facilities Support Contracting
CTC 423, Environmental Contracting
If you currently hold, or previously held, a warrant that included construction
authority, and you completed CTC 343 Construction Contract Modifications, you are not
required to take CON 244, Construction Contracting. CTC 343 is considered an
acceptable predecessor course in this situation. If you currently hold, or previously held,
a warrant that included A-E authority, and you completed CTC 366 Architect -
Engineering Contract Management, you are not required to take CON 243, Architect
Engineer Contracting. CTC 366 is considered an acceptable predecessor course in this
situation. Additionally, the supervisor is responsible to ensure employee has experience
and is knowledgeable of cost reimbursable contract administration principles when
employee responsibilities include environmental cost contracts. For IT procurement,
Contracting Officers are required to successfully complete ISA 101, Basic Information
Systems Acquisition.
(3) Level II. Award of contracts, delivery/task orders and modifications with
values up to $10M.
(i) Experience. Three years of recent, progressively complex and
responsible contracting and/or staff experience in Government or commercial
contracting.
(ii) Training. Same as above and Level II courses.
(4) Level III. Award of contracts, delivery/ task orders and modifications with the
following dollar limitations:
Unlimited Echelon II Commander, Assistant Commander for
Acquisition, and Contracting Officer; Echelon III
Commander, Commanding Officer, Vice
Commander, Executive Officer, and CCO
Up to $1 billion Echelon IV Commanding Officer, Executive Officer,
and CCO; Echelon III Division Director
Up to $500M Echelon III/IV Contracting Officer
2018 Edition, through Change 1 issued 02 August 2019
17
(i) Experience. Four or more years of recent, progressively complex and
responsible contracting and/or staff experience in Government or commercial
contracting.
(ii) Training. Same as above and Level III courses.
(5) Governmentwide Commercial Purchase Card (GCPC). Warranted
cardholders executing the following types of transactions: placing electronic
delivery/task orders and modifications above the micro-purchase threshold, but not
exceeding the SAT, against IDIQ contracts with firm fixed price line items on FedMall;
Fleet Logistics Center cardholders supporting NAVFAC, in accordance with the
Memorandum of Agreement (MOA) dated 21 July 2005, placing orders for supplies
against General Services Administration (GSA) Schedules above the micro-purchase
threshold but not exceeding the SAT; and warranted cardholders located outside the
United States as defined by DFARS 213.301(1) making purchases that exceed the
micro-purchase threshold but not exceeding $25,000 if the purchase meets the criteria
stated in DFARS 213.301(2). In accordance with NAVSUPINST 4200.99
series,
cardholders located outside of the U.S. making purchases using foreign currency must
consider the daily exchange rate when making purchases to ensure they are within their
authorized spending limit, not-to-exceed $25,000.
(i) Experience. Six months of government procurement experience, which
may include: using FedMall for orders over $2,500, using the GCPC for open market
purchases up to $2,500, or other related procurement experience.
(ii) Training. In addition to the requirements specified by
NAVSUPINST
4200.99, CON 237, SAP Procedures, DAU Purchase Card Training and annual Navy
Purchase Card training must be taken. Note: GCPC warrants are exempt from the
Continuing Education requirement.
(b) Warrants shall only be issued to qualified GS-1102 and Civil Engineer Corps
Officers; however, this restriction does not apply to GCPC warrants prescribed in NFAS
13.301.
(c) Warrants shall only be issued to the employee/officer within the command who is
currently performing Contracting Officer duties. Warrants are not transferable upon
permanent change of duty station.
(d) Certificates of Appointment (SF-1402 Warrants) for non-1102 Government
Purchase Cardholders shall be issued and signed by Echelon III
Commanders/Commanding Officer/Echelon IV Commanding Officers or CCOs in
accordance with NAVSUPINST 4200.99
.
(e) It is NAVFAC policy that a warrant may be used throughout the Command on a
short term basis to support specific contingency operations, temporary duty
assignments, or onsite visits.
(f) For indefinite delivery contracts that include options, the warrant level must cover
the potential maximum ordering amount of the base period.
2018 Edition, through Change 1 issued 02 August 2019
18
1.603-3 Appointment.
(a) Appointments will be documented and copies filed as prescribed at FAR 1.603-3.
The SF-1402 will contain any warrant limitations (i.e., undefinitized contract actions up to
$150,000 per UCA or authority is limited to $700,000 for construction), including
limitations on the period of appointment. The original Certificate of Appointment shall be
provided to the appointed Contracting Officer.
(b) Appointing officials shall issue warrants based on the individual’s proven
capabilities, office workload, and business environment. Changes, either increasing or
decreasing the existing warrant level of a Contracting Officer, shall be made solely at the
discretion of the appointing official. When an appointing official determines to make
such changes, a new Certificate of Appointment shall be issued.
(c) To maintain their warrant, Contracting Officers shall adhere to the policy in
DoD
Instruction 5000.66, Defense Acquisition Workforce Education, Training, and Career
Development Program (27 July 2017), that requires Defense Acquisition Workforce
members to acquire 80 Continuous Learning Points every two years.
(d) Echelon IIIs shall submit the Warrants Annual Report from each Facility
Engineering Command (FEC) within their area of responsibility (AOR) to the Echelon II
Command Warrant Representative/People, Process and Policy Director by 3 December.
NFAS Appendix A summarizes all reporting requirements.
(e) GCPC warrants for Fleet Logistics Center (FLC) cardholders supporting NAVFAC
are issued in accordance with NAVFAC/NAVSUP MOA dated 21 July 2005.
1.603-4 (NMCARS) Termination.
(a) Appointments of Contracting Officers remain in effect as long as appointees are
assigned to the position and/or organization (FEC) stated on the warrant and the
authorities remain the same, unless terminated sooner by the appointing official, his
successor, COMNAVFACENGCOM or his designee. CCOs shall ensure warrants are
terminated if necessary upon the internal movement of personnel to positions which may
have duties that no longer require holding a Contracting Officer warrant.
(b) A Contracting Officer appointment shall be terminated in writing when the
individual is transferred from the position due to reassignment outside of the
organization (FEC) or permanent change of station/duty.
1.690 (NMCARS) Requirements to be met before entering into contracts.
(a) This delegation does not apply to Utilities Privatization or Special Ventures
acquisitions. All business clearances/negotiation memorandums for Utilities Privatization
shall be submitted to the Echelon II Division Director for approval.
(b) Review and approval levels for business clearances/negotiation memorandums
shall include the value of all options or option years and maximum award fee under a
contract. For indefinite delivery contracts, the approval authorities are based upon the
total ceiling price of the solicitation/contract. For a multiple award indefinite delivery
solicitation/contract, the total ceiling price includes the aggregate value of all proposed
2018 Edition, through Change 1 issued 02 August 2019
19
contracts. (As an example, a multiple award indefinite delivery solicitation with a
maximum value of $240M that results in award of four contracts, the aggregate
maximum value of all task orders issued during the life of the contracts may not exceed
$240M). The dollar value of an indefinite delivery solicitation/contract is not the
minimum guarantee amount or the estimated value of the seed project.
(c) The Business Clearance Memorandum format at NMCARS Annex 2 is required
for all competitive and non-competitive actions awarding basic contracts as well as
contract modifications with values greater than the certified cost or pricing data
threshold. The actions listed in NMCARS 5201.690(c), including task/delivery orders
and associated modifications at any dollar value, do not require a Business Clearance
Memorandum in the format at NMCARS Annex 2, but do require a Pre-Negotiation and
Post-Negotiation Memorandum when discussions/negotiations are held. A combined
Pre-/Post-Negotiation Memorandum may be prepared only if no discussions/negotiations
are held (award is made on original proposal) or for actions below the SAT. However, if
negotiations are held, a pre-negotiation position is required to be established prior to
negotiations per FAR 15.406-1. Approval level shall be based on the dollar value of the
task/delivery order or associated modification.
(d) Pre-Negotiation Business Clearance/Pre-Negotiation Memorandum.
(1) Review of a Pre-Negotiation Business Clearance/Pre-Negotiation
Memorandum shall be determined by the Echelon III/IV Commanders/CCOs.
(2) Approval of a Pre-Negotiation Business Clearance/Pre-Negotiation
Memorandum shall be as follows:
(i) Actions up to and including $750,000 threshold shall be approved by the
Contracting Officer.
(ii) Actions over $750,000 shall be approved by a Contracting Officer a level
above the individual assigned the action.
(iii) The approving Contracting Officer shall hold a warrant commensurate
with the absolute dollar value of the action (i.e., absolute dollar value is $700,000 for an
action that adds $500,000 of work and deducts $200,000 of work).
(e) Post-Negotiation Business Clearance/Post-Negotiation Memorandum approval
levels are as follows:
U Dollar Value AApproval Authority
Up to and including $750,000 Contracting Officer
Over $750,000
up to and including $30M Contracting Officer a level above the
individual assigned the action
Over $30M up to and including $100M Echelon III/IV Division
Director/CCO/00/09 (or Acting)
2018 Edition, through Change 1 issued 02 August 2019
20
Over $100M *Echelon II Division Director
*Echelon III/IV Commanders/Commanding Officers/CCOs shall ensure business
clearances/negotiation memorandums requiring Echelon II approval are reviewed at an
appropriate level prior to being forwarded to the Echelon II Division Director.
(f) In no case shall an approving official approve a business clearance or negotiation
memorandum for which he/she acted as the source selection authority.
1.691 (NMCARS) Procurement management oversight.
1.691-2 Responsibilities.
1.691-2-100 NAVFAC Procurement Management Assessment Program (PMAP).
(a) The HCA is responsible for performing management and oversight reviews of all
procurement operations performed within Headquarters, any subordinate contracting
organization with delegated procurement authority, and any other commands delegated
contracting authority under NAVFAC’s cognizance. This process is implemented
through the NAVFAC PMAP process and will ensure execution of authority is performed
according to law and regulation. The oversight process shall:
(1) Focus on organizational leadership, management and internal controls, and
regulatory compliance.
(2) Evaluate the implementation of procurement processes and management
systems.
(3) Provide a feedback system from the NAVFAC Assistant Commander for
Acquisition/Deputy Director for Acquisition to NAVFAC acquisition organizations that
offer timely information to all organizational levels. Accompanying the PMAP report is a
plan of action and milestone (POA&M) template that is standardized and shall be used
by the activity to address the action items outlined in the report. The POA&M shall be
submitted for CCO approval with a copy to the PMAP team.
(b) NAVFAC PMAP on-site visits shall be scheduled and conducted based on the
following considerations: DASN Procurement Performance Management Assessment
Program (PPMAP) periodicity requirements, HQ Acquisition input, Echelon III and IV
CCO input, and other indicators.
1.691-2-101 Internal Business Assessment.
Each contracting organization within NAVFAC shall perform and document an
annual Internal Business Assessment (IBA) to self-assess the quality of the procurement
organization’s operations and processes. The self-assessment is intended to identify
and correct critical vulnerabilities. No less than five percent of all contract actions over
the past fiscal year for every product/service line shall be reviewed. Additional reviews
shall be conducted if multiple issues are revealed. The IBA shall be submitted to the
Echelon IV CCO, Echelon III CCO, or Assistant Commander for Acquisition/Deputy
Director for Acquisition as appropriate for analysis.
2018 Edition, through Change 1 issued 02 August 2019
21
31 Jan FEADs/ROICCs Echelon IV CCO
15 Feb Echelon IV CCO Echelon III CCO
15 Feb Echelon III CCO Echelon II Asst CDR for Acquisition/
Deputy Director for Acquisition
The Echelon shall perform a detailed analysis and send to the subordinate activity by
15 March. The IBA file shall be uploaded to the NAVFAC PMAP Program Director by 20
March of each calendar year.
Note: An activity receiving a PMAP rating of Satisfactory or Highly Satisfactory will not
be required to complete an IBA in the following Fiscal Year. Additionally, based on a
reduction in procurement risk, an activity receiving a “Highly Satisfactory” PMAP rating
will be automatically granted a waiver to the annual IBA submission requirement for the
second Fiscal Year following the PMAP review.
SUBPART 1.7—DETERMINATIONS AND FINDINGS
1.707 Signatory authority.
All Determinations and Findings (D&Fs) forwarded to the appropriate Echelon II
Division Director for approval shall contain an endorsement by the Echelon III CCO or
00/09. In addition, D&Fs that require approval above Echelon II (i.e., DASN) shall be
routed via the Echelon II Division Director for review and endorsement.
2018 Edition, through Change 1 issued 02 August 2019
22
PART 2
DEFINITIONS OF WORDS AND TERMS
SUBPART 2.1DEFINITIONS
2.101 Definitions.
00 Commander and Staff
09 Vice Commander
BASE OPERATIONS SUPPORT (BOS)A BOS contract (excludes multiple award
contracts) is defined as including a Performance Work Statement with FSC/BOS
annexes/sub-annexes from two or more of the technical annexes listed below:
- Command and Staff
- Public Safety
- Air Operations
- Port Operations
- Operations Support (Supply)
- Fleet and Family Readiness (Family Support Services)
- Fleet and Family Readiness (MWR)
- Fleet and Family Readiness (Galley)
- Fleet and Family Readiness (Housing)
- Facility Support (Facility Management, Facility Investment, and Facility Services)
- Facility Support (Utilities)
- Facility Support (Base Support Vehicles and Equipment)
- Environmental
BUSINESS LINE COORDINATOR (BLC) The business line head at Echelon IV
activities.
BUSINESS LINE MANAGER (BLM) The business line head at Echelon III activities.
CHIEF OF THE CONTRACTING OFFICE (CCO) - The Contracts Director at Echelon
III/IV activities only.
FACILITIES ENGINEERING COMMAND (FEC) - Echelon IV component command that
is subordinate to NAVFAC Atlantic or NAVFAC Pacific.
FACILITIES ENGINEERING AND ACQUISITION DIVISION (FEAD) - Division within the
Public Works Department that provides engineering support, construction project
management, and service contract management for the installation and other supported
commands.
HEAD OF THE CONTRACTING ACTIVITY (HCA) - For NAVFACENGCOM, the
Commander, NAVFACENGCOM and by delegation per FAR 1.108(b), the NAVFAC
Assistant Commander for Acquisition.
2018 Edition, through Change 1 issued 02 August 2019
23
NAVFAC COUNSEL - A member of NAVFAC Office of General Counsel (OGC) located
at an activity with contracting authority.
RESIDENT OFFICER IN CHARGE OF CONSTRUCTION (ROICC) - A Civil Engineer
Corps officer who is responsible for the administration of assigned contracts at a field
contracts office.
PART 3
IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
24
PART 4
ADMINISTRATIVE MATTERS
SUBPART 4.6—CONTRACT REPORTING
4.604 (NMCARS) Responsibilities.
(3)(i) The data Verification and Validation (V&V) Report is required to be submitted
quarterly. Echelon III activities shall consolidate the information for its area of
responsibility (AOR) and submit a report at the end of the month following the end of
each fiscal quarter (1 February, 1 May, 1 August, 1 November), via e-mail to the Echelon
II People, Process and Policy Director.
(ii) By 1 November of each year, Echelon III activities shall submit the Contract
Action Report, Data Verification and Validation (V&V) certification for its AOR to the
Echelon II People, Process and Policy Director. NFAS Appendix A summarizes all
reporting requirements.
SUBPART 4.8GOVERNMENT CONTRACT FILES
4.804 Closeout of contract files.
4.804-1 (NMCARS) Closeout by the office administering the contract.
(S-90) Echelon II eACQ Director shall submit the Monthly Contract Closeout Metric
Report to Deputy Assistant Secretary of the Navy for Acquisition and Procurement
(DASN(AP)) by the 15
th
of each month. NFAS Appendix A summarizes all reporting
requirements.
4.804-5 Procedures for closing out contract files.
See NFAS 32.1100(e) for closeout procedures for construction and architect-
engineer (A-E) contracts when contractor fails to execute an appropriate release within
one year after completion and acceptance.
4.805 Storage, handling and disposal of contract files.
Contracting offices shall maintain paper copies of official contract files. Large
documents may be stored on compact discs (CD) and kept in official contract files only if
they are in a readable format. Some examples of readable formats are (but not limited
to): .pdf, .doc, .xls; pst files are not acceptable for CD storage in official contract files.
Any contract documents filed in approved government electronic systems (e.g. WAWF,
Joint Appointment Module (JAM), Surveillance and Performance Monitoring module
(SPM), SeaPort-NXG, eCMS), shall be duly noted in the Contract Record Index of the
official contract file.
2018 Edition, through Change 1 issued 02 August 2019
25
PART 5
PUBLICIZING CONTRACT ACTIONS
SUBPART 5.2SYNOPSES OF PROPOSED CONTRACT ACTIONS
5.205 Special situations.
(d) Architect-engineering (A-E) services.
(1) All unrestricted synopses for A-E services over $700,000 shall include a
notice that any large firm that is short-listed will be required to submit a subcontracting
plan (in addition to addressing the small business criteria in the SF-330) before price
negotiations begin for contract award.
(2) Each synopsis of A-E contracts must be concluded with the statement:
“Architect-engineer firms which meet the requirements described in this
announcement are invited to submit a completed SF-330 to the office shown
below. Firms responding to this announcement by (date/time) local time will
be considered. This is not a request for a proposal."
(3) When a synopsis is not required, the publicly displayed notice should include
the statement:
"Architect-engineer firms which meet the requirement described in this
announcement are invited to submit completed SF-330. Firms responding
to this announcement by (date/time) will be considered. This is not a request
for proposal."
5.207 Preparation and transmittal of synopses.
(a) All unrestricted synopses over $700,000 for services and $1,500,000 for
construction shall include a notice to large firms that a subcontracting plan is required
prior to award.
(b) All set-aside, 8(a) competitive, sources sought, and potential set-aside synopses
must include the North American Industry Classification System (NAICS) Code and size
standard.
SUBPART 5.4RELEASE OF INFORMATION
5.404 (NMCARS) Release of long-range acquisition forecasts.
By 10 June of each year, Echelon III activities shall submit an annual Long Range
Acquisition Forecast Report for its area of responsibility (AOR) to the Echelon II People,
Process and Policy Director. NFAS Appendix A summarizes all reporting requirements.
2018 Edition, through Change 1 issued 02 August 2019
26
SUBPART 5.5PAID ADVERTISEMENTS
5.502 (DFARS) Authority.
An Echelon III/ IV Chief of the Contracting Office (CCO), without power of
redelegation, may approve paid advertising in newspapers.
2018 Edition, through Change 1 issued 02 August 2019
27
PART 6
COMPETITION REQUIREMENTS
SUBPART 6.2FULL AND OPEN COMPETITION AFTER EXCLUSION OF
SOURCES
6.202 (NMCARS) Establishing or maintaining alternative sources.
(b)(1)(i) Approval of the determination to exclude a source for actions not exceeding
$93M:
(A) can be submitted for Echelon III Commander/Commanding Officer approval
(when the Echelon III Commander/Commanding Officer is a general or flag
officer) via the Echelon III or IV Chief of the Contracting Office (CCO). A copy of
any approved D&F shall be provided to the Echelon II Division Director; or,
(B) can be submitted for the Assistant Commander for Acquisition approval via
Echelon III or IV CCO and the Echelon II Division Director.
(b)(1)(ii) Approval of the determination to exclude a source for actions over $93M, must
be submitted with a copy of the approved Streamlined Acquisition Plan (STRAP) or
Management and Oversight Process for the Acquisition of Services Streamlined
(MOPAS-S) via Deputy Assistant Secretary of the Navy for Acquisition and Procurement
(DASN(AP)) for approval by the Navy Senior Procurement Executive (NSPE) via the
Echelon III or IV CCO and the Assistant Commander for Acquisition via the Echelon II
Division Director.
SUBPART 6.3OTHER THAN FULL AND OPEN COMPETITION
6.303-1-100 Bridge contract actions.
Refer to NFAS 6.304-101 for bridge contract action Justification and Approval (J&A)
requirements, content, approval, and reporting.
6.304 Approval of the justification.
(a) A warranted Contracting Officer, acting within the limits of their delegated
authority, may approve the justification for proposed contract actions not exceeding
$700,000. Echelon III Commander/Commanding Officer/CCO/Echelon IV Commanding
Officer/CCO may delegate approval authority to a warranted Contracting Officer for
proposed contract actions not exceeding $700,000. The Echelon III
Commander/Commanding Officer/Echelon IV Commanding Officer shall establish
internal management controls to ensure proper use of the delegated authority and
compliance with legal reviews (see NFAS 1.602-1-100).
(b) For a proposed contract action over $700,000 but not exceeding $7,000,000, the
justification shall be approved by the Echelon III Commander/Commanding
Officer/Echelon IV Commanding Officer.
(c) For a proposed contract action over $7,000,000 but not exceeding $13.5M, the
justification shall be approved by the Echelon III Commander/Commanding Officer.
2018 Edition, through Change 1 issued 02 August 2019
28
(d) All justifications over $13.5M but not exceeding $93M shall be forwarded via the
Echelon III CCO and the appropriate Echelon II Division Director for approval by the
Assistant Commander for Acquisition.
(e) All justifications exceeding $93M shall be forwarded via the Echelon III CCO and
the appropriate Echelon II Division Director, for endorsement by the Assistant
Commander for Acquisition for submission to Assistant Secretary of the Navy
(Research, Development and Acquisition) (ASN(RD&A) for approval.
6.304-100 Requirements for limiting competition under MAC task orders.
(a) The written justification to waive or limit competition for task orders under MACs
and FSSs shall be obtained prior to release of a request for proposal.
(b) Approval thresholds for the required written justification are as follows:
(1) For a proposed task order up to and including $700,000, the justification shall
be approved by a Level III Contracting Officer. The Contracting Officer shall ensure that
the justification is accurate and complete to the best of their knowledge and belief.
(2) For a proposed task order over $700,000 but not exceeding $7,000,000, the
justification shall be approved by the Echelon III Commander/Commanding
Officer/Echelon IV Commanding Officer.
(3) For a proposed task order over $7,000,000 but not exceeding $13.5M, the
justification shall be approved by the Echelon III Commander/Commanding Officer.
(4) For a proposed task order over $13.5M but not exceeding $93M, the
justification shall be forwarded via the Echelon III CCO and the appropriate Echelon II
Division Director for approval by the Assistant Commander for Acquisition.
(5) For a proposed task order exceeding $93M, the justification shall be
forwarded via the Echelon III CCO and the appropriate Echelon II Division Director for
endorsement by the Assistant Commander for Acquisition for submission to ASN(RD&A)
for approval.
6.304-101 Bridge contract action approvals
(a) Bridge contract actions are defined as non-competitive contracts awarded to
“bridge” the time between the end of one contract and the beginning of another related
contract. Contract modifications executed in accordance with FAR 52.217-8 - Option to
Extend Services, are considered bridge contract actions if the approved Streamlined
Acquisition Plan (STRAP) or Management and Oversight Process for the Acquisition of
Services – Streamlined (MOPAS-S) did not include the use of the clause, pricing was
not obtained for the additional six (6) months and the option period was not evaluated as
part of the initial contract competition.
(b) To reduce reliance on bridge contracts and promote real competition, in addition
to the J&A for a non-competitive requirement, the program manager/requirement owner
shall prepare a separate request for authorization to award a bridge contract. This
determination shall address the rationale for use of a bridge contract, certify to the
2018 Edition, through Change 1 issued 02 August 2019
29
urgency of the requirement and be signed by both the program manager/requirement
owner and the Contracting Officer. As required by NMCARS 5206.303-1(S-90), use the
template at Annex 5 of NMCARS entitled, “Bridge Contract Approval and Reporting,” to
request authorization to award a bridge contract. For purposes of this guidance, the
term "Business Line" is inclusive of Support Line and Functional Area requirement
owners.
(c) Approval of the authorization shall be as follows:
(1) For contract actions up to and including $700,000, the authorization shall be
approved by the Business Line Coordinator (BLC) (for Echelon IV) or Business Line
Manager (BLM) (for Echelon III), and by the Echelon III/IV CCO.
(2) For contract actions over $700,000 but not exceeding $5,500,000 and/or a
period of performance greater than 6 months, the authorization shall be approved by the
requirements Business Line Leader and the Assistant Commander for Acquisition or by
delegation, the Deputy Director for Acquisition.
(3) For contract actions greater than $5,500,000 and/or period of performance is
for subsequent period (2nd, 3rd, etc. bridge) the authorization shall be approved by the
Business Line Leader and the Head of the Contracting Activity (HCA). Any authorization
for a subsequent bridge contract shall include an explanation of why the competitive
timeline on the previous bridge request was not achieved.
(d) All bridge contract actions are required to be reported quarterly. Echelon III
activities shall consolidate the information for its area of responsibility (AOR) and submit
a report on the 15th day of the month following the end of each fiscal quarter (15
January, 15 April, 15 July, 15 October), via e-mail to the Echelon II People, Process and
Policy Director.
(e) J&As for bridge contracts shall not be submitted for review and/or approval before
the bridge contract authorization is approved for inclusion in the J&A package. After the
bridge contract authorization is obtained, the J&A will be routed to the appropriate
approval level for review and approval per NFAS 6.304. Bridge J&As will also include a
schedule for award of follow-on competition within Section 8 "Actions to Remove
Barriers to Competition."
(f) If the bridge action is for Engineering Services (not those procured under the
Selection of Architects and Engineers statute) and/or Program Management Services
(see NMCARS Annex 22) and it does not qualify for an exception at NMCARS 5237.102;
SeaPort is not being used; and the Bridge J&A will not cite FAR 6.302-2 the following
applies (see subparagraph (3)(a) for actions citing FAR 6.302-2):
(1) The Bridge J&A shall be approved by the appropriate competition
advocate (see NFAS 6.501);
(2) A copy of the approved Bridge J&A shall be submitted, via the
appropriate Echelon II Division Director to DASN(AP); and
2018 Edition, through Change 1 issued 02 August 2019
30
(3) A request for proposal or solicitation for the requirement shall NOT
be issued earlier than three working days after the Bridge J&A is
provided to DASN(AP).
a. If the bridge J&A cites FAR 6.302-2: A copy of the approved
Bridge J&A shall be submitted via the appropriate Echelon II
Division Director to DASN(AP) within two working days from
approval and there is no requirement to delay request for
proposal or solicitation issuance.
SUBPART 6.4SEALED BIDDING AND COMPETITIVE PROPOSALS
6.401 Sealed bidding and competitive proposals.
(b) Document the determination to use other than sealed bidding procedures in the
STRAP, MOPAS-S or separate memorandum.
SUBPART 6.5COMPETITION ADVOCATES
6.501 Requirement.
The Assistant Commander for Acquisition and the Echelon III/IV
Commander/Commanding Officer are designated Competition Advocates. In the event
that the Competition Advocate has a conflict of interest due to Source Selection
Authority (SSA) duties, the Assistant Commander for Acquisition will serve as the
Competition Advocate.
6.502 (NMCARS) Duties and responsibilities.
(b)(2) Echelon IIIs shall submit an annual report of competition advocate activities over
the preceding year, including a projected competition goal for the current year to the
Echelon II People, Process and Policy Director for their area of responsibility (AOR) by
15 December. NFAS Appendix A summarizes all reporting requirements.
2018 Edition, through Change 1 issued 02 August 2019
31
PART 7
ACQUISITION PLANNING
SUBPART 7.1ACQUISITION PLANS
7.102 Policy.
(a) Contracting Officers shall assure adequate acquisition planning including market
research is performed consistent with the character and risks associated with the
procurement of each requirement prior to issuing solicitations.
7.103 (NMCARS) Agency-head responsibilities.
(d) Streamlined Acquisition Plans (STRAPs) are required for the categories of
acquisitions (which notably includes military construction, commercial items, and
architect-engineer (A-E)) listed in NMCARS 5207.103(d)(ii) meeting the thresholds in
DFARS 207.103(d)(i) (refer to NMCARS Table 5207-1 STRAP/MOPAS-S
Requirements and Approvals). Note: STRAPs are required for task and delivery orders
where the value for the order requires a STRAP.
(1) Acquisitions for Development, as defined in FAR 35.001, when the total cost
of all contracts for the Acquisition program is estimated at $10M or more.
(2) Acquisitions for Production when the total cost of all contracts for the
acquisition program is estimated at $50M or more for all years or $25M or more for any
fiscal year.
(3) Acquisitions for Production with Services over the simplified acquisition
threshold (SAT) when the total cost of all contracts for the acquisition program is
estimated at $50M or more for all years or $25M or more for any fiscal year.
(4) Acquisitions for Services (which may include but is not limited to acquisitions
for military construction, major station maintenance/repair, A-E, and commercial
services), when the total cost of all contracts for the acquisition is estimated at $50M or
more for all years or $25M or more for any fiscal year.
(5) Acquisitions for Services (which may include but is not limited to A-E,
commercial services, base operations support (BOS) or facility support services such as
custodial, equipment maintenance and repair, guard services, etc.,) when the total cost
is estimated at $50M or more for all years or $25M or more for any fiscal year. Note:
Acquisitions for services over the SAT but less than $50M shall use the Management
and Oversight Process for the Acquisition of Services Streamlined (MOPAS-S) (see
NFAS 37.504) unless any fiscal year is $25M or more, than a STRAP is required.
(6) Acquisitions for Services through use of a contract or task order issued by a
non-DoD agency when the total cost is $50M or more. Refer to NMCARS 5237.170 and
NFAS 17.502 for additional approval requirements.
(e) With the exception of Acquisitions for Services greater than $50M procured
through use of a contract or task order issued by a non-DoD agency which requires
2018 Edition, through Change 1 issued 02 August 2019
32
approval by the Navy Senior Services Manager (SSM), Streamlined Acquisition Plans
(STRAPs) shall be approved as follows:
APPROVAL REQUIREMENTS FOR STRAPs
Total Planned
Dollar Value
Requirements
Review
Decision
Authority/Approval
$10M up to and including
$100M (all years)*
Requiring
Activity
Contracting Officer a
level above the
Contract Specialist
Echelon III/IV
Division Director
>$100M up to and including
$250M (all years)
Requiring
Activity
Echelon III/IV Chief
of the Contracting
Office (CCO)**
Echelon II Division
Director
For EXWC ONLY: >$100M
up to and including $250M
(all years) [as authorized
under FY17 NDAA Section
233]
Requiring
Activity
Contracting Officer a
level above the
Contract Specialist
NAVFAC EXWC
CCO
> $250M
Requiring
Activity
Asst CDR for
ACQ***
Deputy Assistant
Secretary of the
Navy (Acquisition
and Procurement
(DASN(AP)) or SSM
*Note: With the exception of acquisitions for development which require a
STRAP for acquisitions of $10M or more, acquisitions greater than SAT but less than
$50M for all years, still require acquisition planning and must be documented using
NMCARS Annex 21, MOPAS-S. However, acquisitions for construction services less
than $25M in a fiscal year or less than $50M for all years shall not use MOPAS-S and
the acquisition development plan template included in BMS is recommended for use.
For NAVFAC EXWC ONLY: Actions under $2,000,000 (including task or delivery
orders) may utilize the acquisition development plan in NAVFAC BMS in lieu of
NMCARS Annex 21, MOPAS-S as authorized under FY2017 NDAA Section 233 Pilot
Program for the Enhancement of the Research, Development, Test and Evaluation
Centers, Phase II, Sprint 1 (Section 233).
**STRAP documents submitted by Echelon IV to Echelon II do not require
review/approval by Echelon III.
***STRAP documents submitted for approval by DASN(AP)/SSM must be
submitted via the Echelon III or IV CCO, the appropriate Echelon II Division Director, and
the Associate Director for Small Business. The Echelon II Division Director will
coordinate the review by the Associate Director for Small Business.
(f) Use NMCARS Annex 20, ISTRAP-M, for all acquisitions $25M or more in a fiscal
year or $50M or more for all years unless preparing on a programmatic basis then use
NMCARS Annex 19 PSTRAP-M.
2018 Edition, through Change 1 issued 02 August 2019
33
7.105 Contents of written acquisition plans.
Acquisition plans shall include the information required by FAR 7.105 and DFARS
207.105. STRAPs and MOPAS-S shall be prepared using the appropriate mandatory
templates included in NMCARS. Any changes to the templates outside of the signature
page must be approved by the Head of Contracting Activity (HCA), without power of
delegation.
7.107 (NMCARS) Additional requirements for acquisitions involving consolidation,
bundling, or substantial bundling.
7.107-2 (NMCARS) Consolidation.
(e)(2)(i) Approval of the determination that use of a consolidated contract is necessary
and justified:
(A) For actions at or above $50M, must be submitted for approval by DASN(AP)
with a copy of the approved STRAP or MOPAS-S via the Echelon III or IV
CCO and the Assistant Commander for Acquisition via the Echelon II Division
Director.
a. For NAVFAC EXWC ONLY: As authorized under FY2017 NDAA
Section 233 Pilot Program for the Enhancement of the Research,
Development, Test and Evaluation Centers, Phase II, Sprint 1
(Section 233), for actions greater than $50M and less than $100M, the
determination must be submitted for Head of the Contracting Activity
(HCA) approval via the Echelon III CCO, the Echelon II Division
Director, and the Assistant Commander for Acquisition.
(B) For actions exceeding $13.5M but less than $50M, the determination must be
submitted for Assistant Commander for Acquisition approval via the Echelon
III or IV CCO and the Echelon II Division Director.
(C) For actions greater than $2,000,000 and up to $13.5M, the determination
must be submitted for Echelon III or Echelon IV Commander/Commanding
Officer approval via the Echelon III or IV CCO.
a. For NAVFAC EXWC ONLY: As authorized under FY2017 NDAA
Section 233 Pilot Program for the Enhancement of the Research,
Development, Test and Evaluation Centers, Phase II, Sprint 1
(Section 233), for actions greater than $2,000,000 and up to $50M,
the determination must be submitted for NAVFAC EXWC
Commanding Officer approval via the Echelon III CCO.
7.107-3 (NMCARS) Bundling.
(f)(2)(i) Approval of the determination that use of a consolidated and bundled contract is
necessary and justified must be submitted with a copy of the approved STRAP or
MOPAS-S for approval by DASN(AP) via the Echelon III or IV CCO and the Assistant
Commander for Acquisition via the Echelon II Division Director.
2018 Edition, through Change 1 issued 02 August 2019
34
SUBPART 7.4EQUIPMENT LEASE OR PURCHASE
7.470 (DFARS) Statutory requirements.
Only the HCA is authorized to make a determination to enter into, extend or renew
any vessel, aircraft, or vehicle lease, charter or similar agreement with individual
performance periods of 18 months or more. The determination and findings shall be
reviewed by Legal Counsel, endorsed by the Echelon III CCO, and forwarded to the
appropriate Echelon II Division Director for approval by the HCA. A contract for vehicle
leasing containing lease terms of 12 months or less per performance period is not
subject to this requirement, e.g., a contract with a 6-month lease for the base period and
a 12-month lease for each of two option periods.
2018 Edition, through Change 1 issued 02 August 2019
35
PART 8
REQUIRED SOURCES OF SUPPLIES AND SERVICES
SUBPART 8.4FEDERAL SUPPLY SCHEDULES
8.404 Use of Federal Supply Schedules (FSS).
(k) With written approval of a Contracting Officer a level above the individual
assigned the action, use of FSS is permitted only for direct acquisitions for services
including knowledge based services, roofing repairs, and leases at or below the
simplified acquisition threshold (SAT) but above the micro-purchase threshold, or for
commercial off-the-shelf (COTS) items up to and including $7,000,000 when:
(1) Funds will not be transferred outside of NAVFAC;
(2) The requirement shall not be for architect-engineer (A-E), construction
(except those for roofing repairs), or recurring facilities support services (such as Base
Operations Support (BOS), custodial, preventive maintenance of equipment, etc.);
(3) Other mandatory sources cannot be used; and
(4) Blanket purchase agreements against the schedules will not be established
for non-personal services.
Note: If procuring services greater than $2,500; ensure that wage
determination(s) are included if applicable.
Note: For Orders above the SAT; ensure compliance with FAR 8.405-4.
Note: For Orders above $550,000; ensure compliance with
FAR/DFARS/NMCARS at Subparts 17.5 and 17.7 (as applicable).
Note: Services can be procured with FSS when they cannot be procured as
efficiently through an existing NAVFAC awarded contract. Examples of the types of
services procured through FSS contracts, subject to the limitations above, are
shredding, bus rentals, leases/rental of equipment, furniture, trailer rentals, equipment
repair or maintenance, vehicle purchases, venue rentals (e.g. office space, meeting
hall), etc.
(l) For information technology (IT) development and support services, the following
order of precedence must be used:
(1) NAVFAC internal contracts (for new contracts, comply with Apr 23 2012 DoN
Policy for the Procurement of Information Technology (IT) Development and Support
Services).
(2) GSA Alliant//Alliant Small Business, DISA Encore II, Army ITES-2S, Air Force
NETCENTS, NIH GWAC, or SeaPort-NXG.
2018 Edition, through Change 1 issued 02 August 2019
36
(m) For information technology (IT) acquisitions of software, the following order of
precedence must be used:
(1) NAVFAC internal contracts.
(2) DoD Enterprise License Agreement (ELA), SmartBUY and DoD Enterprise
Software Agreements (DoD ESI/ESA) (reference Feb 22 2012 DoN memorandum
Mandatory Use of Department of the Navy Enterprise Licensing Agreements).
Note: Per NFAS 39.101(a), only Naval Facilities Engineering and Expeditionary
Warfare Center (EXWC) has unlimited authority to procure IT resources.
(n) FSS should be used only if there is an expectation of competition unless the
limited source is justified. Additionally, although FSS do not require mandatory
preference programs, NAVFAC orders shall use small business set-asides to the
maximum extent possible.
8.405-6 (NMCARS) Limiting Sources.
No solicitation for Engineering Services (not those procured under the Selection of
Architects and Engineers statute) and/or Program Management Services (see NMCARS
Annex 22), which negates the use of SeaPort shall be issued earlier than three working
days after the limited sources justification is provided to DASN(AP). The limited sources
justification shall:
(1) Be approved by the appropriate competition advocate (see NFAS 6.501);
(2) A copy of the approved limited sources justification shall be submitted; via the
appropriate Echelon II Division Director to DASN(AP).
a. If the limited sources justification cites FAR 8.405-6(a)(1)(i)(A): A copy of
the approved limited sources justification shall be submitted via the
appropriate Echelon II Division Director to DASN(AP) within two working
days from approval and there is no requirement to delay solicitation
issuance.
SUBPART 8.70(DFARS) COORDINATED ACQUISITION
8.7003 Applicability.
8.7003-1 Assignments under integrated materiel management (IMM).
NAVFAC Contracting Officers are not normally authorized to purchase automotive
vehicles, construction equipment, and weight handling equipment or other material
handling equipment. However, special authority using the DFARS procedures at this
subpart. All requests must be coordinated with the responsible Echelon III
Transportation Product Line Management Office, and submitted to EXWC as NAVFAC’s
execution agent for Civil Engineering Support Equipment (CESE). For NAVFAC
OCONUS activities, the approval authority is delegated to the Echelon III Chief of the
Contracting Office (CCO). In the CCO’s absence, this authority may be redelegated no
lower than the Acting Echelon III CCO.
2018 Edition, through Change 1 issued 02 August 2019
37
PART 9
CONTRACTOR QUALIFICATIONS
SUBPART 9.1RESPONSIBLE PROSPECTIVE CONTRACTORS
9.104-5 Certification regarding responsibility matters.
Procuring Contracting Officers/Chief of the Contracting Office (PCOs/CCOs) shall
notify the cognizant Echelon II Division Director on issues relevant to both FAR 9.104-
5(a)(2) and FAR 9.104-5(b)(2). For issues relevant to FAR 9.104-5(a)(2), the PCO/CCO
shall also provide a recommendation if the offeror is being considered for award. The
Echelon II Division Director/Head of Contracting Activity (HCA) shall determine the
appropriate course of action.
SUBPART 9.5ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST
9.506 Procedures
(b) Requests for approval, as required by FAR 9.506, of a recommended course of
action (which may include proposed provisions or draft contract clauses) to avoid,
neutralize or mitigate a potential organizational conflict of interest shall be submitted via
the Echelon III or IV CCO to the appropriate Echelon II Division Director. Such requests
must be approved prior to issuance of any solicitation.
9.507 [Removed and Reserved]
9.507-2 [Removed and Reserved]
2018 Edition, through Change 1 issued 02 August 2019
38
PART 10
MARKET RESEARCH
10.001 Policy
Market research is a basic precursor to solid acquisition planning. Failure to conduct
market research in a timely manner is not a valid justification in attempting to limit
competition later on. Contracting Officers are encouraged to conduct market research at
the earliest possible time.
2018 Edition, through Change 1 issued 02 August 2019
39
PART 11
DESCRIBING AGENCY NEEDS
11.002 Policy.
Specifications for a contract to be performed in a foreign country and may be
prepared both in English and in the appropriate foreign language as necessary.
SUBPART 11.1SELECTING AND DEVELOPING REQUIREMENTS DOCUMENTS
11.104 [Removed and Reserved]
11.105-100 Proprietary specifications.
(a) Proprietary specifications shall not be included in NAVFAC contracts unless a
Justification and Approval (J&A) is prepared and approved in accordance with FAR Part
6 before solicitation advertisement. The J&A approval level shall be dictated by the
estimated value of the proprietary products. This requirement also applies to
specifications prepared by other agencies for projects to be constructed by NAVFAC.
(b) When authorized, the brand name justification or documentation shall be
publicized with the solicitation. The posting requirement applies to acquisitions
exceeding $25,000 that uses brand name specifications, including simplified acquisitions
and sole source procurements. If publication of the justification or documentation with
the solicitation or the Request for Quotation (RFQ) is inappropriate because of one of
the exceptions in FAR 5.102(a)(4) applies, a copy of the justification shall be kept in the
contract file. The technical specification shall state: Notwithstanding any other provision
of this contract, no other product will be acceptable.
11.106 (DFARS) Purchase descriptions for service contracts.
Purchase descriptions for service contracts and resulting requirements documents
(e.g., Statements of Work/Performance Work Statements (SOW/PWS) shall include
language to provide a clear distinction between Government employees and contractor
employees as required by DFARS 211.106.
SUBPART 11.2USING AND MAINTAINING REQUIREMENTS DOCUMENTS
11.201 Identification and availability of specifications.
11.201-100 Construction contract drawings and specifications.
Technical portions of specifications shall not include issues covered by FAR,
DFARS, NMCARS or NFAS clauses, provisions, or exceptions thereto.
11.201-101 Collateral equipment.
If collateral equipment is included in specifications, the matter should be coordinated
with and approved by the contracting agency normally responsible for procuring the
collateral equipment.
2018 Edition, through Change 1 issued 02 August 2019
40
SUBPART 11.4DELIVERY OR PERFORMANCE SCHEDULES
11.402 Factors to consider in establishing schedules.
(b) Construction.
(1) When establishing a completion date for construction contracts requiring
performance and/or payment guarantees, a period of 15 days shall be allowed for the
mailing of the award and the contractor's submission of the required guarantee.
(2) Time extensions shall not be deferred until completion of work.
(3) Options see NFAS 17.202-100.
11.404-100 NAVFAC solicitation/contract language, Phased Construction
Schedule.
Use the following NAVFAC language entitled “Phased Construction Schedule” in all
solicitations/contracts for construction that require the use of a phased construction
schedule. The NAVFAC language should be used with FAR Clause 52.211-12,
Liquidated DamagesConstruction. The language should be included in Division 00800
of solicitations using the undated Construction Specifications Institute (CSI) format
available in the Standard Procurement System (SPS) or, if using the CSI 2012 format,
include the language in Division 00 73 00.
PHASED CONSTRUCTION SCHEDULE
Within the overall project schedule, commence and complete the work in phases.
Complete each phase of the work within the number of days stated in the following
schedule:
a. Schedule start day: The day designated as the beginning of a particular phase; the
number listed is the number of days from the award of contract.
b. Completion day: The day designated as the end of a given phase and the day the
work in that phase must be completed; the number listed is the number of days from the
award of the contract.
c. Schedule:
Phase
Description
Schedule Start Day
Completion Day
A
[________]
[______]
[________]
B
[________]
[______]
[________]
C
Completion of
remaining
[______]
[________]
[Contracting Officer to insert start and completion day for each phase. The completion
day of the last phase must be the same number as indicated in FAR 52.211-10,
Commencement, Prosecution, and Completion of Work.]
2018 Edition, through Change 1 issued 02 August 2019
41
d. If the work of a particular phase is complete and accepted before the scheduled
completion day, immediately begin work on the subsequent phase unless otherwise
restricted.
(End of NAVFAC language)
SUBPART 11.5LIQUIDATED DAMAGES
11.502 Procedures.
(a) The appropriate liquidated damage rate(s) shown in the following tables shall be
included in all firm fixed-price construction solicitations and contracts exceeding the
simplified acquisition threshold. These rates may be included in contracts below the
simplified acquisition threshold (SAT) at the discretion of the Contracting Officer.
Liquidated damages rates are calculated based upon the independent Government
estimate (IGE) excluding Supervision, Inspection and Overhead (SIOH) and contingency
for the construction project; liquidated damages are not adjusted based upon the
contract award amount and the total calculated amount is not prorated.
(b) If multiple completion dates are specified, provide a liquidated damage rate for
each date. If multiple deliverables are specified, state a liquidated damage rate per day
per deliverable.
(c) The liquidated damage rates may be increased or decreased up to 50 percent by
a Contracting Officer's written determination that the Government's anticipated loss from
delayed completion is less or greater than these amounts. Echelon III/IV Chief of the
Contracting Office (CCO) approval is required for liquidated damage rates exceeding a
50 percent increase or decrease of the rates in these tables. This authority may not be
re-delegated.
(d) The final invoice shall include either the statement: "The contract was completed
within the contract time and no liquidated damages are assessed," or be annotated to
show the contract completion date, the actual date of completion, the number of days for
which liquidated damages are assessed, the rate per day of liquidated damages and the
total amount of liquidated damages assessed by modification for late performance.
(e) Assessment of liquidated damages shall be through issuance of a unilateral
modification.
(f) The contractor shall be notified upon initial withholding of Contract Work Hours
and Safety Standards (CWHSS) liquidated damages and again upon the issuance of the
final order affirming the assessment of the CWHSS liquidated damages. Liquidated
damages for labor violations are assessed in accordance with DFARS 222.302.
2018 Edition, through Change 1 issued 02 August 2019
42
LIQUIDATED DAMAGES (LDs) TABLES
Table 1: General Construction Projects
Project Cost Estimated Liquidated Damages Per Day
$ 2,000 - 25,000
25,000 - 50,000
50,000 - 100,000
100,000 - 500,000
Each additional $100,000 - add $50*
*This amount is not pro-rated. Example for all values
between $501,000 - $600,000, add $50.
$ 80
110
140
200
Table 2: Family Housing Units
Types of Units
Liquidated Damages Day Per Unit
GOQ (General Officers' Quarters)
SOQ (Senior Officers' Quarters)
FGO (Field Grade Officers)
CGO (Company Grade Officers)
SEM (Senior Enlisted Men)
JEM (Junior Enlisted Men)
Average daily Basic Allowance for Housing (BAH)
with dependents plus average applicable housing
allowances or temporary living allowance, as
appropriate.
Table 3: Bachelor Housing
Type of Housing Rate Per Day No. of Men Per Bldg.
Liquidated Damages
Day Per Bldg.
BOQ
BAH rate for single 03 for
area.
x ___________ = ________
BEQ
BAH rate for single E-5
for area.
x ___________ = ___________
Table 4: Storage Space
LDs Per Day Square Feet
LDs Per Square Foot
Per Day
$.15
x ___________ = ____________
2018 Edition, through Change 1 issued 02 August 2019
43
Table 5: Office Space
LDs Per Day Square Feet
LDs Per Square Foot
Per Day
$.30 x _____________ = _____________
SUBPART 11.6 PRIORITIES AND ALLOCATIONS
11.602 Policy.
The Defense Priorities and Allocations System (DPAS) implements Title I of the
Defense Production Act of 1950 and authorizes the President to require the priority
performance of contracts and orders needed to promote the national defense. This
authority is delegated to the Department of Commerce (DOC) who ensures compliance
with DPAS regulations. The DOC has authorized the Department of Defense (DoD) to
apply priority ratings to contracts and orders that support the DoD-approved national
defense program categories in the DPAS Schedule 1 of the 15 CFR 700.
11.603 Background.
Priority ratings consist of a rating symbol and a program identification symbol
obtained from the 15 CFR 700 Schedule 1. Rating symbols are DX (reserved for highest
national defense urgency) and DO (reserved for program vital to the national defense).
The DX and DO Priority Rating Authority is delegated to Commander, Naval Supply
Systems Command by the Secretary of the Navy and is further delegated to
Commander, Naval Facilities Engineering Command. DPAS priority ratings are
assigned to DoD-approved Defense Programs. If a project or program is not an
approved Defense Program, an activity cannot assign a DPAS DX or DO priority rating.
11.604 Procedures.
(a) Procedures for implementing DoD DPAS are set forth in the Department of
Defense Priorities and Allocations Manual (DoD 4400.1-M) and the Department of
Commerce 15 CFR 700. The references can be found in full text at
http://www.dtic.mil/whs/directives.
(b) The authority to rate construction contracts at the DO level exists with the
Contracting Officer. All construction contracts are to be rated with DO-C2. Service
contracts are not included in DPAS and shall not be rated. The DPAS officer will be the
Echelon III/IV CCO. “NAVFAC Echelon II Acquisition Division Directors will function as
the DPAS Officer for those NAVFAC contract activities that do not report to an Echelon
III/IV CCO.” In the event NAVFAC contractors have a conflict between the NAVFAC DO
rated contract and one from another activity or agency and cannot meet both with the
DO ratings, the matter will be forwarded to the Assistant Commander for
Acquisition/Deputy Director for Acquisition via the Echelon II Acquisition Division Director
and Echelon III CCO.
2018 Edition, through Change 1 issued 02 August 2019
44
PART 12
ACQUISITION OF COMMERCIAL ITEMS
SUBPART 12.1 ACQUISITION OF COMMERCIAL ITEMS GENERAL
12.102 (NMCARS) Applicability.
(a)(i)(C) Deputy Assistant Secretary of the Navy for Acquisition and Procurement (DASN
(AP)) concurrence must be obtained on the determination that expert and consultant
services are commercial items. Determinations for concurrence must be submitted with
a copy of the approved Streamlined Acquisition Plan (STRAP) or Management and
Oversight Process for the Acquisition of Services Streamlined (MOPAS-S) via the
Echelon III or IV Chief of the Contracting Office (CCO) and the Assistant Commander for
Acquisition via the Echelon II Division Director.
SUBPART 12.2 - SPECIAL REQUIREMENTS FOR THE ACQUISITION OF
COMMERCIAL ITEMS
12.207 (NMCARS) Contract type.
(b)(iii) The determination to use time-and-materials and labor-hour contracts for services
other than those identified in DFARS 212.207(b)(i) or (ii), must be submitted for approval
by DASN (AP). The determination must be submitted with a copy of the approved
STRAP or MOPAS-S via the Echelon III or IV CCO and the Assistant Commander for
Acquisition via the Echelon II Division Director.
SUBPART 12.70 LIMITATION ON CONVERSION OF PROCUREMENT FROM
COMMERCIAL ACQUISITION PROCEDURES
12.7001 (NMCARS) Procedures.
(a)(2) A request for a Head of the Contracting Activity (HCA) determination to convert a
procurement valued at more than $1,000,000 but less than $100M from commercial
acquisition procedures must be submitted via the Echelon III or IV CCO, and the
Assistant Commander for Acquisition via Echelon II Division Director. In the case of a
procurement valued at more than $100M, award must be withheld until a copy of the
HCA determination to convert the procurement from commercial acquisition procedures
is provided to Defense Pricing and Contracting (DPC) via DASN(AP).
SUBPART 12.71 PILOT PROGRAM FOR ACQUISITION OF MILITARY-PURPOSE
NONDEVELOPMENTAL ITEMS
12.7102-2 (NMCARS) Reporting requirements.
(a) Echelon III activities shall consolidate and submit an annual report identifying all
contracts awarded under the Pilot Program on Acquisition of Military-Purpose
Nondevelopmental Items to the Echelon II People, Process and Policy Director for their
area of responsibility (AOR) by 1 October. NFAS Appendix A summarizes all reporting
requirements.
2018 Edition, through Change 1 issued 02 August 2019
45
PART 13
SIMPLIFIED ACQUISITION PROCEDURES
13.003 Policy.
(a) Pursuant to NMCARS 5213.000, NAVSUP created the
DON Simplified Acquisition
Procedures (SAP) Guide to supplement existing policy for simplified acquisition
procedures.
SUBPART 13.2ACTIONS AT OR BELOW THE MICRO-PURCHASE THRESHOLD
13.270 (DFARS) Use of the Government wide commercial purchase card (GCPC).
(a) All purchases for services and supplies below the micro-purchase threshold
(MPT) shall be acquired by the GCPC. Per FAR 2.101, the MPT is $10,000 with the
following exceptions:
(1) For the acquisition of services subject to the Service Contract Labor
Standards, the MPT is $2,500;
(2) For the acquisition of construction subject to the Wage Rate Requirements
(Construction), the MPT is $2,000;
(3) For acquisitions of services or supplies as determined by the head of the
agency, are to be used to support a contingency operation; or to facilitate defense
against or recovery from cyber, nuclear, biological, chemical, or radiological attack;
international disaster assistance, an emergency or major disaster as described in FAR
13.201(g)(1), except for construction subject to the Wage Rate Requirements
(Construction), the MPT follows: $20,000 for any contract to be awarded and performed,
or purchase to be made inside the U.S; and $30,000 for any contract to be awarded and
performed, or purchase to be made outside the U.S. Note that the Navy Consolidated
Card Program Management Division (CCPMD) must issue a Purchase Card
Administrative Notice prior to using the GCPC for contingency operations. Notification to
the Headquarter (HQ) GCPC Program Manager is required when exercising this
authority.
(b) For acquisitions of supplies and services acquired and performed outside the
United States that meet the conditions set forth in DFARS 213.301 the GCPC may be
used over the MPT up to $25,000, including construction procured using commercial
procedures (cardholders must be documented by a Certificate of Appointment (SF-
1402)). If using the GCPC for construction outside the United States, it is important to
note that FAR Part 36 and any related clauses cannot be included. The GCPC
CANNOT be utilized for construction above the MPT in the United States.
(c) The Echelon III Commander/Commanding Officer shall make a written
determination in accordance with DFARS 213.270(b)(1) prior to using purchase orders
or separate contracts for such micro-purchase actions. This authority may not be
redelegated within the Echelon III command. However, pursuant to DFARS subpart
213.270(b)(2), if an activity does not have a resident Flag Officer or SES member, the
2018 Edition, through Change 1 issued 02 August 2019
46
Echelon III Commander may delegate this authority to the senior local Echelon IV CEC
Officer. The NAVFAC EXWC Echelon III Commanding Officer may make the written
determination pursuant to DFARS subpart 213.270(b)(2).
(d) A written determination is not required when placing orders under existing
contracts such as delivery/task orders for indefinite quantity type contracts, purchases
under BPAs, or when issuing contracts or purchase orders that will be performed entirely
outside of any state, territory, or possession of the United States, the District of
Columbia, and the Commonwealth of Puerto Rico.
(e) The GCPC shall not be used for micro-purchases where contract terms and
conditions must be expressly written, or for items deemed prohibited by the Navy
CCPMD Purchase Card Instruction and/or CCPMD Deskguide, or otherwise prohibited
from the use of appropriated funds.
SUBPART 13.3 SIMPLIFIED ACQUISITION METHODS
13.301 (DFARS) Governmentwide Commercial Purchase Card
(a) For cardholders without a GCPC Warrant, the purchase card will be used for
the following categories:
(1) Micro-Purchase Requirements. The purchase card shall be used to buy
and/or pay for all requirements valued at or below the MPT (see FAR 2.101). Purchases
higher than the MPT are not authorized.
(2) The purchase card MAY be used as a method of payment in conjunction
with other contracting methods above the MPT provided appropriate authority has been
granted and is stated within the delegation letter.
(b) Cardholder authority to use the GCPC up to the MPT shall be documented in a
Letter of Delegation (LOD) specifying any limitations to supplies or services authorized
to purchase and spending limits. Cardholder authority must not exceed authority
delegated to the activity.
(1) The LOD shall also document authorized use and dollar limits for using the
GCPC above the MPT for:
(i) Payment for commercial training services authorized by an Authorization,
Agreement and Certification of Training Form (SF-182) up to $25,000, and/or
(ii) Payment to Defense Logistics Agency (DLA) Document Services below
$25,000, and/or
(iii) Use of the GCPC as a method of payment to pay for orders placed on a
contract by a warranted Contracting Officer or ordering officer up to their delegated
authority.
(c) For cardholders with a GCPC Warrant, in addition to the categories listed in (b)
above, the purchase card:
2018 Edition, through Change 1 issued 02 August 2019
47
(1) Shall be used to place electronic delivery/task orders and modifications
above the MPT, but not exceeding the simplified acquisition threshold (SAT), against
IDIQ contracts with firm fixed price line items on FedMall.
(2) May be used by Fleet Logistics Center cardholders supporting NAVFAC, in
accordance with the MOA dated 21 July 2005, to place orders for supplies (material
buys) only against GSA Schedules above the MPT, but not exceeding the SAT, for firm
fixed price line items. Non pre-priced or firm fixed price line items require completion of
a GCPC Price Reasonableness Form as supporting documentation showing evidence of
three quotes and shall be reviewed/approved by the Approving Official in advance of the
purchase.
(3) GCPC warranted cardholders located outside the United States, as defined
by DFARS 213.301(1), may also make purchases that exceed the MPT but do not
exceed $25,000 if the purchase meets the criteria stated in DFARS 213.301(2). In
accordance with NAVSUPINST 4200.99
, cardholders located outside of the U.S. making
purchases using foreign currency must consider the daily exchange rate when making
purchases to ensure they are within their authorized spending limit, not-to-exceed
$25,000.
Note: Each purchase must be commensurate with the GCPC Warrant and
the appointment letter. The local contracting activity will provide internal procedures to
accomplish Federal Procurement Data System Next Generation (FPDS-NG) reporting
requirements.
13.303 (DFARS) Blanket Purchase Agreements (BPAs).
(a) BPAs will be established in accordance with chapter 5 of DON SAP Guide
, and
should be used for non-complex, repetitive procurements that do not require a
Performance Work Statement or Statement of Work.
(b) BPAs for Architect-engineering (A-E) and Design-Build construction projects are
not authorized. See Subpart 36 for procurement of A-E and Design-Build construction
projects.
2018 Edition, through Change 1 issued 02 August 2019
48
PART 14
SEALED BIDDING
SUBPART 14.2SOLICITATION OF BIDS
14.201 Preparation of invitations for bids.
14.201-100 Bid items.
(a) An alternate bid item is a bid item, which may be used in lieu of or as an
alternative to another bid item. Echelon III/IV Chief of the Contracting Office (CCO)
approval is required prior to the use of alternate bid items. This authority may not be
redelegated.
(b) Level III Contracting Officer approval is required for the use of a combination of
additive/deductive or other bidding systems in construction.
(c) Level III Contracting Officer approval is required if over four additive bid items are
used (see NFAS 36.213-70).
(d) Level III Contracting Officer approval is required for use of the Estimated Total
Cost Method in construction contracts.
(e) If unit price bid items are used in construction contracts, FAR clause 52.211-18,
Variation in Estimated Quantities, must be included in the solicitation.
14.211 Release of acquisition information.
(a) All inquiries from prospective bidders regarding issued solicitations shall be
directed to the contracts office issuing the solicitation. The following statement shall be
included in every solicitation:
“All questions concerning this solicitation shall be addressed to (include
name, address and phone number).”
(b) The Contracting Officer will maintain a record of all inquiries, including the name
of the individual making the inquiry, questions asked and answers given or amendment
issued.
SUBPART 14.3SUBMISSION OF BIDS
14.304 Submission, modification, and withdrawal of bids.
If a hand carried bid is presented after the bid opening official has declared that the
time for bid opening stated in the solicitation had arrived, the bid shall be received and
the time of receipt and name of the person delivering the bid noted on the bid envelope.
The bid shall be retained, unopened, until a determination to accept or reject the bid is
made by a level above the Contracting Officer after obtaining NAVFAC Counsel written
review comments.
2018 Edition, through Change 1 issued 02 August 2019
49
SUBPART 14.4OPENING OF BIDS AND AWARD OF CONTRACT
14.402 Opening of bids.
14.402-1 Unclassified bids.
(a)(4) For construction contracts, after all the bids have been read, the independent
Government estimate (IGE) and the control amount, if applicable, shall then be read.
(b)(1) The contract specialist, Contracting Officer, and any other persons designated
in writing by the CCO for that purpose, is authorized to open bids.
14.404 Rejection of bids.
14.404-1 Cancellation of invitations after opening.
(a) A written determination by a level above the Contracting Officer is required prior
to converting an invitation for bids to a negotiated procurement.
(b) If an invitation for bids has been cancelled and converted to a negotiated
procurement, an amendment shall be issued to all responsible bidders stating the
authority for the action, the evaluation criteria, and include applicable clauses for
negotiated procurements.
14.405 Minor informalities or irregularities in bids.
NAVFAC Counsel written review comments are required prior to waiving
unacknowledged amendments.
SUBPART 14.5TWO-STEP SEALED BIDDING
14.502 Conditions for use.
A Level III Contracting Officer approval is required prior to using the two-step sealed
bidding procurement method.
2018 Edition, through Change 1 issued 02 August 2019
50
PART 15
CONTRACTING BY NEGOTIATION
SUBPART 15.1SOURCE SELECTION PROCESSES AND TECHNIQUES
15.101-2 Lowest price technically acceptable (LPTA) source selection process.
The number of proposals to be evaluated for technical acceptability may be limited to
the lowest priced offer at the discretion of the Contracting Officer. If the number of
proposals to be evaluated is limited, the technical proposal shall be provided to the
evaluator(s) without any identification of price. If the lowest priced proposal is not found
to be technically acceptable then the next lowest price proposal shall be evaluated. If
that proposal is also not found to be technically acceptable, then the process described
will be conducted again as many times as necessary, until such time as the Government
identifies a technically acceptable proposal. The source selection method must be
included in the request for proposal. If the Contracting Officer later determines that
discussions are necessary, the procedures in FAR 15.306 shall be followed.
SUBPART 15.2SOLICITATION AND RECEIPT OF PROPOSALS
AND INFORMATION
15.203 Requests for proposals.
Requests for proposals (RFPs) that require Past Performance Questionnaires
(PPQs) shall utilize the standard NAVFAC PPQ form. The Contracting Officer shall
allow offerors to submit PPQs with their proposal and shall not require PPQs to be sent
directly from the client(s). PPQs sent directly to the Contracting Officer by the client(s)
are acceptable.
15.209-100 NAVFAC provision/solicitation language, All or None Offers.
(a) Use the following NAVFAC language entitled, “All or None Offers, in solicitations
where proposals are to be accepted on an all or none basis. The language should be
included in Section L of solicitations using Uniform Contract Format (UCF) or; for
solicitations using the Construction Specifications Institute (CSI) formats available in the
Standard Procurement System (SPS), include the language in Division 00800 of
solicitations using the undated CSI format or if using the CSI 2012 format include the
language in Division 00 73 00.
ALL OR NONE OFFERS
Offers are solicited on an “all or none” basis and FAR 52.215-1, INSTRUCTIONS TO
OFFERORS-COMPETITIVE ACQUISITION in Section L, is hereby modified. Failure to
submit offers for all line items listed shall be cause for rejection of the offer.
(End of NAVFAC language)
2018 Edition, through Change 1 issued 02 August 2019
51
SUBPART 15.3SOURCE SELECTION
15.303 Responsibilities.
(a) Source Selection Authority (SSA). The dollar value includes all options or option
years. For indefinite delivery contracts, the approval authorities are based upon the total
ceiling price of the solicitation/contract. For a multiple award indefinite quantity, the total
ceiling price includes the aggregate value of all proposed contracts. (As an example, a
multiple award indefinite delivery solicitation with a maximum value of $240M that results
in award of four contracts, the aggregate maximum value of all task orders issued during
the life of the contracts may not exceed $240M). The contract value of an indefinite
delivery indefinite quantity (IDIQ) solicitation/contract is not the minimum guarantee
amount or the estimated value of the seed project. For actions over $30M, the SSA
must hold a Level III warrant. For acquisitions with a total estimated value of $100M or
more, the SSA shall be an individual other than the Procuring Contracting Officer (PCO).
See NFAS 1.690 for Business Clearance Memorandum (BCM) approval levels.
Authority to act as SSA has been delegated as follows:
Dollar Value Source Selection Authority
All Special Ventures at any dollar value Echelon II
Up to and including $30M Contracting Officer with
appropriate warrant level
Over $30M up to and including $100M Echelon III/IV Division Director with
Appropriate warrant authority and
commensurate experience/training
in the Business Line/Product Line
(BL/PL) (i.e., CI, ENV, FSC) required
in the procurement
Over $100M Echelon III/IV CCO/00/09
(b) For competitive negotiated acquisitions below $100M, the SSA shall establish a
single board comprised of only the Source Selection Evaluation Board (SSEB), unless
multiple boards consisting of the SSEB and Source Selection Advisory Council (SSAC)
are approved as outlined in 15.303(b)(4) below. The SSA should consider the
establishment of multiple boards if the estimated value of the action is near the $100M
threshold.
(1) The SSEB will be comprised of a chairperson and evaluators (also known as
SSEB members). The SSEB members may be organized into functional teams
corresponding to the specific evaluation criteria (e.g., Technical Team, Past
Performance Team, Cost Team, etc.). Use of non-Government personnel as voting
members of the SSEB is prohibited. Evaluation of Non-Cost/Price factors and cost or
price proposals must be performed independent of each other. The SSEB chairperson
shall ensure the cost or price proposals are not released to anyone conducting
evaluation of Non-Cost/Price factors until that evaluation is completed and findings are
documented. The SSEB may deliberate on the overall ranking of offerors only when
requested by the SSA or required by the Source Selection Plan (SSP) and, if necessary,
2018 Edition, through Change 1 issued 02 August 2019
52
provide a competitive range recommendation with suggested discussion questions or a
best value recommendation. Discussion questions shall be documented on Evaluation
Notices and reviewed by the Contracting Officer and Legal Counsel.
(2) The SSEB should consist of a minimum of two and a maximum of five
members. The composition of the SSEB shall be commensurate with the technical
complexity of the procurement and minimized to the maximum extent practicable.
(i) The SSEB chairperson does not need to be a warranted Contracting
Officer; however, the chairperson’s primary career field must be designated as
Contracting. A waiver to serve as the SSEB chairperson shall be approved by the
Echelon III/IV Chief of the Contracting Office (CCO). In all cases, a contracting
representative with the appropriate training and experience must serve as a member of
the SSEB.
(ii) The SSEB may consist of a Contracting Officer operating within their
warrant authority who performs the duties of both the SSA and the SSEB chairperson
and a single technical representative.
(3) A single document shall be prepared by the SSEB documenting the outcome
of the evaluation of Non-Cost/Price factors, the cost or price analysis, and if necessary
the SSEB’s deliberations. All evaluation records and narratives from the SSEB shall be
reviewed by the Contracting Officer and Legal Counsel before evaluation results are
presented to the SSAC (when used) and the SSA. In the event there is significant
disagreement among the SSEB members regarding evaluation results that should be
presented to the SSAC (when used) and the SSA, the minority opinion(s) shall also be
presented at the decision briefing providing the SSA with sufficient information to fully
consider the minority view(s).
(4) If appropriate, based on complexity and associated risk of the acquisition,
multiple boards (SSEB and SSAC) may be used for acquisitions below $100M when
approved by the Echelon III/IV CCO.
(c) For competitive negotiated acquisitions of $100M or more, the SSA shall
establish multiple boards as follows:
(1) Source Selection Evaluation Board (SSEB), as described in 15.303(b)(1)
above. If Small Business Utilization is a factor in the source selection, the Small
Business Specialist shall be assigned to the SSEB as a member to evaluate this
criterion.
(2) Source Selection Advisory Council (SSAC), consisting of two or three
members.
(i) The SSAC chairperson does not need to be a warranted Contracting
Officer; however, the chairperson’s primary career field must be designated as
Contracting. A waiver to serve as the chairperson shall be approved by the Echelon
III/IV CCO.
(ii) The SSAC provides oversight to the SSEB and serves as the interface
between the SSEB and SSA. The SSAC shall review evaluation results of the SSEB to
2018 Edition, through Change 1 issued 02 August 2019
53
ensure the evaluation process follows the evaluation criteria and that ratings are
appropriately and consistently applied. The SSAC shall provide a written comparative
analysis and award recommendation to the SSA after review by Legal Counsel. In the
event there is significant disagreement among the SSAC members regarding the
recommendation, a minority opinion shall be documented and presented to the SSA as
part of the comparative analysis.
(3) For NAVFAC EXWC ONLY: As authorized under FY2017 NDAA Section 233
Pilot Program for the Enhancement of the Research, Development, Test and Evaluation
Centers, Phase II, Sprint 1 (Section 233), the NAVFAC EXWC CCO may waive the
requirement to use multiple evaluation boards for actions greater than $100M up to but
less than $250M.
(d) Participants of the source selection process (multiple or single board process).
(1) All personnel appointed as members of any board in a source selection,
including clients, are required to complete CTC 415 prior to serving on the assigned
board. The CCO may grant a temporary waiver to this requirement provided the online
course, NAVFAC CTC-W415 Source Selection (available in Total Workforce
Management Services (TWMS)), is completed and registration and completion of CTC
415 occurs within the following twelve (12) months. In cases where board members are
individuals outside of NAVFAC, their equivalent training (for CTC 415) will be approved
by the CCO on a case-by-case basis. Clients participating as advisors are not required
to complete this training; however, they will be required to sign the Certificate of Non-
Disclosure and Conflict of Interest Statement.
(2) NAVFAC engineers and architects appointed as members of the SSEB
performing evaluations of Non-Cost/Price factors which include engineering, design,
construction or oversight of engineering, design, and construction must be licensed
professional engineers or registered architects unless a waiver is granted pursuant to
NAVFACINST 3540.1D, dated 22 February 2019. The licensing requirements for the
chairperson or team lead shall not be waived under any circumstances. Non-licensed
engineers and architects may be appointed to serve on selection boards, evaluation
boards, or evaluation teams for contracts that do NOT involve engineering, design,
construction or any oversight of design, engineering or construction.
(3) NAVFAC Counsel shall be assigned as an advisor on all source selections.
(4) Non-Government personnel may not be appointed as a member to any board.
Use of non-Government personnel as advisors shall be supported by a written
determination in accordance with NFAS 37.204 and FAR 37.204. They may not
determine ratings or rankings of offerors’ proposals and are prohibited from participating
in the review and evaluation of past performance information. Non-Government
advisors must sign the Non-Disclosure Agreement (NDA) required to be signed by all
Government employees participating in the source selection. They shall also submit
documentation indicating their personal stock holdings for a conflicts of interest review in
consultation with the legal advisor prior to being allowed to access source selection
information. The Contracting Officer must ensure the Government has received consent
from the offerors before a non-Government advisor is given access to proprietary
information. When non-Government advisors are used, the solicitation must contain the
2018 Edition, through Change 1 issued 02 August 2019
54
following provision in the instructions to offerors in Section L of the Uniform Contract
Format (UCF) or appropriate section when using other formats:
USE OF NON-FEDERAL PERSONNEL IN EVALUATIONS
(a) The Government intends to use one or more non-government
personnel as advisor(s) in evaluating proposals. These contractor-advisor(s)
are required by the terms of their government contract and the Procurement
Integrity Act (41 U.S.C. §23) to maintain the confidentiality of any materials to
which they are given access. Submission of your proposal to the government
constitutes implied consent to allow review of your proposal by contractor-
advisor(s).
(b) An offeror shall require the contractor-advisor to execute a
supplemental non-disclosure agreement (NDA) by including a copy of the NDA
with their proposal. The NDAs are not considered part of the proposal and
communications (if any) between the contractor-advisors and the offerors
regarding the terms of the NDA are neither discussions nor clarifications.
(c) In the unlikely event the offeror and the contractor-advisor are unable
to agree on the terms and conditions to be set forth in the NDA, offerors are
advised that the inability of the government to obtain the contractor-advisor’s
expertise in reviewing the offer may adversely impact the government’s
evaluation of the proposal.
(End of Provision)
(e) Source Selection Plan (SSP). SSPs are required for all competitive acquisitions
over the SAT, excluding contract awards using simplified acquisition procedures. SSPs
for acquisitions of $250M or more shall be submitted to the appropriate Echelon II
Division Director for approval prior to issuance of the solicitation. SSPs submitted by
Echelon IV to Echelon II do not require review/approval by Echelon III. The SSA shall
approve SSPs for acquisitions below $250M. After the SSP is approved, any changes to
the plan except personnel changes require re-approval of the plan by Counsel and the
approval authority. For personnel changes, approval is required by the SSA.
15.304 Evaluation factors and significant subfactors.
(a) In all SSPs, Technical factors shall be equal to Past Performance. Prior to
determining Non-Cost/Price factors are more important than Price in the Tradeoff
process, a detailed memorandum shall be approved by the Echelon III or IV CCO and
the Business Line Manager/Business Line Coordinator (BLM/BLC).
(b) For unrestricted acquisitions using the Tradeoff process, the SSP shall include a
separate evaluation factor for Small Business Utilization, which shall be weighted at
least equal to the highest ranking Technical factor. When evaluating small business
participation, adjectival ratings shall be utilized.
(c) For the Lowest Price Technically Acceptable (LPTA) process, evaluation of small
business participation is exempt in accordance with DFARS 215.304(c)(i). However, in
the event that it is appropriate to include in some circumstances, it shall be a separate
evaluation factor.
2018 Edition, through Change 1 issued 02 August 2019
55
(d) Solicitations utilizing source selection procedures for procurements within the 50
United States, the District of Columbia, and outlying areas (as defined in FAR 2.101)
shall contain a standard "Safety" Non-Cost/Price factor. This factor shall be included as
a stand-alone evaluation factor and not as a subfactor or an element of the Past
Performance evaluation factor. This requirement
may only be waived by the Echelon
III/IV 00/09.
(e) For design-build procurements, refer to the Capital Improvements Line acquisition
strategy established for the current fiscal year.
15.306 Exchanges with offerors after receipt of proposals.
The PCO shall prepare a competitive range decision document (CRDD) whenever
the PCO establishes and the SSA approves a competitive range. The CRDD shall be
updated and re-approved by the SSA if an offeror is eliminated from the competitive
range prior to making the source selection decision.
15.308 Source selection decision.
The SSA shall prepare a source selection decision document (SSDD) for all source
selections. The SSDD shall reflect the SSA’s independent, integrated, comparative
assessment and decision, and include the rationale for any business judgments and
tradeoffs made or relied on by the SSA. The SSDD is the single summary document
supporting selection of the best value proposal consistent with the stated evaluation
criteria. It shall clearly explain the decision and document the reasoning used by the
SSA to reach the decision consistent with FAR 15.308.
15.371 (DFARS) Only one offer.
The Contracting Officer shall comply with DFARS 215.371-1.
15.371-5 (DFARS) Waiver.
The requirement to resolicit for an additional period of at least 30 days may be
waived by one management level above the Contracting Officer.
SUBPART 15.4CONTRACT PRICING
15.403 Obtaining cost or pricing data.
15.403-1 (NMCARS) Prohibition on obtaining certified cost or pricing data
(10 U.S.C. 2306a and 41 U.S.C. Chapter 35)
(c)(4)(B) Echelon III activities shall consolidate and submit an annual report of Truth in
Negotiations Act waivers to the Echelon II People, Process and Policy Director for their
area of responsibility (AOR), by 15 October. NFAS Appendix A summarizes all reporting
requirements.
2018 Edition, through Change 1 issued 02 August 2019
56
15.403-3 (DFARS) Requiring Data Other than Certified Cost or Pricing Data.
(a)(4) A request for an Head of the Contracting Activity (HCA) determination that it is in
the best interest of the Government to award to an offeror that fails to comply with a
Contracting Officer’s request for Data Other than Certified Cost or Pricing Data, must be
submitted via the Echelon III or IV CCO, and the Assistant Commander for Acquisition
via the Echelon II Division Director.
(d) Reports. Echelon III activities shall consolidate and submit a quarterly report of all
HCA determinations to the Echelon II People, Process and Policy Director for their area
of responsibility (AOR), by 20 June, 20 October, 20 January, and 20 April. NFAS
Appendix A summarizes all reporting requirements.
15.403-5 Instructions for submission of certified cost or pricing data and data
other than certified cost or pricing data.
(a) For negotiations, which rely on a contractor's cost or pricing data, the business
clearance shall state that the government relied on this data.
(b) For cost contracts, extrapolate costs to the total capacity on best value source
selections.
(c) Where the total amount of a construction contract, task order, or modification is
equal to or below the certified cost or pricing data threshold, the following may be used
in lieu of requiring the contractor to submit a detailed breakdown of overhead:
(1)(i) Ten percent of labor, material and equipment estimates in lieu of field
overhead,
(ii) Five percent of subcontract estimates,
(iii) Three percent of the total labor, material and equipment estimates and the
amount computed by (i) above in lieu of home office overhead or,
(2) The audited rates for that company established by a Defense Contract Audit
Agency (DCAA) audit less than one-year-old.
(d) No overhead or profit shall be allowed on bond expenses.
(e) When an architect-engineer (A-E) contract includes reimbursable travel for an A-
E firm located outside the commuting distance of the construction site, the contract shall
state that the A-E firm will be reimbursed for authorized travel in accordance with
government travel regulations. No profit and overhead will be allowed on reimbursable
travel expenses contained in an otherwise fixed-price contract.
15.404 Proposal analysis.
15.404-1 Proposal analysis techniques.
When cost analysis is required or when negotiating the basic award of a multi-
tasked, A-E indefinite delivery indefinite quantity (IDIQ) arrangement (including
2018 Edition, through Change 1 issued 02 August 2019
57
Comprehensive Long-Term Environmental Action, Navy (CLEAN) contracts), the
Contracting Officer shall justify labor and indirect rates in terms of average area rates for
similar work. Rates in excess of average area rates should be justified in terms of the
need of the government.
15.404-2 Information to support proposal analysis.
When the Contracting Officer plans to sustain less than 75% of the total
recommended questioned costs (excluding unsupported costs) in a DCAA audit report
on a proposal valued at $10M or more, the Contracting Officer shall attempt to resolve
disagreements with the auditor. If the differences cannot be resolved, the Contracting
Officer shall document the discussion, including the basis of the disagreements, in the
pre-negotiation business clearance and in writing to the auditor (e.g., email).
Negotiations may commence after discussions with DCAA have been documented and
the pre-negotiation business clearance has been approved. If DCAA requests higher-
level review, the Contracting Officer shall notify the CCO and provide DCAA with the
name and contact information of the CCO.
15.404-4 Profit.
(a) When establishing the profit or fee portion of the Government pre-negotiation
objective in price negotiations based on cost analysis, the Contracting Officer shall use
profit/fee analysis to determine the reasonableness of any profit/fee included in the
contract price. For actions below the cost or pricing data threshold, refer to FAR 15.404-
4(d) for profit analysis factors.
(b) Government set predetermined profit rates shall not be established upon contract
award and used in resulting task orders. Profit will be negotiated on individual task
orders based on project risk and complexity. The profit determination must be structured
and supported in the business clearance or price negotiation memorandum.
(1) For construction execution of petroleum, oil and lubricants (POL) tanks under
the Clean, Inspect, Repair (CIR) process only, Echelon III and IV CCOs may approve
the use of maximum profit rates for task or delivery orders that will be binding to
modifications to those task or delivery orders. Profit analysis is still required when cost
analysis is required.
(c) Award Fee. Under environmental cost-plus-award-fee contracts, award fee shall
not exceed 10 percent of the Contract Task Order (CTO) total.
15.404-73 (DFARS) Alternate structured approaches.
(b)(2)(S-100) Facilities capital cost of money shall not apply to contracts where
reimbursement is provided to contractors through construction equipment use rates or
allowances (see FAR 31.105(d)). In other situations, where facilities capital cost of
money is proposed and verified, follow the procedure in DFARS 215.404-73(b)(2).
15.404-73-100 Alternate structured approaches for construction contracts.
As required by DFARS 215.404-4, all fixed-price construction contract actions shall
use the alternate approach. For cost reimbursement contracts, the weighted guidelines
2018 Edition, through Change 1 issued 02 August 2019
58
method described in DFARS 215.404-71 shall be used if cost realism is not assessed in
competitive acquisitions.
15.404-73-101 Alternate structured approaches for architect-engineer contracts.
The pre-negotiation profit objective for a firm-fixed-price A-E (including surveying and
mapping) contract, contract modification or task order shall be determined by the
alternate structured approach. The profit objective for all other types of A-E contracts
will be determined in accordance with DFARS 215.404-71.
SUBPART 15.6UNSOLICITED PROPOSALS
15.606 Agency procedures.
Unsolicited proposals shall be forwarded to the Echelon III/IV contracts office via the
Acquisition chain of command. The Echelon III/IV CCO shall determine the disposition
of the proposal in accordance with applicable regulations. This authority may not be
redelegated. Unsolicited proposals received at Echelon II shall be forwarded to the
cognizant Echelon II Acquisition Division Director for disposition of the proposal.
2018 Edition, through Change 1 issued 02 August 2019
59
PART 16
TYPES OF CONTRACTS
SUBPART 16.3COST-REIMBURSEMENT CONTRACTS
16.302 Cost Contracts.
Cost-plus contracting for military construction and family housing projects is
prohibited per Section 2801 of the FY12 National Defense Authorization Act (NDAA),
which was effective 31 December 2011. Cost-plus contracts are described in FAR
16.304, 16.305 and 16.306. This prohibition is applicable in all cases, even if there is a
declaration of war or a declaration by the President of a national emergency under
Section 201 of the National Emergencies Act (50 U.S.C. 1621). Military construction
refers to a type of work and not a particular appropriation available for construction work
(e.g., MCON) or source of construction project authorization and also applies to
construction work below the Military Construction Appropriation Act (MILCON) threshold.
16.302-100 Approval of cost-reimbursement type contracts.
The approval of the Assistant Commander for Acquisition is required prior to
committing to any Streamlined Acquisition Plan (STRAP) or Management and Oversight
Process for the Acquisition of Services Streamlined (MOPAS-S) to enter into or award
a cost reimbursement contract, inclusive of options:
In excess of $50M (if awarded prior to October 1, 2019)
In excess of $25M (if awarded on or after October 1, 2019)
The request for approval shall explain how the procurement’s history, current market
conditions, or other circumstances support use of a cost-reimbursement type action. The
request, which can be in email format, shall be forwarded to the appropriate Echelon II
Division Director, via the Echelon III Chief of Contracting Office (CCO), for approval.
Note: This approval is in addition to any other required approval or documentation
required based on the specific cost reimbursement type contract to be used (see NFAS
16.306 and 16.405-2) or included in higher regulations.
16.306 (DFARS) Cost-plus-fixed-fee contracts.
A request to use MILCON funded cost-plus-fixed-fee contracts shall be forwarded to
the appropriate Echelon II Division Director via the Echelon III CCO for final approval by
Office of Secretary of Defense (OSD).
SUBPART 16.4INCENTIVE CONTRACTS
16.404 (DFARS) Fixed price contracts with award fees.
For guidance, see NAVFAC Award Fee Desk Guide.
2018 Edition, through Change 1 issued 02 August 2019
60
16.405-2 Cost-plus-award fee.
All cost-plus-award fee (CPAF) contracts must be approved by the Head of the
Contracting Activity (HCA)/Assistant Commander for Acquisition. Each determination
and finding (D&F) must certify that "the work to be performed is such that it is neither
feasible nor effective to devise predetermined objective incentive targets applicable to
cost, technical performance or schedule”. The D&F shall be forwarded via the Echelon
III/IV CCO to the appropriate Echelon II Division Director for approval by the Assistant
Commander for Acquisition. This authority may not be redelegated.
SUBPART 16.5INDEFINITE DELIVERY CONTRACTS
16.503 Requirements contracts.
(e) The contract price on the award document shall be marked “Estimated Total
Price.”
(f) No funds shall be obligated at time of award but are obligated at time of issuance
of orders against the contract.
16.504 Indefinite-quantity contracts.
(a)(4)(viii) The contract price on the award document shall be marked “Not to
Exceed.”
(a)(4)(ix) Funds are to be obligated at time of award for the minimum quantity only.
(c)(1)(ii)(D) Limitation on single award contracts.
(i) The determination to award a task or delivery order contract in an amount
estimated to exceed $112M (including all options) to a single source must be submitted
for approval by Assistant Secretary of the Navy for Research, Development and
Acquisition (ASN(RDA)). The determination must be submitted with a copy of the
approved STRAP or MOPAS-S via the Echelon III or IV CCO, the Assistant Commander
for Acquisition via the Echelon II Division Director, and via Deputy Assistant Secretary of
the Navy for Acquisition and Procurement (DASN(AP)) using the format required by
NMCARS Annex 7.
16.504-100 NAVFAC solicitation/contract language, Minimum and Maximum Fees
[Architect-Engineer Indefinite Quantity Contracts].
(a) Use the following NAVFAC language entitled, “Minimum and Maximum Fees
[Architect-Engineer Indefinite Quantity Contracts]in all indefinite quantity type
solicitations/contracts for architect-engineer (A-E) services. The language should be
included in Section H of solicitations using Uniform Contract Format (UCF) or; for
solicitations using the Construction Specifications Institute (CSI) formats available in the
Standard Procurement System (SPS), include the language in Division 00800 of
solicitations using the undated CSI format or, if using the CSI 2012 format, include the
language in Division 00 73 00.
2018 Edition, through Change 1 issued 02 August 2019
61
MINIMUM AND MAXIMUM FEES
[ARCHITECT ENGINEER INDEFINITE QUANTITY CONTRACTS]
As the contract minimum has been established with project ______ (insert project
number or name) identified in the basic award, the contract maximum annual total is $
(insert amount).
(End of NAVFAC language)
(b) Use the following NAVFAC language entitled, “Minimum and Maximum Fees
[Architect-Engineer Indefinite Quantity Contracts]in indefinite quantity
solicitations/contracts for A-E services if the contract minimum will be established
without an initial project. The language should be included in Section H of solicitations
using Uniform Contract Format (UCF) or; for solicitations using the CSI formats available
in SPS, include the language in Division 00800 of solicitations using the undated CSI
format or, if using the CSI 2012 format, include the language in Division 00 73 00.
MINIMUM AND MAXIMUM FEES
[ARCHITECT ENGINEER INDEFINITE QUANTITY CONTRACTS]
The contract minimum is $__________ (insert amount). The contract maximum annual
total is $___________ (insert amount).
(End of NAVFAC language)
16.504-101 Facilities support indefinite-quantity contracts.
(a) The contract amount on the award document shall be the total of the extended
unit prices for each line item for the base year.
(b) The “quantity” column on the Schedule shall be marked “Estimated.”
(c) Insert the following in Schedule B:
MAXIMUM NOT TO EXCEED (NTE) AND MINIMUM GUARANTEE
The maximum NTE value of an ordering period is the total of all the CLINs in that
ordering period. The maximum or NTE value of the contract is the total value of all
CLINs in the Schedule. Orders shall not be made that exceed the maximum NTE value
for any ordering period. The maximum NTE value of an ordering period and of the
contract may be increased by written modification to the contract in conjunction with any
modification that increases the value of an existing task order that is authorized by a
contract clause. Orders in excess of the estimated quantity set forth for any particular
CLIN shall not be exceeded without the Contractor’s agreement which shall be indicated
by signing or beginning performance of the order.
Concurrently with the award of the basic contract, the Government intends to issue a
task order to obligate the contract minimum guarantee for:
CLIN XXXX, Base Period recurring work;
2018 Edition, through Change 1 issued 02 August 2019
62
Minimum guarantees do not apply to the option periods.
(d) The contract price on the award document shall be marked "Not to Exceed."
(e) The work identified for the recurring and non-recurring requirements in the
contract must be of a similar nature.
(f) Modifications to a task order, and a corresponding change to the NTE values of
an ordering period and the contract may be made without a FAR Part 6 Justification and
Approval (J&A) when:
(1) the modification is within the scope of an existing task order, consider factors
such as changes in the period of performance or the type of work, the extent of the
increase in cost or price, and whether offerors would have anticipated the potential for
the type of work contemplated by the modification. Counsel should be consulted
regarding such scope determinations.
16.504-103 FedMall contracts.
(a) All contracts will include the FAR clause 52.232-36, Payment by Third Party.
(b) All contracts will include in Section H the following provision:
Contractor Support of Electronic Contracting (FedMall)
The contractor is required to offer indefinite quantity (IQ) pre-priced line item
services to authorized Government personnel when they are ordering the work directly
via the Governmentwide Commercial Purchase Card (GCPC) program. When receiving
GCPC orders against Section B, the contractor shall provide the supplies and services at
the offered price without additional markup or handling fee.
The contractor agrees to accept and process electronically submitted GCPC
orders for IQ services, including those orders issued through the FedMall. The FedMall
is a U.S. Government (USG) owned and operated web-based ordering system that
enables any Department of Defense (DoD) or Federal activity to search for and order
goods and services. Authorized GCPC users will receive approved accounts on FedMall
to view and order IQ line items.
The contractor is required to receive electronic IQ orders from the FedMall using
128-bit encrypted email. The contractor agrees to purchase, install, and utilize the most
recent version of PGP Personal software, or a comparable solution, for the purpose of
decrypting order notification emails from the FedMall. In addition, the DoD has
established the External Certification Authority (ECA) program to support the issuance of
DoD-approved certificates to contractors. The ECA program is designed to provide the
mechanism for contractors to securely communicate with the DoD and authenticate to
DoD Information Systems. The contractor agrees to purchase, install, maintain and use
a DoD-approved ECA certificate. Information on obtaining an ECA certificate can be
found at http://iase.disa.mil/pki/eca/Pages/certificate.aspx
.
The contractor shall post updates on order delivery schedule and performance to
the FedMall in a timely manner.
2018 Edition, through Change 1 issued 02 August 2019
63
The contractor shall track quantities and report total ordered quantity in FedMall
and approved DD 1155's by line item number each month and year-to-date. The report
shall be due to the Contracting Officer by the fifth day of the following month. The
contractor must track and report when total dollar value of all orders from both GCPC
purchases and DD 1155s exceed 75% of the combined Section B Pre-Priced Line Item
quantities."
(c) Paragraphs (a) and (b) above apply to both new solicitations and to existing
contracts awarded without the FedMall clause and provision.
(d) FedMall orders will not exceed the SAT for services. FedMall orders for
construction work is not allowed.
(e) Unless an exception in paragraph (f) below applies, no IDIQ orders will be
accepted for processing through a NAVFAC contract’s office that can be ordered directly
by the client through FedMall unless approved by a waiver. It is the intent that IDIQ
contracts will be placed on FedMall. If a contract has been posted on FedMall and a
client requests a task order be issued not using FedMall, a waiver by the Echelon III/IV
CCO is required for each order. In no case shall the waiver process be utilized to
provide a customer the flexibility to circumvent use of FedMall. Use of blanket delivery
orders will only be utilized when a waiver has been granted by the Echelon III/IV CCO.
(f) An exception to paragraph (e) above may be made at the discretion of the
Contracting Officer, in coordination with the appropriate technical authority, when:
(1) Service requirements warrant additional contractual and technical oversight due
to complexity of the work involved (e.g., crane/technical/safety oversight or similar
considerations); or
(2) The client does not have GCPC authority to place FedMall orders valued above
the micro-purchase threshold.
Written justification by the Contracting Officer and appropriate technical authority
shall be required prior to issuing an IDIQ order. The written justification shall be included
in the contract file and a copy provided to the Echelon III/IV CCO to ensure this
exception is applied prudently.
16.505 Ordering.
(a) General.
(13) Delivery/task orders may only be executed by a warranted Contracting
Officer or an ordering officer designated pursuant to NFAS 1.602-2(c).
(14) All delivery/task orders may be issued on DD Form 1155 unless it is a
FedMall order. FedMall orders will follow the FedMall procedures.
(15) Orders under contracts funded with annual appropriations shall not be
executed in one fiscal year with commencement beginning in the next fiscal year (See
FAR 32.703-3).
2018 Edition, through Change 1 issued 02 August 2019
64
(16) Orders for severable services may be for a period that begins in one fiscal
year and ends in the next fiscal year if the order does not exceed one year. (See
DFARS 237.106).
(d) Undefinitized Task/Delivery Orders. Undefinitized task/delivery orders are
authorized only when the contract provides undefinitized orders as a method for
ordering.
(e) Delivery/task orders under non-DoD Governmentwide acquisition contracts
(GWACS) and multi-agency contracts. With written approval of a Contracting Officer a
level above the individual assigned the action, orders may be placed using GWACS (for
example GSA One Acquisition Solution for Integrated Services (OASIS)) and/or multi-
agency contracts for services including knowledge based services and are not limited to
the simplified acquisition threshold (SAT). These orders are interagency acquisitions
and must also comply with all applicable interagency requirements (See NFAS 17.5).
GWACS and/or multi-agency orders shall not be used for architect-engineer (A-E) or
construction. Additionally, GWACs and/or multi-agency orders for recurring facilities
support services (such as Base Operations Support (BOS), custodial, preventive
maintenance of equipment, etc.) shall be limited to those instances when they cannot be
procured as efficiently through a NAVFAC awarded contract and shall use small
business set-asides to the maximum extent possible.
Note: Orders for Engineering Services (not those procured under the Selection
of Architects and Engineers statute) and/or Program Management Services (see
NMCARS Annex 22) must consider use of SeaPort. If SeaPort is not used and the
requirement is not excepted by NMCARS 5237.102, a determination and findings (D&F)
shall be submitted for approval by DASN(AP) (see NFAS 16.505-100 and 37.103-100).
16.505-70 Orders under multiple award contracts.
(a) Prior to determining Non-Cost/Price factors, when combined, are more important
than Cost/Price for a task order, the proposed evaluation plan or a detailed
memorandum shall be approved by the Echelon III or IV CCO and the Business Line
Manager/Business Line Coordinator (BLM/BLC).
(b) Multiple Award Contract (MAC) task orders using the price only selection
methodology only, with an estimated value up to but less than $25M, do not require a
written MAC Task Order Evaluation Plan (TOEP). A written MAC Task Order Evaluation
Plan is required for any MAC task order above $10M not using the price only selection
methodology. Additionally, a written MAC TOEP is required for any MAC task order
above $25M. If required, the MAC TOEP must be prepared and approved prior to
issuing the solicitation. The approval authority for evaluation plans are as follows:
(1) Contracting Officer with appropriate warrant level for task orders with a value
up to and including $50M.
(2) One Management Level above the Contracting Officer for task orders with a
value over $50M.
2018 Edition, through Change 1 issued 02 August 2019
65
(c) Capital Improvements (CI) construction projects over $100M shall not be
procured via a MAC task order unless a formal waiver is approved by the Echelon II CI
and ACQ. However, this policy does not apply to the Global Contingency Construction
contract and no waiver is required.
(d) Competitive task orders over the simplified acquisition threshold (SAT) shall be
solicited for a minimum of 30 days, except for architect-engineer MAC task orders which
shall have a minimum solicitation period of 14 days. The minimum solicitation period
may be waived by the cognizant Echelon III/IV CCO. A copy of the waiver shall be
submitted to the Echelon II Division Director.
(e) Solicitations that require past performance questionnaires (PPQs) shall utilize the
standard NAVFAC PPQ form. The Contracting Officer shall allow offerors to submit
PPQs with their proposal and shall not require PPQs to be sent directly from the
client(s). PPQs sent directly to the Contracting Officer by the client(s) are acceptable.
(f) Approval thresholds for limiting competition for task orders under multiple award
contracts are prescribed at NFAS 6.304-100(b).
16.505-100 Orders for Engineering Services and/or Program Management
Services, as identified in NMCARS Annex 22.
(a) The Contracting Officer shall consider SeaPort for use prior to issuing any task or
delivery order for Engineering Services (not those procured under the Selection
of Architects and Engineers statute) and/or Program Management Services (see
NMCARS Annex 22) unless an exception applies (see NMCARS 5237.102). If
SeaPort is not used and the requirement is not excepted, a determination and
findings (D&F) shall be submitted for approval by DASN(AP). The D&F shall be
submitted via the Echelon III/IV CCO, the appropriate Echelon II Division Director
and the Assistant Commander for Acquisition.
(b) In situations where repetitive task or delivery orders for Engineering Services
and/or Program Management Services (see NMCARS Annex 22) are anticipated,
a class D&F should be prepared and submitted for approval by DASN(AP) via
the Echelon III/IV CCO, the appropriate Echelon II Division Director and the
Assistant Commander for Acquisition.
SUBPART 16.6TIME-AND-MATERIALS, LABOR-HOUR, AND LETTER
CONTRACTS
16.601 (DFARS) Time-and-materials contracts.
Determination and Findings (D&F) for a Time and Material (T&M) contract less than
or equal to $1,000,000 and a contract term less than or equal to 3 years, including
options, shall be approved by the appropriate Echelon III/Echelon IV CCO. A D&F for a
T&M or labor hour (LH) contract greater than $1,000,000 and a contract term less than
or equal to three years, including options, shall be approved by the Assistant
Commander of Acquisition/Deputy Director for Acquisition. When the contract term,
including options, exceeds three years, the D&F shall be approved by the Head of
Contracting Activity (HCA) as required by FAR 16.601(d). In addition to the
2018 Edition, through Change 1 issued 02 August 2019
66
requirements at DFARS 216.601, the D&F shall address why a cost-plus-fixed-fee term
contract or order is not appropriate.
16.602 Labor hour contracts.
D&F for a labor hour (LH) contract less than or equal to $1,000,000 and a contract
term less than or equal to 3 years, including options, shall be approved by the
appropriate Echelon III/Echelon IV CCO. A D&F for a T&M or LH contract greater than
$1,000,000 and a contract term less than or equal to three years, including options, shall
be approved by the Assistant Commander of Acquisition/Deputy Director for Acquisition.
When the contract term, including options, exceeds three years, the D&F shall be
approved by the HCA as required by FAR 16.601(d). In addition to the requirements at
DFARS 216.601, the D&F shall address why a cost-plus-fixed-fee term contract or order
is not appropriate.
2018 Edition, through Change 1 issued 02 August 2019
67
PART 17
SPECIAL CONTRACTING METHODS
SUBPART 17.2OPTIONS
17.202 Use of options.
17.202-100 Use of options in construction contracts.
(a) Written approval by a level above the Contracting Officer is required for the use of
options in construction contracts and combination construction and service contracts in
which the service work is the option.
(b) The period of time in which the Contracting Officer has to exercise an option for
construction is limited to 365 days from date of contract award. If it is determined a
longer period of time is necessary and prior to release of any solicitation, a written
request for a longer period shall be submitted for approval by the Echelon III/IV Chief of
the Contracting Office (CCO).
17.202-101 Use of options in facilities support contracts.
(a) Written approval of a level above the Contracting Officer is required to include
construction options in facilities support service contracts to be performed in the United
States, its territories or trusts.
(b) Leases for equipment may include an option to buy. Operation and Maintenance,
Navy (O&MN) funds may not be used to exercise a purchase option in excess of
$100,000.
(c) For facilities support contracts that include both recurring and non-recurring work,
the base ordering period or any option ordering period shall not exceed twelve months.
17.202-102 Use of options in architect-engineer contracts.
(a) The Contracting Officer shall make the written determination required by FAR
17.205 justifying why options to extend the contract term beyond the base year is in the
government’s best interest.
(b) Any options included in an architect-engineer (A-E) contract must be stated in the
scope of services.
(c) Prior to exercise of any option, the Contracting Officer shall make the written
determination required by FAR 17.207 affirming that the A-E firm remains the most
highly qualified firm to do the work.
17.202-103 Use of options in Utility Service contracts.
Utility Service contracts, as defined in FAR 41.101, may be awarded for periods
not exceeding 10 years in accordance with NFAS 41.103 and FAR 41.103. The overall
2018 Edition, through Change 1 issued 02 August 2019
68
term of a utility services contract using 40 U.S.C. 501 shall be no more than 30 years,
inclusive of the base and all options.
17.204 Contracts.
(e)(i) Service contracts are limited to a term of five years. A waiver must be
approved prior to issuing a solicitation for services if the term, including options, exceeds
five years or up to five years and six months when FAR clause 52.217-8, “Option to
Extend Services,” is included in the solicitation and the approved Streamlined
Acquisition Plan (STRAP) or Management and Oversight Process for the Acquisition of
Services Streamlined (MOPAS-S) included the use of the clause and obtained pricing
for the additional six months. A maximum contract term of eight years (up to eight years
and six months when FAR clause 52.217-8, “Option to Extend Services,” as stated
above, is included in the solicitation) for Base Operations Support (BOS) contracts is
allowable with an approved waiver in accordance with this paragraph.
1. The waiver request shall be approved by the Assistant Commander for
Acquisition/Deputy Director for Acquisition for any solicitation that
includes terms that exceed five years (up to five years and six months
when FAR clause 52.217-8,Option to Extend Services,” is included in
the solicitation).
(e)(i)(C) Waiver requests for solicitations with terms over 10 years shall be approved
by the Assistant Secretary of the Navy for Research, Development and Acquisition
(ASN(RDA)). The waiver request must be submitted with a copy of the approved
Streamlined Acquisition Plan (STRAP) or Management and Oversight Process for the
Acquisition of Services Streamlined (MOPAS-S) via the Echelon III or IV CCO, the
Assistant Commander for Acquisition via the Echelon II Division Director and via Deputy
Assistant Secretary of the Navy for Acquisition and Procurement (DASN(AP)). The
waiver request shall explain/demonstrate any unique circumstances or extreme
situations, and how the procurement’s competitive history and/or significant capital
investment requirement indicates that a longer period of performance is necessary to
establish or maintain competition. All waiver requests shall be coordinated via the
Headquarters (HQ) ACQ Division Director. A waiver request submitted by Echelon IV
does not require review/approval by Echelon III but a copy shall be transmitted
concurrently to the Echelon III CCO.
(f) The ordering period for task or delivery order contracts (excluding facility support
contracts that include both recurring and non-recurring work) including contracts for
construction, architect-engineering and knowledge based services, Blanket Purchase
Agreements, and Basic Ordering Agreements, may be for any period up to five years
without requiring separate one-year option periods per DFARS 217.204(e)(i)(A) and
must be specified in the basic contract. Written email approval from the respective
Echelon III/IV CCO is required when the ordering period will exceed 12 months on
indefinite delivery contracts.
17.207 Exercise of options.
(a) Prior to exercising an option on a services contract, ensure the language required
by DFARS 211.106 is included in the Statement of Work/Performance Work Statement
(SOW/PWS) or incorporated by modification.
2018 Edition, through Change 1 issued 02 August 2019
69
(b) Contracts that have been awarded where the pricing was not evaluated for
exercising the Option to Extend Services under FAR clause 52.217-8 during the initial
competition shall follow bridge contract procedures pursuant to NMCARS 5206.3 for
Other Than Full and Open Competition. Approval and authorization to award a bridge
contract in the prescribed format at NMCARS Annex 5 shall be obtained prior to
requesting a Justification and Approval (J&A).
(c) If the anticipated term of the contract, including the exercise of the Option to
Extend Services under FAR clause 52.217-8, exceeds the limits defined in NFAS
17.204(e)(i), a waiver is required by NFAS 17.204(e)(i)(1).
(d) If exercising the option will extend Engineering Services (not those procured
under the Selection of Architects and Engineers statute) and/or Program Management
Services (see NMCARS Annex 22), SeaPort must be considered for use to procure the
services. If SeaPort is not used and the option does not qualify for an exception at
NMCARS 5237.102, a determination and findings (D&F) shall be submitted for approval
by Deputy Assistant Secretary of the Navy for Acquisition and Procurement (DASN(AP)).
The D&F shall be submitted via the Echelon III/IV CCO, the appropriate Echelon II
Division Director and the Assistant Commander for Acquisition.
17.208 Solicitation provisions and contract clauses.
17.208-100 NAVFAC contract clauses.
(a) Use the clause at FAR 52.217-7, Option for Increased Quantity-Separately
Priced Line Items,” in:
(1) A-E contracts when the contract provides for exercise of an option for post
construction award services other than those specified at DFARS 236.609-70, and
(2) construction contracts with option(s) for additional work.
SUBPART 17.5INTERAGENCY ACQUISITIONS
17.500-100 Scope of subpart, Interagency and Intra-Agency acquisitions.
The policy in this subpart is applicable to both interagency and intra-agency
acquisitions. The following definitions apply:
Interagency acquisitions are: DoD acquisitions when supplies or services required are
obtained from another federal agency outside of DoD, either by an assisted acquisition
or a direct acquisition. For example, an acquisition made between the Department of
Energy and Department of Navy. In accordance with FAR 2.101, the term includes:
o Acquisitions under the Economy Act (31 U.S.C. 1535); and
o Non-Economy Act acquisitions completed under other statutory authorities.
e.g. --General Services Administration (GS) Federal Supply Schedules
(FSS) in FAR 8.4 and
--Governmentwide acquisition contracts (GWACs) such as GSA One
Acquisition Solution for Integrated Services (OASIS).
2018 Edition, through Change 1 issued 02 August 2019
70
Note: FSS Orders less than $550K are inter-agency acquisitions,
however, in accordance with FAR 17.500(c)(2), the requirements
of FAR 17.502-1 and 17.502-2 do not apply.
Intra-agency acquisitions are DoD acquisitions with any other DoD agency. For
example, an acquisition made between the Department of the Navy and the Department
of the Army.
“Requesting agency” refers to the agency requesting the supplies or services.
“Servicing agency” refers to the agency providing the supplies or services.
“Assisted acquisition” refers to the servicing agency conducting an acquisition on
behalf of the requesting agency.
“Direct acquisition” refers to the requesting agency placing an order against another
agency’s indefinite-delivery vehicle (no action is taken by the servicing agency).
17.502-1 [Removed and Reserved]
17.502-2 (NMCARS) The Economy Act.
(a) A D&F, in the format outlined in BMS, is required for:
(1) Interagency Economy Act Orders (assisted and direct contract actions outside
of DoD), unless there is an exception in paragraph (c) below or other specific statutory
authority (e.g., FSS and GWAC) applies.
i. If contracting action on the part of the servicing agency is NOT
required (direct acquisition); in accordance with NMCARS
5217.502-2(c)(2)(A), approval of the D&F is delegable from the
Head of the Contracting Activity (HCA) designee to the
appropriate level within the organization, and is shown in the
approval table at (b) below. For example, if NAVFAC is
performing the work for another agency with its internal workforce,
approval of the D&F is encouraged to take place at the
appropriate level.
ii. If contracting action on the part of the servicing agency IS required
(assisted acquisition) and it is to non-DoD activities (interagency),
the approval table at (b) below applies. For example, the
Environment Protection Agency is contracting for work on behalf
of NAVFAC.
(2) Intra-agency Agreements (within DoD), both Economy Act and non-Economy
Act, that result in a contract or order for knowledge based services.
2018 Edition, through Change 1 issued 02 August 2019
71
(b) The thresholds and approval authority for D&Fs are as follows:
Threshold
Economy Act Direct*
Interagency Acquisition
Approval Authority
Economy Act Assisted*
Interagency Acquisition
Approval Authority
Intra-agency Acquisition
Approval Authority for
Knowledge Based
Services Approval
Authority**
> Micro-
purchase
Threshold
to SAT
Requiring Office
Commanding Officer
Requiring Office
Commanding Officer
Requiring Office
Commanding Officer
> SAT to <
$5M
Echelon III/IV
Commander/Commanding
Officer
Echelon III
Commander/Commanding
Officer
Echelon III/IV
Commander/Commanding
Officer
$5M to
<$50M
Asst Commander for ACQ
Asst Commander for ACQ
Asst Commander for ACQ
> $50M to
$550M
DASN(AP)
> $550M
ASN(RDA)
*Approval of any D&F will also document the review and approval outlined in NMCARS
5217.770 if required.
**The D&F format outlined in BMS for Economy Act Orders shall also be used for Intra-
agency knowledge based services regardless of authority (Economy Act or non-
Economy Act).
Notes:
(1) All assisted acquisitions regardless of dollar value must be supported by an
Interagency Agreement (IA). Each agency’s file shall include the IA.
(2) D&Fs that require approval above the Asst. Commander for ACQ shall be routed via
the appropriate Echelon II Division Director.
(3) Approval authority of D&Fs for Interagency Economy Act actions that will result in a
contracting action executed by an agency not subject to the FAR, is limited to the Navy
Senior Procurement Executive, ASN(RDA), without power of redelegation (NMCARS
5217.502-2(b)). The D&F must be submitted with a copy of the approved STRAP or
MOPAS-S via the Echelon III or IV CCO, the Assistant Commander for Acquisition via
the Echelon II Division Director and DASN(AP)).
(4) For intra-agency assisted acquisitions (excluding those for knowledge-based
services) the interagency agreement shall be documented on the DD Form 1144,
Support Agreement (see template at
http://www.acq.osd.mil/dpap/pacc/cc/resources.html
) in accordance with DFARS PGI
217.502-1.
2018 Edition, through Change 1 issued 02 August 2019
72
(5) For intra-agency acquisitions performed by NAVFAC for another DoD Component,
the DD Form 1144 is required for use to document reimbursable support in accordance
with DoD FMR
Vol 11A Chapter 3.
(c) Exceptions. In addition to exceptions in NMCARS 5217.502(S-92), a D&F is not
required for the following types of orders:
(1) OPM for civilian recruitment certificates.
(2) Orders with the Government Printing Office.
(3) Orders with General Services Administration (GSA) for vehicle purchases.
(d) Reporting. Using the Inter-Intra Agency Log, D&Fs shall be reported via annual
email to the Echelon II People, Process and Policy Director. Echelon III activities shall
consolidate the information for its area of responsibility (AOR) and submit a report by 10
November of each year.
By 10 December of each year, Echelon III activities shall submit an annual DoE
Work for Others (WFO) Order Compliance Assessment Results Report for its AOR to
the Echelon II People, Process and Policy Director. NFAS Appendix A summarizes all
reporting requirements.
SUBPART 17.7 INTERAGENCY ACQUISITIONS: ACQUISITIONS BY
NONDEFENSE AGENCIES ON BEHALF OF THE DEPARTMENT
OF DEFENSE.
17.703 (NMCARS) Policy.
(c) Echelon II People, Process and Policy Director shall submit an annual report of
nondefense agency certifications of compliance by 15 October. NFAS Appendix A
summarizes all reporting requirements.
17.770 (NMCARS) Procedures.
(a) For Economy Act orders (direct and assisted) as well as non-Economy Act
knowledge based services orders over SAT, review and approval will be documented by
a signed D&F as required in NFAS 17.502-2(b).
(b) For direct non-Economy Act orders over SAT that are not for knowledge based
services, review and approval will be documented by an approved business clearance
memorandum or Pre or Post Negotiation Memorandum.
(c) For assisted non-Economy Act orders over SAT that are not for knowledge based
services, review and approval thresholds are the same as “Economy Act Assisted
Interagency Acquisition Approval Authority” thresholds as shown in NFAS 17.502-2(b)
above. Review and approval for these requirements will be documented by a separate
memorandum and be included in the file.
(d) In accordance with FAR 17.703, for all assisted non-Economy Act orders over
SAT, the Contracting Officer shall also verify at
2018 Edition, through Change 1 issued 02 August 2019
73
http://www.acq.osd.mil/dpap/cpic/cp/interagency_acquisition.html that the non-DoD
agency has certified its compliance or received a waiver (FARS 17.703). This
verification shall be documented in the file.
SUBPART 17.74UNDEFINITIZED CONTRACT ACTIONS (DFARS)
17.7403 Policy.
For policies and procedures regarding undefinitized change orders pursuant to the
Changes Clause of a contract, refer to NFAS 43.2 Change Orders.
17.7403-100 Management of undefinitized contract actions (UCAs).
The Echelon III/IV CCO shall provide management oversight over UCAs issued by
the Contracting Officers under their cognizance to ensure appropriate use, management
attention to backlog, and establishment/adherence to definitization schedules.
17.7404 (DFARS) Limitations.
17.7404-1 Authorization.
(a) Undefinitized Contract Actions (UCA) may be executed either unilaterally or
bilaterally. UCAs shall be approved as follows:
(1) Up to and including $1,000,000, approval authority is delegated to the
Echelon III/IV Commanders/Commanding Officers and the CCO. This authority may be
redelegated to Levels I, II, or III Contracting Officers up to a maximum dollar value of
$150,000 per UCA.
(i) For construction execution of petroleum, oil and lubricants
(POL) tanks under the Clean, Inspect, Repair (CIR)
process only, up to and including $4,000,000, approval
authority is delegated to the Echelon III/IV
Commanders/Commanding Officers and the CCO. This
authority may be redelegated to Levels I, II, or III
Contracting Officers up to a maximum of $250,000 per
UCA.
(2) Over $1,000,000, approval authority is the appropriate Echelon II Division
Director.
(i) For construction execution of POL tanks under the CIR
process only, over $4,000,000, approval authority is the
appropriate Echelon II Division Director.
(b) Only Contracting Officers having specific UCA authority designated on their
warrant shall approve the use of contract actions for UCAs, unless delegated one-time
authority on a case-by-case basis.
2018 Edition, through Change 1 issued 02 August 2019
74
17.7404-2 Price ceiling.
A Not-To-Exceed (NTE) ceiling price shall be established for each UCA. This NTE
ceiling price may be adjusted by modification during performance if circumstances
warrant, but shall not be exceeded at definitization.
17.7404-4 Limitations on obligations.
See the limitations on obligations for UCAs at DFARS 217.7404-4.
17.7405 (NMCARS) Plans and reports.
(a)(2) The Consolidated Undefinitized Contract Actions (UCA) Management Report
is required to be reported semi-annually. Echelon III activities shall consolidate the
information for its AOR and submit a report by 10 April and 10 October via email to the
Echelon II People, Process and Policy Director. NFAS Appendix A summarizes all
reporting requirements.
PART 18
EMERGENCY ACQUISITIONS
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
75
PART 19
SMALL BUSINESS PROGRAMS
SUBPART 19.5SET-ASIDES FOR SMALL BUSINESS
19.505 (DFARS) Rejecting Small Business Administration recommendations.
Appeals by the Small Business Administration (SBA) Procurement Center
Representative (PCR) shall be forwarded to the Echelon III/IV Chief of the Contracting
Office (CCO) for a decision. This authority may not be redelegated.
SUBPART 19.7THE SMALL BUSINESS SUBCONTRACTING PROGRAM
19.702 Statutory requirements.
Selection procedures for architects and engineers require an architect-engineer (A-
E) firm to identify who will perform the work (including subcontractors required under the
contract). Contracting Officers shall ensure A-E firms address their planned usage of
small business, veteran-owned small business, service-disabled veteran-owned small
business, HUBZone small business, small disadvantaged business, and women-owned
small business in the SF-330. Additionally, synopses for A-E services expected to
exceed $700,000 shall require a short-listed large business firm to submit a
subcontracting plan, in addition to the narrative in the SF-330, before price negotiations
begin for contract award. If the selected A-E firm fails to negotiate a subcontracting plan
acceptable to the Contracting Officer within the time limit prescribed by the Contracting
Officer, the firm will be ineligible for award.
19.703 (DFARS) Eligibility requirements for participating in the program.
All solicitations shall include a notice to offerors of the opportunity to use AbilityOne
(formerly known as Javits-Wagner-O’Day (JWOD)), SourceAmerica (formerly known as
NISH) and National Industries for the Blind (NIB) organizations to meet subcontracting
goals. The notice should include Historically Black Colleges and Universities/Minority
Institutions (HBCU/MI) information as well as a point of contact and telephone number.
19.704 Subcontracting plan requirements.
For A-E contracts over $700,000, a large business firm that is short-listed will be
required to submit a subcontracting plan (in addition to addressing small business
subcontracting criteria in the SF-330) before price negotiations begin for contract award.
SUBPART 19.8CONTRACTING WITH THE SMALL BUSINESS ADMINISTRATION
(THE 8(a) PROGRAM)
19.803 Selecting acquisitions for the 8(a) program.
A-E contracts may be awarded under the 8(a) program, HUBZone Businesses and
Service Disabled Veteran Owned Small Businesses (SDVOSBs). Selection must follow
procedures for the selection of architects and engineers at 40 U.S.C. 1101-1104. The
SBA must provide a slate of qualified A-E firms and the NAVFAC activity will make the
selection of the most highly qualified firms.
2018 Edition, through Change 1 issued 02 August 2019
76
19.805 Competitive 8(a).
19.805-1 General.
The approval of the Assistant Commander for Acquisition/Deputy Director for
Acquisition is required prior to committing to any Streamlined Acquisition Plan (STRAP)
or Management and Oversight Process for the Acquisition of Services Streamlined
(MOPAS-S) to enter into or award an 8(a) sole source contract, pursuant to FAR 19.805-
1(b)(2) and DFARS 219.805-1, estimated to exceed $4,000,000, inclusive of all contract
periods or options. The request for approval shall explain how the procurement’s
competitive history, current market conditions, or other circumstances support a sole
source action. The request for approval by the Assistant Commander for
Acquisition/Deputy Director for Acquisition shall be submitted via the Echelon III CCO,
and the appropriate Echelon II Division Director.
PART 20
(RESERVED)
PART 21
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
77
PART 22
APPLICATION OF LABOR LAWS TO GOVERNMENT ACQUISITIONS
SUBPART 22.1BASIC LABOR POLICIES
22.101 Labor relations.
22.101-1 (NMCARS) General.
(a) For guidance, see SECNAV Instruction (SECNAVINST) 4200.36A
(or successor
instruction), Contractor Industrial Labor Relations.
SUBPART 22.3CONTRACT WORK HOURS AND SAFETY STANDARDS
22.305 Contract clause.
(a) The Construction Wage Rate Requirements statute applies to construction
contracts over $2,000 in the United States, the District of Columbia and the
Commonwealth of the Northern Mariana Islands. Construction contracts in excess of
$150,000 for work in Puerto Rico, the Virgin Islands, Outer Continental Shelf Lands
defined in the Outer Continental Shelf Lands Act, (43 U.S.C. 1331 et seq.), American
Samoa, Guam, Wake Island, and Johnson Island are subject to the Contract Work
Hours and Safety Standards statute but are not subject to the Construction Wage Rate
Requirements statute. FAR Clause 52.222-4, Contract Work Hours and Safety
Standards Overtime Compensation, shall be included in solicitations/contracts for
construction in these locations. NOTE: In accordance with the National Defense
Authorization Act of 2010, the Construction Wage Rate Requirements statute applies to
Guam realignment construction projects.
(b) Service contracts in excess of $150,000 for work that may require or involve the
employment of guards and watchmen, and/or laborers or mechanics where services will
be performed in the United States, the District of Columbia, Puerto Rico, the Virgin
Islands, Outer Continental Shelf Lands defined in the Outer Continental Shelf Lands Act
(43 U.S.C. 1331 et seq.), American Samoa, Guam, the Commonwealth of the Northern
Mariana Islands, Wake Island, and Johnson Island are subject to the Contract Work
Hours and Safety Standards and the Service Contract Labor Standards statutes.
SUBPART 22.4LABOR STANDARDS FOR CONTRACTS INVOLVING
CONSTRUCTION
22.406 Administration and enforcement.
22.406-13 (DFARS) Semiannual enforcement reports.
(a) A semi-annual Labor Enforcement Report on compliance with and enforcement of
the Wage Rate Requirements (Construction) shall be prepared on NAVFAC Form
4350/1 (REV 03-15) and shall contain information regarding NAVFAC enforcement
actions during the periods 1 October to 31 March and 1 April to 30 September.
2018 Edition, through Change 1 issued 02 August 2019
78
(b) Echelon IV shall submit its report to Echelon III on 10 April and 10 October each
year. Echelon III activities shall submit its report to the Echelon II Command Labor
Advisor on 15 April and 15 October each year. The Echelon II Command Labor Advisor
will submit the report to the U.S. Department of Labor on 30 April and 30 October of
each year.
SUBPART 22.5USE OF PROJECT LABOR AGREEMENTS FOR FEDERAL
CONSTRUCTION PROJECTS
22.503 (FAR) Policy
For each construction project of $25M or more, the Streamlined Acquisition Plan
(STRAP), NMCARS Annex 18 Paragraph 2.3.2 should also include the Contracting
Officer’s determination whether use of a Project Labor Agreement (PLA) is appropriate
for the project based on the criteria in FAR 22.503.
PART 23
ENVIRONMENT, ENERGY AND WATER EFFICIENCY, RENEWABLE ENERGY
TECHNOLOGIES, OCCUPATIONAL SAFETY, AND DRUG-FREE WORKPLACE
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
79
PART 24
PROTECTION OF PRIVACY AND FREEDOM OF INFORMATION
SUBPART 24.2FREEDOM OF INFORMATION ACT
24.203 Policy.
All Freedom of Information Act (FOIA) requests shall be coordinated through the
Echelon III/IV FOIA Coordinator.
2018 Edition, through Change 1 issued 02 August 2019
80
PART 25
FOREIGN ACQUISITION
SUBPART 25.1BUY AMERICAN ACT-SUPPLIES
25.103 (DFARS) Exceptions.
(a) Public Interest.
(ii)(B)(2) Approval of the public interest determination for a procurement valued at
or below the simplified acquisition threshold (SAT) is a level above the Contracting
Officer. Approval of the public interest determination for procurements above the SAT
but less than $1,500,000 is the Head of Contracting Activity (HCA). Requests for HCA
approval shall be forwarded via the Echelon III/IV Chief of the Contracting Office (CCO)
and the appropriate Echelon II Division Director.
(ii)(B)(3) Approval of the public interest determination for procurements valued at
$1,500,000 or more is the agency head (Assistant Secretary of the Navy for Research,
Development and Acquisition (ASN(RDA)). Requests for approval shall be forwarded
via the Echelon III/IV CCO, the appropriate Echelon II Division Director, the Assistant
Commander for Acquisition, and the Deputy Assistant Secretary of the Navy for
Acquisition and Procurement (DASN(AP)).
(b) Nonavailability.
(ii)(C) Approval of the nonavailability determination for procurements valued at or
below the SAT is a level above the Contracting Officer. Approval of the determination
for procurements valued above the SAT but less than $1,500,000 is the Echelon III/IV
CCO. Approval of the determination for procurements valued at $1,500,000 or more is
the HCA. Requests for HCA approval shall be forwarded via the Echelon III/IV CCO and
the appropriate Echelon II Division Director. Upon approval, a copy of the determination
and findings (D&F) shall be submitted to the Defense Acquisition Regulations (DAR)
Council via DASN(AP) (see NMCARS 5225.103(b)(2)(ii)).
SUBPART 25.2BUY AMERICAN ACTCONSTRUCTION MATERIALS
25.202 (NMCARS) Exceptions.
(a)(2) Approval of the impractical or inconsistent with public interest determination for
procurements valued at or below the SAT is a level above the Contracting Officer.
Approval of the determination for procurements valued above the SAT but less than
$1,500,000 is the Echelon III/IV CCO. Approval of the determination for procurements
valued at $1,500,000 or more is the HCA. Requests for HCA approval shall be
forwarded via the Echelon III/IV CCO and the appropriate Echelon II Division Director.
SUBPART 25.4--TRADE AGREEMENTS
2018 Edition, through Change 1 issued 02 August 2019
81
25.401 (NMCARS) Exceptions
(a)(2)(A) The determination and findings to exclude an acquisition of a product from
the provisions of FAR subpart 25.4, must be submitted for approval by Under Secretary
of Defense for Acquisition and Sustainment (USD(A&S)). The determination must be
submitted with a copy of the approved Streamlined Acquisition Plan (STRAP) or
Management and Oversight Process for the Acquisition of Services Streamlined
(MOPAS-S) via the Echelon III or IV CCO, the Assistant Commander for Acquisition via
the Echelon II Division Director, and via DASN(AP).
25.403 (NMCARS) World Trade Organization Government Procurement and Free
Trade Agreements.
(c)(ii) A request for a national interest waiver in the form of a determination and
findings must be submitted for approval by Under Secretary of Defense for Acquisition
and Sustainment (USD(A&S))/Director of Defense Pricing and Contracting (DPC). The
determination must be submitted with a copy of the approved Streamlined Acquisition
Plan (STRAP) or Management and Oversight Process for the Acquisition of Services
Streamlined (MOPAS-S) via the Echelon III or IV CCO, the Assistant Commander for
Acquisition via the Echelon II Division Director, and via DASN(AP).
SUBPART 25.70AUTHORIZATION ACTS, APPROPRIATION ACTS, AND OTHER
STATUTORY RESTRICTIONS ON FOREIGN ACQUISITIONS
25.7003 (DFARS) Restrictions on acquisition of specialty metals.
25.7003-3 (NMCARS) Exceptions.
(b)(2)(ii) By 7 October of each year, Echelon III activities shall submit an annual
Commercial Off the Shelf (COTS) Specialty Metal Exceptions Report for its area of
responsibility (AOR) to the Echelon II People, Process and Policy Director. NFAS
Appendix A summarizes all reporting requirements.
SUBPART 25.75BALANCE OF PAYMENTS PROGRAM
25.7500 (DFARS) Policy.
Before solicitation, the determinations required by DFARS 225.7500 may be made
by the Echelon III Commanders/Commanding Officer. This authority may be delegated
no lower than the Echelon III 09/CCO and Echelon IV 00/09/CCOs.
PART 26
OTHER SOCIOECONOMIC PROGRAMS
(RESERVED)
PART 27
PATENTS, DATA, AND COPYRIGHTS
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
82
PART 28
BONDS AND INSURANCE
SUBPART 28.1BONDS AND OTHER FINANCIAL PROTECTIONS
28.101 Bid guarantees.
28.101-1 Policy on use.
(a) Annual bid bonds are not acceptable for construction contracts.
(b) Bid guarantees are not required on sole source construction contracts.
28.101-2 Solicitation provision or contract clause.
28.101-2-100 NAVFAC provisions or contract clauses.
(a)(1) In solicitations requiring the provision of FAR 52.228-1, Bid Guarantees,
paragraph (c) shall read, “The amount of the bid guarantee shall be 20 percent of the bid
price or $3,000,000, whichever is less.”
(2) For indefinite quantity solicitations with no seed project and JOC solicitations,
paragraph (c) of the FAR provision 52.228-1 shall read, “The amount of the bid
guarantee shall be the price payable for the contract guaranteed minimum.”
(3) For requirements solicitations, paragraph (c) of the FAR provision 52.228-1
shall read, "The amount of the bid guarantee shall be the price payable for the estimated
quantity."
(4) For Multiple Award Contracts (MAC) with a seed project, paragraph (c) of the
FAR provision 52.228-1 shall read, "The amount of the bid guarantee shall be 20 percent
of the bid price for the seed project or $3,000,000, whichever is less.”
28.102 Performance and payment bonds and alternative payment protections for
construction contracts.
28.102-1 General.
(a) Level III Contracting Officers may waive performance and payment bonds for work
in foreign countries.
(b) For contracts over $500,000, copies of the payment and performance bonds shall
be forwarded to the surety (not the agent's office) for authentication. A copy of this
request to the surety shall be sent to the contractor.
(c) Alternative payment protections, other than bonds and those types of security
listed in FAR 28.204-1 and 28.204-2, shall be reviewed by NAVFAC Counsel prior to
inclusion in solicitations.
2018 Edition, through Change 1 issued 02 August 2019
83
(d) For environmental cost reimbursement contracts, if the Echelon III/IV Chief of the
Contracting Office (CCO) determines that bonds are required, the Contracting Officer
shall document in writing their rationale and basis for requiring bonding.
28.102-100 Performance and payment bonds for Multiple Award Contracts.
Performance and Payment Bonds for MACs are only required at the time of issuance
of a task order and shall not be required for the maximum value of the contract. The
bonds will be based on the amount of the task order and any subsequent modifications.
28.102-3-100 NAVFAC solicitation/contract language, Notice of Bonding
Requirements.
(a) In addition to the appropriate FAR Clause (52.228-15 Performance and Payment
Bonds -- Construction or 52.228-16 Performance and Payment Bonds - Other Than
Construction), use the following NAVFAC language entitled, “Notice of Bonding
Requirements,” in solicitations/contracts requiring performance and payment bonds.
The language should be included in Section H of solicitations using Uniform Contract
Format (UCF) or; for solicitations using the Construction Specifications Institute (CSI)
formats available in the Standard Procurement System (SPS), include the language in
Division 00800 of solicitations using the undated CSI format or if using the CSI 2012
format include the language in Division 00 73 00.
NOTICE OF BONDING REQUIREMENTS
Within _____ days after receipt of award, the bidder/offeror to whom the award is
made shall furnish the bonds required by FAR Clause __________ [Contracting Officer
to insert appropriate FAR Clause number either 52.228-15 or 52.228-16].
Bidders/offerors are hereby notified that the contract time for purposes of fixing the
completion date, default, and liquidated damages will be as stated in FAR Clause
52.211-10 Commencement, Prosecution, and Completion of Work, regardless of when
performance and payment bonds or deposits in lieu of surety are executed.
(End of NAVFAC language)
28.102-3-101 Alternative Protection for Construction in a foreign country.
(a) In some overseas jurisdictions it has proven impracticable to require a contractor
to furnish a bond for solicitations/contracts, for example, because it is inconsistent with
standard industry practices in these countries.
(b) FAR 28.102-1(a) permits the Contracting Officer to waive submittal of
performance and payment bonds for as much of the work as is to be performed in a
foreign country upon finding that it is impracticable for the contractor to furnish such
bond. Accordingly, when such a finding has been made, alternative forms of protection
may be used to protect government interests, consistent with local conditions, to the
maximum extent practicable. Appropriate contract language to effectuate such
alternative forms of protection may be used in lieu of FAR 52.228-15, FAR 52.228-16,
and the NAVFAC language, “Notice of Bonding Requirements,” described in Section
28.102-3-100 above. Such alternative language should be included in Section H of
2018 Edition, through Change 1 issued 02 August 2019
84
solicitations using Uniform Contract Format (UCF) or; for solicitations using the CSI
formats available in SPS, include the language in Division 00800 of solicitations using
the undated CSI format or, if using the CSI 2012 format, include the language in Division
00 73 00. The Chief of the Contracting Office, in consultation with NAVFAC Counsel,
may prescribe appropriate contractual language and procedures for construction in
foreign countries under their area of responsibility.
28.103 Performance and payment bonds for other than construction contracts.
28.103-1 General.
(a) Bid, performance, and payment bonds shall not be required for facilities support
service contracts estimated to be awarded at less than the simplified acquisition
threshold (SAT) or awarded pursuant to Section 8(a) of the Small Business Act.
(b) A written determination by the Echelon III/IV CCO is required prior to including
bonds for other than construction contracts. The determination must specifically address
the requirement for bonds that exceed 25 percent of the contract award amount.
28.103-2 Bonds or other security for dismantling, demolition, or removal of
improvements.
Contracts for dismantling, demolition, or removal of improvements, see NFAS 37.302
for bonding requirements
.
28.106 Administration.
28.106-2 Substitution of surety bonds.
A Level III Contracting Officer approval is required prior to substituting the original
bond with a new surety bond covering all or part of the obligations on the previously
approved bond.
SUBPART 28.2SURETIES AND OTHER SECURITY FOR BONDS
28.203 Acceptability of individual sureties.
The Contracting Officer shall submit documentation in support of individuals
proposed as sureties to NAVFAC Counsel for review prior to making a determination of
acceptability.
SUBPART 28.3INSURANCE
28.306 Insurance under fixed-price contracts.
(a) Contractors shall not be required to provide insurance coverage on government
owned/furnished equipment and materials without Echelon III/IV CCO approval. This
authority may not be redelegated.
(b) Contracts requiring work on government property and which include
transportation or transportation related services shall specify insurance coverage as
2018 Edition, through Change 1 issued 02 August 2019
85
required by state and local laws or by FAR 28.307-2, whichever results in higher
coverage. On a case-by-case basis, Level III Contracting Officers are authorized to
specify higher coverage.
2018 Edition, through Change 1 issued 02 August 2019
86
PART 29
TAXES
SUBPART 29.4CONTRACT CLAUSES
29.402 Foreign contracts.
29.402-100 NAVFAC requirement for solicitation/contracts when work will be
performed at U.S. installations in Japan.
(a)(1) Article XII of the “Agreement Under Article VI of the Treaty of Mutual
Cooperation And Security Between Japan and the United States of America Regarding
Facilities and Areas and the Status of United States Armed Forces in Japan,” exempts
materials, supplies, equipment and services procured for official purposes in Japan by
the United States armed forces, or by authorized procurement agencies of the United
States armed forces from the following Japanese taxes: (1) Commodity tax, (2)
Travelling tax, (3) Gasoline tax, and (4) Electricity and gas tax. United States Forces,
Japan (USFJ) Instruction 51-5 prescribes procedures for obtaining exemption from
certain Japanese taxes in connection with official procurement in Japan by the U.S.
armed forces.
29.402-101 NAVFAC Solicitation/contract language, Consumption Tax Exemption
Procedures on Purchase of Goods and Services by the United States Armed
Forces in Japan.
Include the following requirement entitled, “Consumption Tax Exemption Procedures
on Purchases of Goods and Services by the United States Armed Forces in Japan
(Japanese Law No. 108, 1988),” in solicitations/contracts when work will be performed at
U.S. installations in Japan. This requirement is in addition to FAR clause 52.229-6,
Taxes – Foreign Fixed-Price Contracts. The language should be included in Section H
of solicitations using Uniform Contract Format (UCF) or in Division 00600 of solicitations
using Construction Specifications Institute (CSI) format.
CONSUMPTION TAX EXEMPTION PROCEDURES ON PURCHASE OF GOODS
AND SERVICES BY THE UNITED STATES ARMED FORCES IN JAPAN
[JAPANESE LAW NO. 108, 1988]
(a) The Consumption Tax Law (Law No. 108, 1988) was enacted in the Diet of Japan
on 24 December 1988, and applied from April 1, 1989. The Government of Japan (GOJ)
and the United States Government (USG), in accordance with paragraph 3, Article XII, of
the "Agreement Under Article VI of the Treaty of Mutual Cooperation And Security
Between Japan And The United States of America Regarding Facilities And Areas And
The Status of United States Armed Forces In Japan,” (SOFA) have agreed upon
procedures for exempting the United States from the Japanese Consumption Tax on
goods and services purchased in Japan for official purposes of the U. S. Armed Forces
by the U. S. Armed Forces or its authorized procurement agencies.
(b) The underlying objective is to obtain the full amount of the exemption from the tax
on U.S. Forces procurements immediately at the time of purchase and at the same time
provide the Contractor a proof of purchase document, acceptable to GOJ tax authorities,
2018 Edition, through Change 1 issued 02 August 2019
87
which he/she can present to the tax authorities to obtain a tax credit and/or refund for tax
already collected and paid by previous sellers.
(c) The exemption from the Japanese Consumption Tax applies not only to prime
contractors, but also subcontractors or suppliers at every level regardless of the
nationality of the prime contractor whether a Japanese or foreign firm.
(d) By the submission of their offer, the offeror certifies that the Japanese
Consumption Tax is not included in the bid/proposal/quote price, nor will it be a part of
any subsequent modification to the contract. Procedures for Contractors to obtain a
consumption tax credit are described in USFJ Instruction 51-5 that may be obtained from
the Procuring Contracting Office.
(End of NAVFAC Language)
2018 Edition, through Change 1 issued 02 August 2019
88
PART 30
COST ACCOUNTING STANDARDS ADMINISTRATION
SUBPART 30.2 CAS PROGRAM REQUIREMENTS
30.201-5 (NMCARS) Waiver.
(b) A request for a Head of the Contracting Activity (HCA) determination to grant a CAS
Waiver for a contract or subcontract that is less than $15M, must be submitted via the
Echelon III or IV Chief of the Contracting Office (CCO), and the Assistant Commander
for Acquisition via the Echelon II Division Director. Requests for Defense Pricing and
Contracting (DPC) approval on CAS Waivers for a contract or subcontract that is $15M
or more, must be submitted at least 60 days prior to anticipated award via the Echelon III
or IV CCO, and the Assistant Commander for Acquisition via the Echelon II Division
Director and Deputy Assistant Secretary of the Navy for Acquisition and Procurement
(DASN(AP)).
(e) Reports. Echelon IIIs shall consolidate and submit an annual report of all CAS
Waivers to the Echelon II People, Process and Policy Director for their area of
responsibility (AOR), by 1 November. NFAS Appendix A summarizes all reporting
requirements.
PART 31
CONTRACT COST PRINCIPLES AND PROCEDURES
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
89
PART 32
CONTRACT FINANCING
SUBPART 32.1NON-COMMERCIAL ITEM PURCHASE FINANCING
32.112 Nonpayment of subcontractors under contracts for non-commercial items.
32.112-1 Subcontractor assertions of nonpayment.
The contract file shall contain documentation of all actions taken, results, and all
efforts made by the Contracting Officer to facilitate the payment of subcontractors.
SUBPART 32.6CONTRACT DEBTS
32.604 Demand for payment.
(b)(5)(ii) Payments made by check for contract debt arising from a default
termination/overpayment shall be payable to the “U.S. Treasury.” Upon receipt, the
Contracting Officer shall forward the check to the cognizant Defense Finance and
Accounting Officer. Alternate debt payment methods may be available for use by
contractors and can be determined at:
https://www.dfas.mil/contractorsvendors/governmentremittance/returnfunds.html
.
(f) The contract file must remain open until the debt is collected.
32.607-1 Installment Payment
(a) In the case of requests for an installment payment agreements that will liquidate
the debt in less than three years, the Echelon III/IV Chief of the Contracting Office
(CCO) is the debt collection official (DCO) for debts due under contracts within
their area of responsibility (AOR).
(b) Upon receipt of a contractor’s written request for an installment payment
agreement, the Contracting Officer shall perform an initial evaluation of the
contractor’s justification in accordance with FAR 32.607 and DoD FMR
(Volume
16, Chapters 2 and 5), and provide a recommendation to the Echelon III/IV CCO.
32.607-2 Deferment of collection.
(c)(2)(e) The Contracting Officer shall forward requests for deferment of contract
debts to the Echelon III/IV CCO.
(f) The Echelon III/IV CCO shall submit an evaluation of the contractor’s
request along with the necessary supporting information (e.g. financial condition, small
business concern representation, the final decision, the appeal, status of appeal, etc.),
and a recommendation including the basis of that recommendation regarding the
advisability of deferment. This information shall be submitted to the appropriate Echelon
II Division Director for forwarding to the Assistant Secretary of the Navy (Financial
Management & Comptroller) via Deputy Secretary of the Navy for Acquisition and
2018 Edition, through Change 1 issued 02 August 2019
90
Procurement (DASN(AP)). Collection of the debt should continue until the date the
deferment is granted.
SUBPART 32.7CONTRACT FUNDING
32.702 Policy.
(a) Based on the customer and project history, Contracting Officers may use their
own discretion in requiring actual funds in hand before issuing solicitations or Requests
for Proposals (RFPs) for delivery/task orders or modifications. For actions above the
Simplified Acquisition Threshold (SAT), an intent to fund (i.e. commitment of funds,
promise to pay, letter of intent) or actual funding is required prior to solicitation. For
actions below the SAT, the Program/Project Manager remains responsible for validation
of funds availability and communicating this to the Contracting Officer.
(1) For construction execution of petroleum, oil and lubricants (POL) tanks
under the Clean, Inspect, Repair (CIR) process only, the Tank
Requirements Repair (TRR) form can be used as a promise to pay if
signed by the requestor’s financial management or comptroller
representative.
(b) Except for Military Construction Appropriation Act (MILCON), when making an in
scope change on construction contracts in a fiscal year other than the year of award you
must determine whether fiscal year funds from the year of award or current fiscal year
funding can be used to finance a change to the contract. Contracting Officers in concert
with counsel shall provide an analysis as to whether the obligation to pay is a pre-
existing duty arising out of the terms of the contract at time of award, or new/additional
work that is in scope and needed by the customer for a complete and useable facility but
work which may/should be paid with current year funds.
(c) To improve the Department of Defense’s (DoD) ability to track service contract
commitments and obligations, all purchase requests (PR) received must include a four-
digit Product Service Code (PSC) at a line item level of detail. PSCs will be established
by requiring activities for each PR line item so that it can be linked at the point of
commitment to the Object Class recorded in the accounting system.
SUBPART 32.8ASSIGNMENT OF CLAIMS
32.803 Policies.
When a payment is made under an assigned contract, the contractor shall
immediately be told the date and amount of all payments.
32.805 Procedure.
(a) The Contracting Officer shall obtain review comments from NAVFAC Counsel on
all assignment of claims.
(b) A release shall be obtained from both the assignee and the contractor prior to
final payment.
2018 Edition, through Change 1 issued 02 August 2019
91
SUBPART 32.11FINAL PAYMENT
32.1100 Final payment for construction and architect-engineer contracts.
(a) If the contract payment is assigned, an assignee's release of claims (NAVFAC
Form 4330/14) is required. All final vouchers shall reflect the status of liquidated
damages. A contractor's final release on NAVFAC Form 4330/7 is required and shall
reflect the total contract price, amounts previously paid, and the amount of the final
voucher.
(b) For contracts where the contractor pays the government, NAVFAC Form 4330/7
should be modified by deleting the first seven lines and replacing it with the following:
"In consideration of the premise and the receipt of all material as set
forth in the specification under the above-mentioned contract, the
undersigned contractor does and by the receipt of said material
shall.....
(c) The contractor shall clearly indicate the basis and amount of any claim.
(d) When a release contains an exception that the Contracting Officer considers
acceptable, the following notation shall be placed on the release:
"Release approved by Contracting Officer this
___________ day of ____(Month/Year) ___
___________________________________
(signature)”
(e) To close out contracts one year after completion and acceptance of the work
when the contractor fails to execute an appropriate release, the Contracting Officer shall
send a letter to the contractor, certified mail return receipt, requesting submission of a
final invoice in Wide Area Workflow (WAWF) and a valid final release. Any surety
should also be provided with this notification. Thirty days after the return of the certified
mail receipt, the Contracting Officer may close out the contract. If the contractor refuses
to respond to or accept the certified letter or cannot be located, the Contracting Officer
may deobligate the contract balance and close out the contract.
SUBPART 32.70 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT
REQUESTS AND RECEIVING REPORTS
32.7002 (NMCARS) Policy.
(a) Prior to determining that electronic submission of payment requests and receiving
reports would be unduly burdensome to the contractor, approval shall be obtained from
DASN(AP). The request for DASN(AP) approval shall be forwarded via the Echelon III
or IV CCO and the Assistant Commander for Acquisition via the Echelon II Division
Director.
2018 Edition, through Change 1 issued 02 August 2019
92
PART 33
PROTESTS, DISPUTES, AND APPEALS
SUBPART 33.1PROTESTS
33.103 (NMCARS) Protests to the agency.
All agency level protests received by any NAVFAC contracting office shall be subject
to administrative review.
(a) Protests received on solicitations advertised at Echelon IV field contracting
activities (i.e. Facilities Engineering and Acquisition Divisions/Resident Officer in Charge
of Construction (FEADs/ROICCs) shall be reviewed by the cognizant Echelon IV Chief of
the Contracting Office (CCO).
33.104 (NMCARS) Protests to GAO.
Upon receipt of contractor notification, the contracting location designated in the
solicitation shall notify the appropriate Echelon II Division Director and NAVFAC
Headquarter (HQ) Counsel, with a copy to the Echelon III CCO.
33.170 (NMCARS) Briefing requirement for protested acquisitions valued at
$1 billion or more.
Echelon III/IV CCOs shall submit the notice to the appropriate Echelon II Division
Director via the Echelon III CCO prior to submitting the report to Deputy Assistant
Secretary of the Navy for Acquisition and Procurement (DASN(AP)) not later than 3 days
after receipt of the protest.
SUBPART 33.2DISPUTES AND APPEALS
33.211 Contracting Officers decision.
(a) Personnel who, at the request of NAVFAC Counsel, prepare memoranda or
notes concerning a claim shall place a legend on each page as follows:
"ATTORNEY-CLIENT PRIVILEGE FOR OFFICIAL USE
ONLY: This document is prepared for use by government or
attorneys in connection with a contractor's claim. It is not to
be released outside the government or to government
personnel not having a need to know."
(b) A log shall be maintained of all claims received.
(c) The Claims Log Report is required to be submitted annually. Echelon III activities
shall consolidate the information for its area of responsibility (AOR) and submit a report
by 31 October via email to the Echelon II People, Process and Policy Director. NFAS
Appendix A summarizes all reporting requirements.
2018 Edition, through Change 1 issued 02 August 2019
93
33.214 Alternative dispute resolution (ADR).
NAVFAC encourages ADR as a means of resolving disputes. Echelon III activities
shall establish appropriate procedures for their utilization.
33.214-100 Disputes resolution board (DRB).
The Board shall be chaired by a representative from the contracts office and have at
least one technical and one legal representative.
33.2100 Remand by NAVFAC for settlement by negotiation.
(a) A memorandum of negotiations shall be prepared to support a negotiated
settlement.
(b) If a settlement cannot be reached, a report shall be prepared setting forth-specific
reasons why an agreement could not be reached and the claim package returned to the
appropriate Echelon II Division Director.
SUBPART 33.90PROCEDURES (NMCARS)
33.9001 Claims approval requirements.
(a) Proposed claim settlements and final decisions of the Contracting Officer shall be
reviewed and approved
(1) For claims up to $25M by a Level III Contracting Officer with in-house
NAVFAC Counsel support and CCO review.
(2) For claims over $25M by DASN(AP). The Contracting Officer shall follow
NMCARS 5233.9001 process with in-house NAVFAC Counsel support and CCO review.
Requests for DASN(AP) review/approval shall be submitted via appropriate Echelon II
Division Director.
(b) For claims over $5,000,000, the Contracting Officer shall:
(1) Notify the appropriate Echelon II Division Director via the Echelon III CCO
within 10 days of receipt. Include the projected final decision date which shall include 14
days for the appropriate Echelon II and III Division Director review and concurrence of
the draft Final Decision letter.
(2) The Contracting Officer shall provide a signed copy of the Final Decision
letter to the CCO and appropriate Echelon II Division Director via the Echelon III CCO.
PART 34
MAJOR SYSTEM ACQUISITION
(RESERVED)
PART 35
RESEARCH AND DEVELOPMENT CONTRACTING
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
94
PART 36
CONSTRUCTION AND ARCHITECT-ENGINEER CONTRACTS
SUBPART 36.2SPECIAL ASPECTS OF CONTRACTING FOR CONSTRUCTION
36.201 (FAR/DFARS) Evaluation of contractor performance.
See NFAS 42.1503 for general guidance on preparation and distribution of
construction contractor performance evaluations.
36.202 Construction Specification Institute (CSI) format.
Contracts for construction shall be prepared in the CSI format. Document Sections
(00xxx) contain the contractual requirements and General Requirements Sections
(01xxx) contain the administrative requirements.
36.205 Statutory cost limitations.
When more than one project is included in a single contract, and the estimated cost
of the contract is over the current statutory cost limitation for unspecified minor
construction (less estimated Supervision, Inspection and Overhead (SIOH)), the
solicitation documents shall require the projects to be separately priced and contain a
certification that the price for each project includes an approximate apportionment of all
estimated direct cost, allocable indirect costs, and profit. The solicitation must state the
applicable cost limitation for each affected item in a separate schedule.
36.207 Pricing fixed-price construction contracts.
For fixed-price construction line items, Contracting Officers may use Project, Task, or
Job as units of measure.
36.213 Special procedures for sealed bidding in construction contracting.
36.213-3 Invitations for bids.
36.213-3-101 Budgeted amount.
For construction of family housing projects, the solicitation shall contain the budgeted
amount.
36.213-70 (DFARS) Additive or deductive items.
A Level III Contracting Officer’s approval is required prior to issuing a solicitation
including more than four additive bid items.
36.215 Special procedure for cost-reimbursement contracts for construction.
Refer to the Capital Improvements Business Line for guidance on cost-
reimbursement construction contracts.
2018 Edition, through Change 1 issued 02 August 2019
95
36.2100 Environmental remedial action contracts.
For guidance, see Environmental Cost Reimbursement Contract Manual P-1160
.
36.2102 Non-appropriated funded (NAF) contracts.
(a) Requests to waive FAR procedures for solicitations funded from non-appropriated
sources shall be approved by the Echelon III/IV Commander. This authority may be
redelegated no lower than the Echelon III/IV
Chief of the Contracting Office (CCO).
Each request must identify the FAR provisions to be waived, the criteria to be used to
select firms who will be given the opportunity to submit bids or proposals if other than full
and open competition is to be used and the rationale why the identified waivers from the
FAR make prudent business sense. All documentation related to each approved
request shall be retained in the contract file.
(b) If combining appropriated and non-appropriated funding under one
solicitation/contract, FAR provisions cannot be waived.
(c) Any firm that may seek to compete for NAF work, even if not initially provided a
solicitation, must be given an opportunity to participate.
SUBPART 36.3TWO-PHASE DESIGN-BUILD SELECTION PROCEDURES
36.303-1-100 Phase One.
(a) The only documentation required after completion of Phase One evaluations are
the Source Selection Evaluation Board/Source Selection Advisory Council/Source
Selection Authority (SSEB/SSAC/SSA) Documents/Decisions if no discussions are
conducted with the offerors. In this case, a Pre-Business or Pre/Post Business
Clearance is required after Phase Two. However, if it is determined that it is necessary
to conduct discussions after the evaluation of proposals in Phase One, a Pre-Business
Clearance is required in Phase One.
(b) The number and identity of the most highly qualified offerors selected to submit
Phase Two proposals are considered "Source Selection Information" as defined in FAR
2.101, and shall only be disclosed to persons specifically granted access to source
selection sensitive information.
SUBPART 36.5CONTRACT LANGUAGE
36.5-100 NAVFAC solicitation/contract language, Utilities for Construction and
Testing.
Use the following language entitled, “Utilities for Construction and Testing,in fixed-
priced solicitations/contracts for construction, dismantling, demolition or removal of
improvements when utilities are to be contractor-furnished. This language should be
used in lieu of FAR Clause 52.236-14, Availability and Use of Utility Services. The
language should be included in Division 00800 of solicitations using the undated
Construction Specifications Institute (CSI) format available in the Standard Procurement
System (SPS) or, if using the CSI 2012 format, include the language in Division 00 73
00.
2018 Edition, through Change 1 issued 02 August 2019
96
UTILITIES FOR CONSTRUCTION AND TESTING
The Contractor shall be responsible for obtaining, either from available Government
sources or local utility companies, all utilities required for construction and testing. The
Contractor shall provide these utilities at his expense, paid for at the current utility rate
delivered to the job site. The Contractor shall provide and maintain all temporary utility
connections and distribution lines, and all meters required to measure the amount of
each utility used.
(End of NAVFAC language)
36.5-101 Instructions for use of NAVFAC language.
(a) Use the language, “Authority,” at NFAS 1.602-1-101 in all construction
solicitations/contracts.
(b) Use the language, “PHASED CONSTRUCTION SCHEDULE,” at NFAS 11.404-
100 in construction solicitations/contracts that require use of a phased construction
schedule. The NAVFAC language should be used in conjunction with FAR Clause
52.211-12, Liquidated DamagesConstruction.
(c) Use the language, “All or None Offers,” at NFAS 15.209-100 in construction
solicitations where offers are solicited on an all or none basis.
(d) Use the language, “NOTICE OF BONDING REQUIREMENTS,” at NFAS 28.102-
3-100 in construction solicitations requiring bonds. The language should be used in
conjunction with FAR Clause 52.228-15, Performance and Payment Bonds
Construction.
(e) Use the language, “Consumption Tax Exemption Procedures on Purchase of
Goods and Services by the United States Armed Forces in Japan [Japanese Law No.
108, 1988],” in all construction solicitations in Japan. This language should be used in
addition to FAR 52.229-6, Taxes Foreign Fixed-Price Contracts.
(f) Use the language, “Utilities for Construction and Testing,” at NFAS 36.5-100 in
solicitations/contracts for construction, dismantling, demolition or removal of
improvements when utilities are to be contractor-furnished. This language should be
used in lieu of FAR 52.236-14 Availability and Use of Utility Services.
36.5100 NAVFAC provision and contract clauses.
(a) Use the DFARS Clause 252.236-7003 or 252.236-7004 as required for
solicitations/contracts that use a separate bid item for mobilization and preparatory work.
SUBPART 36.6ARCHITECT-ENGINEER SERVICES
36.601 Policy.
36.601-3 Applicable contracting procedures.
2018 Edition, through Change 1 issued 02 August 2019
97
36.601-3-100 Indefinite quantity architect-engineer contracts.
(a) See NFAS 17.202-102 for use of options/phases.
(b) Projects under these contracts shall be restricted to the locations designated in
the contracts. Parallel contracts with the same statement of architect-engineer (A-E)
services shall not be used except when using multiple award contract procedures.
(c) Multiple award contracts may not be established for A-E services without Echelon
II Division Director approval. Contract task order requirements must be competed using
a streamlined A-E selection process. Once a multiple award contract is awarded, any
decision not to compete a task order requirement must be approved by the appropriate
Competition Advocate (see NFAS 6.501).
(d) The contract term shall not exceed five years, including options. The Contracting
Officer shall make the requisite pre-award and post-award determinations required by
FAR 17.205 and FAR 17.207. See NFAS 17.202-102.
(e) The contract amount is the maximum "Not to exceed" amount.
(f) The total estimated dollar value of the contract, including any option year, shall be
used as the threshold for certified cost or pricing data, field pricing reports (Defense
Contract Audit Agency (DCAA) audit) and business clearance approval requirements.
(g) Prepriced options for construction support may be included in task orders, but the
exercise period shall not exceed eighteen months from final design without Echelon III/IV
CCO approval. This approval authority may not be redelegated.
(h) See NAVFAC P-1160, Environmental Cost Reimbursement Manual
, for guidance
on environmental cost reimbursement contracts.
36.602 Selection of firms for architect-engineer contracts.
36.602-1 Selection criteria.
The A-E firm's experience in sustainable design and their quality control program
shall be evaluated during selection.
36.602-2 Evaluation boards.
(a) Engineers/Architects serving on boards for contracts which include engineering,
design, construction or oversight of engineering, design and construction shall be
registered professionals unless a waiver is granted pursuant to NAVFACINST 3540.1D,
dated 22 February 2019. Contracting Officers shall not appoint NAVFAC
Engineers/Architects as board members unless they are licensed or have been granted
a waiver by the appropriate authority. All NAVFAC members of the board shall have
successfully completed CTC 466. The licensing requirements for the chairperson shall
not be waived under any circumstances. In cases where board members are individuals
outside of NAVFAC, their equivalent training (for CTC 466) will be approved by the CCO
on a case-by-case basis.
2018 Edition, through Change 1 issued 02 August 2019
98
(b) Chairpersons shall have experience serving on A-E selection boards and shall
have been briefed by the Contracting Officer and NAVFAC Counsel concerning
procurement rules and ethics.
(c) Non-licensed engineers and architects may be appointed to serve on selection
boards, evaluation boards, or evaluation teams for contracts that do NOT involve
engineering, design, construction or any oversight of design, engineering or
construction.
36.602-3 Evaluation board recommendations.
Board recommendations are considered source selection information and should be
safeguarded from unauthorized disclosure.
36.602-4 Selection authority.
Whenever the estimated total contract value exceeds $100M, slate/selection board
reports shall be forwarded via the Echelon III/IV CCO to the appropriate Echelon II
Division Director for approval. When the total contract value is under $100M,
Contracting Officers with appropriate warrant authority shall approve such reports in
accordance with Echelon III/IV procedures.
36.602-5 Short selection process for contracts not to exceed the simplified
acquisition threshold.
Contracting Officers are authorized to use the short selection processes described in
FAR Subpart 36.602-5. Firms shall be identified and evaluated exclusively from SF-
330’s submitted or currently on file.
36.604 Performance evaluation.
See NFAS 42.1503 for guidance on the preparation and distribution of performance
evaluation reports.
36.605 Government cost estimate for architect-engineer work.
For work exceeding the simplified acquisition threshold (SAT), the independent
government estimate (IGE) shall be provided to the Contracting Officer prior to receipt of
a firm's proposal.
36.606 Negotiations.
A firm shall be requested to provide as part of their proposal separate prices for
preparation of plans and specifications and for engineering services.
36.607 Release of information on firm selection.
See U.S. Code 10, Sec. 2807 for clearance requirements for 2807 Notification for
MILCON and Family Housing projects.
2018 Edition, through Change 1 issued 02 August 2019
99
36.608 Liability for Government costs resulting from design errors or deficiencies.
(a) Whenever there is a modification to a construction contract resulting from a
design deficiency in plans or specifications, the Contracting Officer shall make a written
determination of the extent to which the A-E firm may be responsible for such design
deficiency and whether any increased costs resulting from such design deficiency shall
be assessed against the A-E firm. The determination and subsequent action shall be
documented in the contract file.
(b) Where possible A-E liability is not pursued, the Contracting Officers reasons
supporting this decision shall be documented in the contract file.
(c) If the A-E firm and the construction contractor directly negotiate additional
compensation for the additional work performed by the contractor, a modification may be
issued by the Contracting Officer to extend the time for contract completion under the
construction contract.
36.609-100 Instructions for use of NAVFAC language.
(a) Use the language, “Authority,” at NFAS 1.602-1-101 in all architect-engineer
solicitations/contracts.
(b) Use the language, “Minimum and Maximum Fees [Architect-Engineer Indefinite
Quantity Contracts],” at NFAS 16.504-100(a) in architect-engineer indefinite quantity
contracts where the initial project will represent the contract minimum. The language
should be included in Section H of solicitations using Uniform Contract Format (UCF) or;
for solicitations using the CSI formats available in SPS, include the language in Division
00800 of solicitations using the undated CSI format or, if using the CSI 2012 format,
include the language in Division 00 73 00.
(c) Use the language, “Minimum and Maximum Fees [Architect-Engineer Indefinite
Quantity Contracts],” at NFAS 16.504-100(b) in architect-engineer indefinite quantity
contracts where the contract minimum is established by a dollar value and not the initial
project. The language should be included in Section H of solicitations using Uniform
Contract Format (UCF) or; for solicitations using the CSI formats available in SPS,
include the language in Division 00800 of solicitations using the undated CSI format or, if
using the CSI 2012 format, include the language in Division 00 73 00.
(d) Use the language, “Consumption Tax Exemption Procedures on Purchase of
Goods and Services by the United States Armed Forces in Japan [Japanese Law No.
108, 1988],” in all architect-engineer solicitations for services in Japan. This language
should be used in addition to FAR 52.229-6, Taxes Foreign Fixed-Price Contracts.
(e) Use the language, “Drawings Prepared by an Architect-Engineer,” at NFAS
36.609-101 in all architect engineer solicitations/contracts to be performed outside the
United States. The language should be included in Section H of solicitations using
Uniform Contract Format (UCF) or; for solicitations using the CSI formats available in
SPS, include the language in Division 00800 of solicitations using the undated CSI
format or, if using the CSI 2012 format, include the language in Division 00 73 00.
2018 Edition, through Change 1 issued 02 August 2019
100
(f) Use the language, “Key Personnel,” at NFAS 36.609-102 in architect engineer
solicitations/contracts when contractor personnel are key for performance and/or were a
factor in the selection process. The language should be included in Section H of
solicitations using Uniform Contract Format (UCF) or; for solicitations using the CSI
formats available in SPS, include the language in Division 00800 of solicitations using
the undated CSI format or, if using the CSI 2012 format, include the language in Division
00 73 00.
36.609-101 NAVFAC solicitation/contract language, Drawings Prepared by an
Architect-Engineer.
Use the following language entitled, Drawings Prepared by an Architect-Engineer,
in all architect-engineer solicitations/contracts to be performed outside the United States.
The language should be included in Section H of solicitations using Uniform Contract
Format (UCF) or; for solicitations using the CSI formats available in SPS, include the
language in Division 00800 of solicitations using the undated CSI format or, if using the
CSI 2012 format, include the language in Division 00 73 00.
DRAWINGS PREPARED BY AN ARCHITECT-ENGINEER
The engineer or architect signing the drawings must be registered in the country of
record for the architect-engineer firm or the country of the proposed construction -- as a
Professional Engineer (P.E.) or Registered Architect (R.A.). In addition, the drawings
shall be signed by a responsible person of corporate status in the architect-engineer firm
and stamped with his/her registration seal when the seal is authorized by the country
where the project is to be constructed.
(End of NAVFAC language)
36.609-102 NAVFAC solicitation/contract language, Key Personnel.
Use the following language entitled, Key Personnel,” in architect-engineer
solicitations/contracts when contractor personnel are key for performance of the contract
and/or were a factor in the selection process. The language should be included in
Section H of solicitations using Uniform Contract Format (UCF) or; for solicitations using
the CSI formats available in SPS, include the language in Division 00800 of solicitations
using the undated CSI format or, if using the CSI 2012 format, include the language in
Division 00 73 00.
KEY PERSONNEL
The Architect-Engineer (A-E) shall employ the following professional personnel to
perform the services required under this contract. Prior to starting work, the A-E will
forward to the Contracting Officer a resume for the individual(s) assigned to each
discipline to be utilized. No substitution will be made without the advance written
approval of the Contracting Officer, after he has reviewed the proposed replacement's
experience and qualifications record submitted by the architect-engineer firm with
explanation of the necessity for the change. No increase in salary rates will be allowed
when personnel substitution is authorized.
DISCIPLINE NAME JOB TITLE
(End of NAVFAC language)
2018 Edition, through Change 1 issued 02 August 2019
101
36.6100 Inspection services.
(a) General construction inspection services by the A-E firm are only permitted when
all the general inspection required for the job is procured through contract; however,
specialty inspection services that require specialized knowledge/experience/skills may
be obtained by contract even when the general inspection services are not.
(b) Inspectors may be used to check contractor compliance with labor standards
provisions provided such duties are restricted to checking and making reports to the
Contracting Officer.
(c) For environmental Comprehensive Long-Term Environmental Action, Navy
(CLEAN) contracts, the inspection services may be compensated through a cost
reimbursement contract.
2018 Edition, through Change 1 issued 02 August 2019
102
PART 37
SERVICE CONTRACTING
SUBPART 37.1SERVICE CONTRACTSGENERAL
37.102-100 Policy Government Estimate of Services cost
(a) An independent Government estimate (IGE) of services cost shall be prepared
and furnished to the Contracting Officer, prior to receipt of any proposals, and at the
earliest practicable time for contract actions anticipated to exceed the simplified
acquisition threshold (SAT). The Contracting Officer may require an IGE when the cost
of required work is not anticipated to exceed the SAT. The IGE shall be prepared in as
much detail as though the Government were competing for award and shall include a
basis of estimate, such as the source for quantities, labor rates, indirect rates, and profit.
The IGE shall be signed and dated by the personnel who prepared the IGE. The
Contracting Officer’s Representative (COR) or technical requirements generator is
responsible for preparing the IGE. The COR or technical requirements generator may
find the general guidance related to development of IGEs in the Department of Defense
COR Handbook useful when preparing the required IGE.
(b) Access to information concerning the IGE shall be limited to Government
personnel whose official duties require knowledge of the IGE. An exception to this rule
may be made during contract negotiations to allow the Contracting Officer to identify a
specialized task and disclose the associated cost breakdown figures in the IGE, but only
to the extent deemed necessary to arrive at a fair and reasonable price. The overall
amount of the IGE shall not be disclosed except as permitted by agency regulations.
37.103-100 Contracting Officer responsibility.
The Contracting Officer shall consider SeaPort for use when procuring Engineering
Services (not those procured under the Selection of Architects and Engineers statute)
and/or Program Management Services (see NMCARS Annex 22) unless an exception
applies (see NMCARS 5237.102). [This includes issuance of task orders under existing
IDIQ contracts see NFAS 16.505-100]. If SeaPort is not used and the requirement is
not excepted, a determination and findings (D&F) shall be submitted for approval by
Deputy Assistant Secretary of the Navy for Acquisition and Procurement (DASN(AP)).
The D&F shall be submitted via the Echelon III/IV Chief of the Contracting Office (CCO),
the appropriate Echelon II Division Director and the Assistant Commander for
Acquisition.
37.110 Solicitation provisions and contract clauses.
Use FAR clause 52.237-3, Continuity of Services in all NAVFAC knowledge based services
(KBS) contracts.
37.110-100 NAVFAC solicitation/contract language, Substitutions of Key Personnel.
Use the following language entitled, “Substitutions of Key Personnel,” in service contracts
when personnel are key to performance of the contract and/or were a factor in the selection
2018 Edition, through Change 1 issued 02 August 2019
103
process. The language should be included in Section H of solicitations using Uniform Contract
Format (UCF).
SUBSTITUTIONS OF KEY PERSONNEL
The Contractor shall provide complete resumes for proposed substitutes, and any additional
information requested by the Contracting Officer. Proposed substitutes should have comparable
qualifications to those of the persons being replaced. The Contracting Officer will notify the
Contractor within 15 days after receipt of all required information of the consent on substitutes.
No change in unit prices may occur as a result of key personnel substitution.
(End of NAVFAC language)
37.192 Service Acquisition Workshops (SAWs)
(a) Multi-functional teams for service acquisitions, excluding construction, with a total
estimated value (including options) of $500M or more or an annual value of $250M or more,
shall participate in a SAW or equivalent program. Procuring Contracting Officers/Chief of the
Contracting Office (PCO/CCOs) shall notify the cognizant Echelon II Division Director that a
SAW is anticipated. The Echelon II Division Director/Assistant Commander for
Acquisition/Deputy Director for Acquisition shall determine the appropriate course of action. If
determined appropriate, a SAW is required before a services Streamlined Acquisition Plan
(STRAP) will be approved. The SAW should be requested as soon as the requirement has
been identified.
(b) If the Assistant Commander for Acquisition/Deputy Director for Acquisition determines
that a waiver of a SAW is necessary, the procedures in NMCARS 5237.192 shall be completed
before the STRAP is approved.
SUBPART 37.2ADVISORY AND ASSISTANCE SERVICES
37.203 Policy.
37.203-100 Required approval.
Prior to contracting for Advisory and Assistance Services using NAVFAC line of
accounting, approval shall be obtained from Echelon II NAVFAC Financial Management
(FM) Proponent. NAVFAC Headquarter (HQ) FM approval is not required on a direct
cite from non-NAVFAC customers.
37.204 (NMCARS) Guidelines for determining availability of personnel.
A Determination and Findings (D&F) that personnel with the required training and
capabilities are not readily available within the agency or other Federal agencies (as
defined by FAR 2.101) to conduct evaluations or analysis of proposals for an initial
contract award shall be approved by the Assistant Commander for Acquisition via the
appropriate Division Director. This D&F is required for the use of any third-party
personnel to conduct evaluations or analysis of proposals through a contract or any
other means, whether paid or unpaid.
2018 Edition, through Change 1 issued 02 August 2019
104
SUBPART 37.3DISMANTLING, DEMOLITION OR REMOVAL OF IMPROVEMENTS
37.302 Bonds or other security.
(a) A contract for demolition or timber cutting to clear an area to permit new
construction shall include Bonds statute bonds. However, if the demolition is part of an
environmental cost-reimbursement contract, Bonds statute bonds are not required.
(b) Bid security shall be 20 percent of the estimated cost of demolition, exclusive of
salvage.
(c) A performance bond shall be required in a minimum amount of 50 percent of the
estimated cost of demolition, exclusive of salvage.
SUBPART 37.5MANAGEMENT OVERSIGHT OF SERVICE CONTRACTS
37.502 Exclusions.
(b) For NAVFAC EXWC ONLY: As authorized under FY2017 NDAA Section 233
Pilot Program for the Enhancement of the Research, Development, Test and Evaluation
Centers, Phase II, Sprint 1 (Section 233), the NMCARS requirement to use NMCARS
Annex 21 MOPAS-S for supply contracts when incidental services are greater than the
SAT is waived.
37.504 Contracting Officer’s Responsibilities.
(a) All acquisitions of services valued in excess of the SAT shall comply with the
policy and procedures in NMCARS 5207.103(j) and (1) and in NFAS 7.103 unless
(1) The Department of Defense Instruction (DoDI) Number 5000.74
does not apply; or
(2) Exempted by DoDI 5000.74.
(3) For NAVFAC EXWC ONLY: Actions under $2,000,000 (including task or delivery
orders) may utilize the acquisition development plan in NAVFAC BMS in lieu of
NMCARS Annex 21, MOPAS-S as authorized under FY2017 NDAA Section 233 Pilot
Program for the Enhancement of the Research, Development, Test and Evaluation
Centers, Phase II, Sprint 1 (Section 233). Approval authorities remain the same as in
the table below.
(b) Use NMCARS Annex 21, MOPAS-S, for all service acquisitions (which may
include but is not limited to architect-engineering (A-E), commercial services, base
operations support (BOS) or facility support services such as custodial, equipment
maintenance and repair, guard services, etc.,) over the SAT up to but less than $50M for
all years or up to but less than $25M for any fiscal year, including task orders.
Exception: In-scope task orders using only pre-priced line items under NAVFAC IDIQ
contracts do not require a MOPAS-S document.
(c) Use NMCARS Annex 20, ISTRAP-M, for all service acquisitions $25M or more in
a fiscal year or $50M or more for all years unless preparing on a programmatic basis
then use NMCARS Annex 19, PSTRAP-M.
Review and approval of the MOPAS-S for performance and non-performance based
service acquisitions valued between SAT and $50M is delegated as follows:
2018 Edition, through Change 1 issued 02 August 2019
105
APPROVAL REQUIREMENTS FOR MOPAS-S
Total Planned
Dollar Value
Requirements
Review
Decision
Authority/Approval
> SAT up to & incl $25M (all
years)
Requiring
Activity
Procuring
Contracting Officer
(PCO)
Level above PCO
> $25M up to but less than
$50M (all years)
Requiring
Activity
Contracting Officer a
level above the
Contract Specialist
Echelon III/IV
Division Director
Refer to NFAS 7.103(e) for approval levels for STRAP documents for service
acquisitions $50M or more for all years or $25M or more for any fiscal year.
(d) MOPAS-S does not apply to contracts for construction, or for utility contracts
providing natural gas, electricity, water and wastewater treatment processing at other
than Government owned generation, production or treatment facilities. Similarly,
MOPAS-S does not apply to contracts for the provision of energy conservation services
using Energy Savings Performance Contracts or Utility Energy Service Contracts.
However, market research and acquisition planning must be performed and documented
for all requirements.
SUBPART 37.100FACILITIES SUPPORT CONTRACTING
37.1000 Contract format.
All facility support contract actions in excess of the SAT must utilize NAVFAC’s
FSC/BOS Template as applicable. The Contracting Officer should consult with the
cognizant Public Works Business Line Point of Contact to ensure strict compliance with
Template guidance and, if applicable, ensure any waivers have been requested and
approved prior to accepting the Performance Work Statement (PWS).
37.1002 Evaluation of contractor performance.
See NFAS 42.1503 for guidance on the preparation and distribution of performance
evaluation reports.
37.1003 Instructions for use of NAVFAC language.
(a) Use the language, “Authority,” at NFAS 1.602-1-101 in all service
solicitations/contracts (including facilities support, BOS, and knowledge based services).
The language should be included in Section H of solicitations using Uniform Contract
Format (UCF).
(b) Where proposals are to be accepted on an all or none basis, the Contracting
Officer shall include the language at NFAS 15.209-100, in Section L of the solicitation.
(c) Use the language, “NOTICE OF BONDING REQUIREMENTS,” at NFAS 28.102-
3-100 in other than construction solicitations requiring bonds. The language should be
2018 Edition, through Change 1 issued 02 August 2019
106
used in conjunction with FAR Clause 52.228-16, Performance and Payment Bonds
Other than Construction.
(d) Use the language, “Consumption Tax Exemption Procedures on Purchase of
Goods and Services by the United States Armed Forces in Japan [Japanese Law No.
108, 1988],” in all service solicitations/contracts for services in Japan. This language
should be used in addition to FAR 52.229-6, TaxesForeign Fixed-Price Contracts.
(e) Use the language, “SUBSTITUTIONS OF KEY PERSONNEL,” at NFAS 37.110-
100 in service contracts when personnel are key to performance of the contract and/or
were a factor in the selection process. The language should be included in Section H of
solicitations using Uniform Contract Format (UCF).
SUBPART 37.101FORESTRY CONTRACTING
37.1010 NAVFAC policy.
(a) Service contracts. Reforestation, timber stand improvement, or fire prevention
shall be accomplished in accordance with the provisions of NFAS Subpart 37.100.
(b) Timber sale contracts. Sale contracts shall be accomplished in accordance with
applicable provisions of the Federal Management Regulation
, Subchapter BPersonal
Property, Part 102-38Sale of Personal Property.
(c) Sales and service-type work shall not be combined under one contract, but shall
be accomplished by separate contracts.
SUBPART 37.3100DISMANTLING, DEMOLITION, OR REMOVAL OF
IMPROVEMENTS
37.3100 NAVFAC policy.
(a) No demolition contract shall be executed until the requiring activity has complied
with the requirements of the Federal Management Regulation
, Subchapter CReal
Property, Part 102-75Real Property Disposal and the current version of SECNAVINST
11011.47.
(b) The Uniform Contract Format (UCF) will be utilized for contracts solely for
dismantling, demolition, or removal of improvements and the Construction Specifications
Institute (CSI) format utilized for contracts with follow-on construction.
(c) When payment is made to the government, the payment check and a conformed
copy of the contract shall be transmitted to the local disbursing officer as promptly as
possible. The Contracting Officer shall request the disbursing officer to hold the check in
a suspense account until such time as the Contracting Officer is certain that no
modifications to the contract that result in a refund to the contractor will be required.
PART 38
FEDERAL SUPPLY SCHEDULE CONTRACTING
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
107
PART 39
ACQUISITION OF INFORMATION TECHNOLOGY
39.002 Definitions.
"Information technology (IT)means any equipment or interconnected system or
subsystem of equipment that is used in the automatic acquisition, storage, manipulation,
management, movement, control, display, switching, interchange, transmission, or
reception of data or information. This includes computers, ancillary equipment, software
firmware and similar procedures, services (including support services), and related
resources.
An "information system (IS)" is a combination of elements that shall function together
to produce the capabilities required to fulfill a mission need, including hardware, ancillary
equipment, software or any combination thereof, but excluding construction or other
improvements to real property.
“Platform information technology (PIT)” refers to computer resources, both hardware
and software, that are physically part of, dedicated to, or essential in real time to the
mission performance of special purpose systems. PIT detects or causes a change
through the direct monitoring and/or control of physical devices, processes and events in
the enterprise. Industrial control systems, including building control systems, and utility
control systems, are examples of PIT used in building energy management (HVAC) and
utility systems for generation, transmission, distribution, and collection of such
infrastructure as water, steam, electrical, etc. IT products, when purposed for PIT,
become PIT products. Weapons systems PIT are not included.
SUBPART 39.1GENERAL
39.101 Policy.
(a) Engineering and Expeditionary Warfare Center (EXWC) has unlimited authority to
procure IT resources. EXWC must still seek review and approval in accordance with
NFAS 1.690. The approval levels at NFAS 1.690 are not redelegable.
(b) Echelon III/IV, other than EXWC, are delegated authority to procure IT resources
up to the simplified acquisition threshold (SAT) level.
(c) NAVFAC Headquarters (HQ) is supported by NAVFAC EXWC for all IT
procurements at any dollar value.
(d) NAVFAC Atlantic and Pacific Chief of the Contracting Office (CCOs) may request
a waiver on a case-by-case basis for increased IT procurement authority. The waiver
shall address that the request has been coordinated with the EXWC CCO and document
the rationale why the waiver is required. The waiver shall be requested via email with a
copy to the EXWC CCO, through the cognizant HQ Division Director for approval by the
Assistant Commander for Acquisition/Deputy Director for Acquisition.
(e) Echelon III/IV have the authority to procure PIT within the dollar thresholds
established for Contracting Officer warrants in NFAS 1.603-2.
2018 Edition, through Change 1 issued 02 August 2019
108
(f) Only Contracting Officers having specific IT procurement authority designated on
their warrant shall procure IT resources.
(g) NAVFAC Headquarters Information System (IS) approval is still required for IT
and PIT acquisitions.
PART 40
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
109
PART 41
ACQUISITION OF UTILITY SERVICES
SUBPART 41.1GENERAL
41.102 Applicability.
(a) Rubbish removal/trash collection.
(1) The collection and removal of garbage, trash and rubbish are typically
considered to be service type requirements covered by the Service Contract Labor
Standards statute (29 CFR 4.130). However, where this service is regulated under
State, local, or Federal law governing operations of public utility enterprise and the
wages paid employees are controlled by a governmental body, the federal government
contracts with a local governmental body to provide the service and there is no
opportunity to compete this requirement, it may be considered a public utility service
exempt from the Service Contract Labor Standards statute (29 CFR 4.115).
(2) If the service is controlled and provided by a governmental body through a
franchised or similar mechanism to restrict who may perform the service and the federal
government must contract with only authorized providers, the service is exempt from the
Service Contract Labor Standards statute provisions.
(3) Contracts entered into with public utility companies to furnish services through
the use of service employees, other than those employees subject to the governmental
rate requirements, are not exempt from the Service Contract Labor Standards statute
(29 CFR 4.120).
(b) Miscellaneous community services. Military activities located within corporate or
geographical limits of governmental units are entitled to the same community services
that are provided to the public generally without charge when such services are
supported by taxation. These services may include fire and police protection, snow
removal, street cleaning or other miscellaneous community type services. However, if
these services are furnished to the public on a contractual basis, or are provided the
military activity outside the corporate limits, they may be obtained by contract on a
reimbursable basis. All questions concerning the propriety of obtaining these type
services by contract should be coordinated with NAVFAC Counsel or coordinated with
the NAVFAC Acquisition Proponent.
(c) Sale of utility service to private parties. NAVFAC Contracting Officers are
authorized to execute contracts for the sale of utility services to private parties
authorized by NAVCOMPT Manual 035875 and prevailing policy governing these
actions. NAVFAC Form 4330/16, Utility Sales Contract,may be used as appropriate.
(d) Notwithstanding the prohibition of obtaining community services by contract from
governmental units, military installations subject to base closure may be eligible for
certain types of services under cooperative agreements. NAVFAC Acquisition
Proponent should be contacted for information concerning special rules affecting bases
to be closed.
2018 Edition, through Change 1 issued 02 August 2019
110
41.103 Statutory and delegated authority.
(a) Echelon III Commanders/Commanding Officer/Echelon IV Commanding Officers
have been delegated authority to contract for utility services for periods up to 10 years in
accordance with the authority delegated to the Department of Defense by General
Services Administration (GSA) in accordance with 40 U.S.C. 501. The overall term of a
utility services contract using 40 U.S.C. 501 shall be no more than 30 years, inclusive of
the base and all options.
(b) 10 U.S.C 2913 as implemented by the Secretary authorizes military departments
to enter into agreements with gas or electric utilities to design and implement cost-
effective demand and conservation incentive programs (including energy management
services, facilities alterations, and the installation and maintenance of energy saving
devices and technologies by the utilities) to address the requirements and circumstances
of the installation.
Further the Secretary of Defense may authorize any military installation to accept
any financial incentive, goods, or services generally available from a gas or electric
utility, to adopt technologies and practices that the Secretary determines are in the
interests of the United States and consistent with the energy performance goals for the
Department of Defense.
However, this authority to enter agreements or accept incentives, goods or
services does not preclude the requirement to seek competition if appropriated funds are
to be expended to study, design or implement energy conservation measures. The
authority provided by the statute in and of itself does not justify or permit entering into a
sole source contract with the utility. Each proposed non-competitive award must be
publicly announced in accordance with FAR 5.207 and if appropriate subsequently
supported with a Justification and Approval (J&A) prepared in accordance with the
requirements of FAR Part 6.3. Further, any resulting Utility Energy Service Contracts
(UESC) are NOT utility contracts but must contain those clauses normally included in
contracts for construction or services as appropriate.
While GSA permits UESC actions to be awarded on their area wide utility
agreements, as a matter of policy, all NAVFAC actions shall be awarded as stand-alone
actions in order to accommodate requirements to properly report this work and
distinguish it from true utility type requirements.
(c) 42 U.S.C. 8287, as modified by the Energy Policy Act of 1992, authorizes energy
savings contracts with terms up to 25 years.
SUBPART 41.2ACQUIRING UTILITY SERVICES
41.201 Policy.
(a) Energy Savings Performance Contracts.
(1) The Naval Facilities Engineering and Expeditionary Warfare Center (EXWC)
at Pt. Hueneme, CA is the only NAVFAC contracting office currently authorized to award
Energy Savings Performance Contracts authorized by 42 U.S.C. 8287 as modified by
the Energy Policy Act of 1992.
2018 Edition, through Change 1 issued 02 August 2019
111
(2) These special authorities are not yet incorporated in the FAR and rules
governing the application and use of these special authorities are found in various
Executive Orders, Department of Energy final rules, and other assorted instructions and
documents. Questions concerning use of these special authorities should be directed to
EXWC or NAVFAC Acquisition Proponent.
(3) Use of Department of Energy area-wide Energy Savings Performance
Contracts are subject to the procedures governing the Economy Act transfers outside
the Department of Defense.
(4) Frequently, contracts awarded subject to these special authorities do not
specify a contract value. For the purposes of establishing approval thresholds, the
estimated value of the maximum capital investment shall be used to determine the
appropriate approval authority.
(b) Existing contracts. Actions to correct existing contracts which may not now be
considered inappropriate for award under the provisions of FAR Part 41 (i.e., trash
collection, cable television, telecommunication services, etc.) are left to the discretion
and judgment of the cognizant Contracting Officer. Contracting Officers should
coordinate closely all new contract actions with NAVFAC Counsel to assure new awards
are consistent with current law and regulation.
(c) Contract modifications. Proposed modifications to existing contracts to reduce
utility costs by establishing reduced rates (not subject to regulation) or alternate terms
and conditions are subject to the same review and approval thresholds as are any other
contract action having a similar value. In those situations, where the contract has no
fixed term (indefinite term utility contracts), the term shall be considered to be five years
for purposes of establishing the contract value for determining review and approval
thresholds. Proposed modifications which change regulated rates are not subject to any
review and approval beyond that locally established.
(d) Advance payments. Any requirement to include provisions for advance payments
in a utility contract shall be referred to the NAVFAC Acquisition Proponent. Each
request shall document that no other means of financing is available and all attempts to
negotiate other payment terms were unsuccessful.
41.202 Procedures.
(a) Procurement of utility services, particularly electricity, is significantly affected by
state law and regulation. Contracting Officers are responsible for maintaining an
awareness of local regulations governing the acquisition of utility services and the
feasibility of competing utility requirements as state laws are changed and utilities
become deregulated.
(b) A J&A should be available supporting each contract awarded without competition.
Where utility services are procured under an indefinite term agreement, a new J&A
should be prepared annually.
(c) GSA areawide contracts for utility services may be used after performing the
procedures in FAR 41.202.
2018 Edition, through Change 1 issued 02 August 2019
112
(d) Power purchase agreements (PPA) shall only be awarded as a stand-alone and
may include multiple sites under a single award.
SUBPART 41.4ADMINISTRATION
41.401 Monthly and annual review.
Upon completion of the annual review, the Contracting Officer shall make a written
determination that the rates are fair and reasonable for the type of service provided.
41.4100 Contract records.
(a) The Contracting Officer shall maintain a record of all utility contracts to include
contract number, name of contractor, activity served, type of service and other pertinent
information relating to the characteristics of the service and the circumstances under
which it is furnished. This record should also contain:
(1) monthly records of billing data for accounts over $25,000 per year abstracted
from invoices;
(2) a complete current inventory of all company-owned facilities and equipment
installed at each activity; and
(3) a current file of the rates, rules, and regulations under which service is
furnished to the public by the various contractors, including abstracts of special contracts
with industrial or other customers.
(b) The using activity shall be instructed to submit annually to the contracting activity
a tabulation of the billing data including units of consumption and the amount of billings
for all accounts $25,000 or less per year.
(c) Records of outages, their durations and causes, meter tests, changes, and
adjustments should be maintained until all required contract administrative actions have
been completed and the final payment made.
2018 Edition, through Change 1 issued 02 August 2019
113
PART 42
CONTRACT ADMINISTRATION AND AUDIT SERVICES
SUBPART 42.2CONTRACT ADMINISTRATION SERVICES
42.202 Assignment of contract administration.
(a) Delegating functions. Cognizant Procuring Contracting Officers (PCOs) shall,
when appropriate, formally delegate in writing to a Contract Administration Office (CAO),
i.e. Facilities Engineering and Acquisition Division (FEAD), Resident Officer in Charge of
Construction (ROICC), or Defense Contract Management Agency (DCMA), specific
contract administration functions or specialized support services, as outlined in and in
accordance with FAR 42.302 and DFARS 242.302. The delegation shall include all the
specific information listed at FAR 42.202(b) through (f). The delegation should outline all
specific or additional functions or services delegated and shall also include any functions
or services that are not delegated to the CAO and retained by the PCO.
(b) Special instructions. As necessary, the Contracting Officer also shall advise the
contractor (and other activities as appropriate) in writing of contract administration
delegated to a CAO and any functions withheld from or additional functions delegated to
the CAO.
42.202-100 Contracting Officer’s representatives.
See NFAS 1.602-2 for appointment and responsibilities of Contracting Officer
Representatives (CORs), Contracting Officer Authorized Representatives (COARs), and
Ordering Officers.
SUBPART 42.12NOVATION AND CHANGE-OF-NAME AGREEMENT
42.1202 Responsibility for executing agreements.
If the novation agreement affects contracts other than those of the activity, the
documentation shall be forwarded to the Echelon III/IV Chief of the Contracting Office
(CCO) or the appropriate Echelon II Division Director, as appropriate, for action.
SUBPART 42.15CONTRACTOR PERFORMANCE INFORMATION
42.1503 Procedures.
42.1503-100 Preparation and use of contractor performance evaluation reports.
(a) All contracts/contract actions that meet Contractor Performance Assessment
Reporting System (CPARS) reporting requirements shall include the following statement
in the solicitation:
“Contractor’s performance will be evaluated using the respective contractor
performance evaluation report entry system located on the website
http://www.cpars.gov/
. Prior to commencement of work the contractor is
2018 Edition, through Change 1 issued 02 August 2019
114
required to provide the government with the name, phone number and
e-mail address of the “Contractor’s Representative” that will be responsible for
receipt and review of draft performance evaluations prepared by the
government in the appropriate system. It is the contractor’s responsibility to
keep this contact information current.”
(b) Unless otherwise stated, performance evaluations shall be initiated promptly
upon the completion of work, at the end of an evaluation period, or when the need to
initiate an evaluation is identified. Evaluation reports shall be completed and finalized in
CPARS within 120 days from completion or evaluation period.
(c) Architect-Engineer (A-E) Contracts.
(1) For Design Build construction contracts see requirements under Construction
Contracts below.
(2) For A-E contractors that are designers of record for construction contracts,
prepare two final evaluations in CPARS for the A-E’s performance. One final evaluation
at the completion of the design contract and one final evaluation for the A-E’s
performance of construction contract support services at the completion of the
construction contract.
(d) Construction Contracts.
(1) For Design Build construction contracts, a brief evaluation of the A-E’s
performance shall be provided in the remarks section of the construction contractor’s
final CPARS performance evaluation. This information is to be provided by the NAVFAC
office responsible for design review.
(2) See paragraph (b)(2) above for requirements on preparing a performance
evaluation on construction contract support services provided by an A-E.
(3) Completed final evaluations are due within 60 days after the Beneficial
Occupancy Date (BOD).
(e) All contracts terminated for default must be documented in CPARS.
2018 Edition, through Change 1 issued 02 August 2019
115
PART 43
CONTRACT MODIFICATIONS
SUBPART 43.1GENERAL
43.102 Policy.
43.102-100 Execution of modifications.
(a) General.
(1) Bilateral modifications shall not be executed by the government until after
execution by the contractor. If the contractor places conditions on the modification, a
written reply shall immediately be sent to the contractor stating that the government will
not execute the modification as returned and will treat it as null and void.
(2) All firm fixed price supplemental agreements shall include the following
statement unless waived by the Echelon III/IV Chief of the Contracting Office (CCO):
"Acceptance of this modification by the contractor constitutes an
accord and satisfaction and represents payment in full for both time
and money and for any and all costs, impact effect, and for delays
and disruptions arising out of, or incidental to, the work as herein
revised."
(3) A government estimate is not required for contract modifications under the
simplified acquisition threshold (SAT). However, in the absence of a government
estimate, a determination of price reasonableness must still be made in accordance with
local procedures.
(4) Prior to final payment and contract closeout, a unilateral modification shall be
prepared to adjust the contract price for any liquidated damages assessed against the
contractor.
(5) If a modification includes both additions and deductions, the absolute dollar
value determines the warrant level required for approval or execution (e.g., the absolute
dollar value of an action that adds $500,000 of work and deducts $200,000 of work is
$700,000.)
(b) Facilities support contract modifications.
(1) If labor requirements are affected by out-of-scope work, a new Service
Contract Act (SCA) wage determination must be requested and made a part of the
modification.
(2) A unilateral modification shall be issued to adjust the contract price for
unperformed work.
(c)Construction contract modifications. All modifications must include either an
adjustment of the contract completion date or the statement: “Extension of contract time
is not required by reason of this modification.
2018 Edition, through Change 1 issued 02 August 2019
116
SUBPART 43.2CHANGE ORDERS
43.201 (NMCARS) General.
(a) The policies and procedures of DFARS 217.74 and NFAS 17.74 as outlined in
this subpart shall be applied to all undefinitized change orders.
(b) Refer to NFAS 32.702(b) for guidance on funding construction modifications on
contracts that were awarded in a prior fiscal year.
43.201-100 Policy.
(a) It is NAVFAC policy to negotiate in advance the cost and time associated with all
contract changes except in unusual circumstances where it is not possible as a
consequence of the character of the changed work. In those instances, an undefinitized
change order may be issued in accordance with the policies and procedures outlined
below.
(b) The following elements of DFARS 217.74 and NFAS 17.74 shall be applied to all
undefinitized change orders, except value engineering change proposals:
(1) Ensure undefinitized change orders are issued only when:
(i) The negotiation of a definitive in-scope modification is not possible in
sufficient time to meet the Government's requirements; and
(ii) The Government's interest demands that the contractor be given a binding
commitment so that performance can begin immediately.
(2) Ensure undefinitized change orders are as complete and definite as
practicable under the particular circumstances.
(3) A Not-To-Exceed (NTE) ceiling price shall be established for each
undefinitized change order, unless a written determination is made by the CCO to waive
the NTE amount. The NTE ceiling price may be adjusted by modification during the
performance if circumstances warrant, but shall not be exceeded at definitization.
(4) Each undefinitized change order shall include a definitization schedule that
provides for definitization by (i) or (ii) below, whichever occurs earlier:
(i) The date that is 180 days after issuance of the undefinitized change order.
This date may be extended but may not exceed the date that is 180 days after the
contractor submits a qualifying proposal; or
(ii) The date on which the amount of funds obligated on the undefinitized
change order is equal to more than 50 percent of the not-to-exceed price.
(5) Ensure a qualifying proposal is submitted by the contractor in accordance
with the definitization schedule. If the contractor does not submit a timely qualifying
2018 Edition, through Change 1 issued 02 August 2019
117
proposal, the contracting office may suspend or reduce progress payments under FAR
32.503-6, or take other appropriate action.
(6) Approval Authority:
(i) Only Contracting Officers having specific undefinitized contract action
authority (UCA) designated on their warrant shall execute undefinitized change orders,
unless delegated one-time authority on a case-by-case basis.
(ii) See 17.7404-1 for approval levels for UCA actions.
(7) Echelon III/IV CCO:
(i) Provide management oversight of undefinitized change orders issued by
the Echelon III/IV activities and field activities under their cognizance to:
(ii) Ensure appropriate use of the instrument.
(iii) Apply management attention to backlog.
(iv) Establish a definitization schedule.
(c) When the government and the contractor cannot reach agreement on the cost
and time associated with changed or additional work, a unilateral definitized change
order may be issued to direct the contractor to proceed with the work despite the
absence of a forward priced agreement of equitable adjustment. In such circumstances,
the unilateral definitized change order shall contain an equitable adjustment to the
contract, both in terms of time and money, in amounts thought to be reasonable by the
Contracting Officer. The equitable adjustment to the contract should be broken down in
sufficient detail to clearly document the basis for the Contracting Officer’s determination
of what was reasonable should the contractor seek additional compensation via the
disputes provisions of the contract. Unilateral definitized change orders shall be
approved at the level designated for the Post-Negotiation Business Clearance/Post-
Negotiation Memorandum. However, for actions up to and including the SAT, the
Contracting Officer with appropriate management and oversight of the individual
assigned the action shall provide approval.
43.201-101 Use of Lean Modification Process for actions up to SAT.
(a) It is NAVFAC policy to utilize the lean modification process for ALL in-scope
bilateral modifications up to the SAT. The lean process has been determined to be the
most efficient and effective means to process these lower dollar value modifications.
The lean modification process is detailed in Business Management System (BMS)
Process S- S-17.4.4.2 Bilateral - Modifications Under SAT Using Lean.
43.204 (NMCARS) Administration.
43.204-70-7 (NMCARS) Plans and reports.
See NFAS 17.7405(a)(2) for reporting requirements.
2018 Edition, through Change 1 issued 02 August 2019
118
PART 44
SUBCONTRACTING POLICIES AND PROCEDURES
SUBPART 44.2CONSENT TO SUBCONTRACTS
44.202 Contracting Officers evaluation.
44.202-1 (FAR) Responsibilities.
44.202-1-100 Post award subcontractor changes.
(a) Post award subcontractor changes pursuant to FAR 52.244-2 Subcontracts or
FAR 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-
Engineer Services) shall be conducted as follows:
(i) The Contracting Officer and Program Manager (or equivalent) shall evaluate
the contractor’s request and supporting data to ensure the subcontractor(s) meets
contract requirements and the information clearly presents the business case for the
change of the subcontractor(s).
(ii) The proposed change shall be approved one level above the Contracting
Officer upon concurrence of individuals specified in subparagraph (i) above, as
applicable.
(iii) The Contracting Officer shall modify the contract or task/delivery order to
reflect the approved change of subcontractor(s) and document the official contract file
accordingly.
2018 Edition, through Change 1 issued 02 August 2019
119
PART 45
GOVERNMENT PROPERTY
SUBPART 45.1GENERAL
45.103 General.
45.103-73 Contracting Officer responsibilities.
(ii) Government-furnished property compliance is required to be reported quarterly.
Echelon III activities shall consolidate the information for its area of responsibility (AOR)
and submit a report by the end of each month following the end of each fiscal quarter (30
January, 30 April, 30 July, 30 October), via email to the Echelon II People, Process and
Policy Director. NFAS Appendix A summarizes all reporting requirements.
SUBPART 45.70(DFARS) APPOINTMENT OF PROPERTY ADMINISTRATORS
AND PLANT CLEARANCE OFFICERS
45.7001 Selection, appointment and termination.
(a) The Contracting Officer shall designate a property administrator for each contract
involving government property furnished to or acquired by the contractor.
(b) All property administrators shall be members of the Defense Acquisition
Workforce and shall attend the DoD training course for property administrators.
NAVFAC Contracting Officers shall obtain assurance from customers that properly
trained property administrators (if required) will be available prior to the issuance of any
solicitation for customer requirements.
2018 Edition, through Change 1 issued 02 August 2019
120
PART 46
QUALITY ASSURANCE
SUBPART 46.1GENERAL
46.104 Contract administration office responsibilities.
Quality assurance responsibilities should be assigned by the Contracting Officer
according to the quality assurance needs, regardless of the type of contract.
SUBPART 46.2CONTRACT QUALITY REQUIREMENTS
46.202 Types of contract quality requirements.
46.202-2 Government reliance on inspection by contractor.
Refer to the Capital Improvements Business Line for guidance on its construction
quality management program.
46.202-2-100 Construction Surveillance and Inspection (Title II) services.
Refer to the Capital Improvements Business Line for guidelines for architect-engineer
(A-E) construction and inspection (Title II) services.
SUBPART 46.4GOVERNMENT CONTRACT QUALITY ASSURANCE
46.4100 NAVFAC contract quality assurance requirements.
Refer to the appropriate Business Line for specific quality control (QC) and quality
assurance (QA) requirements for the construction quality management program, A-E
construction and inspection (Title II) services, and environmental contract quality
management.
SUBPART 46.7WARRANTIES
46.704 Authority for use of warranties.
All warranties shall be standard or customary in the trade unless a Level III
Contracting Officer has made a written determination documenting that the extra
warranty protection is needed.
2018 Edition, through Change 1 issued 02 August 2019
121
PART 47
TRANSPORTATION
SUBPART 47.5OCEAN TRANSPORTATION BY U.S.FLAG VESSELS
47.574 (DFARS) Solicitation provisions and contract clauses.
(a) DFARS Clauses 252.247-7022 Representation of Extent of Transportation by
Sea, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of
Transportation of Supplies by Sea shall be included in full text in all overseas
construction solicitations and contracts.
PART 48
VALUE ENGINEERING
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
122
PART 49
TERMINATION OF CONTRACTS
SUBPART 49.1GENERAL PRINCIPLES
49.101 Authorities and responsibilities.
49.101-100 Reporting requirements.
A log shall be kept of all contracts terminated.
SUBPART 49.4TERMINATION FOR DEFAULT
49.402 Termination of fixed-price contracts for default
49.402-3 Procedure for default.
(a) Contracts shall be terminated by Contracting Officer's Final Decision with a copy
to the appropriate Echelon II Division Director.
(b) Each Echelon III/IV activity shall maintain a tracking system to assure that
applicable field office completion reports, initial and follow-up demand letters, and when
appropriate, files forwarded to NAVCOMPT for nonpayment are done in a timely
manner.
(c) The title block of a completion contract shall contain a statement: “This contract is
for completion of defaulted contract #______________________.
49.402-8 (NMCARS) Reporting information.
The Echelon II People, Process and Policy Director shall be copied on the email to
the Assistant General Counsel (Acquisition Integrity) (AGC(AI)) when submitting a copy
of the Federal Awardee Performance and Integrity Information System (FAPIIS) entry
required by NMCARS 5249.402-8.
49.403 (NMCARS) Termination of cost-reimbursement contracts for default.
The Echelon II People, Process and Policy Director shall be copied on the email to
the AGC (AI) when submitting a copy of the FAPIIS entry required by NMCARS
5249.403.
49.405 Completion by another contractor.
49.405-100 Four-party agreements.
If the surety for a failing contractor, prior to termination and with the consent of the
failing contractor, offers another firm to take over the work, this shall be accomplished by
a four-party agreement (government, existing contractor, new contractor, and surety),
patterned after the novation agreement set forth in FAR 42.1204. The surety must state
2018 Edition, through Change 1 issued 02 August 2019
123
in the agreement that the existing performance and payment bonds extend to and cover
all work by the new contractor, or new bonds must be issued.
SUBPART 49.70SPECIAL TERMINATION REQUIREMENTS
49.7001 (NMCARS) Congressional notification on significant contract
terminations.
(2) When a decision to terminate is contemplated, the Echelon III/IV Chief of the
Contracts Office (CCO) shall forward the required documentation to the appropriate
Echelon II Division Director for review and further dissemination to Deputy Assistant
Secretary of the Navy for Acquisition and Procurement (DASN(AP)) as required by
NMCARS 5249.7001(3). The appropriate Echelon II Division shall ensure that the
Echelon II People, Process and Policy Director is copied on the email DASN(AP).
PART 50
EXTRAORDINARY CONTRACTUAL ACTIONS AND THE SAFETY ACT
(RESERVED)
PART 51
USE OF GOVERNMENT SOURCES BY CONTRACTORS
(RESERVED)
2018 Edition, through Change 1 issued 02 August 2019
124
PART 52
SOLICITATION PROVISIONS AND CONTRACT CLAUSES
SUBPART 52.1INSTRUCTIONS FOR USING PROVISIONS AND CLAUSES
52.101 (NMCARS) Using Part 52.
The NMCARS 11-digit numbering system is used for NAVFAC provisions and
clauses, using the last four digit sequential numbers of 9300 through 9399.
SUBPART 52.2TEXTS OF PROVISIONS AND CLAUSES
52.200 [Removed and Reserved]
5252.209-9300 [Removed and Reserved]
5252.236-9301 [Removed and Reserved]
5252.236-9310 [Removed and Reserved]
2018 Edition, through Change 1 issued 02 August 2019
125
PART 53
FORMS
SUBPART 53.2PRESCRIPTION OF FORMS
53.200 Scope of subpart.
The FAR/DFARS/NMCARS and NFAS prescribe forms for use in acquisition.
Copies of Standard, Optional and DoD forms may be obtained from the following
websites:
General Services Administration (GSA) Forms Library, Standard and Optional Forms
http://www.gsa.gov/portal/forms/type/TOP
DoD Electronic Forms
http://www.dtic.mil/whs/directives/infomgt/forms/formsprogram.htm
SUBPART 53.3ILLUSTRATION OF FORMS
53.300 Scope of subpart.
This subpart provides an illustration of NAVFACENGCOM forms that may be used in
the acquisition process:
Form Number Form Name
4330/7 Contractor’s Release
4330/14 Assignee’s Release
4330/16 Utility Sales Contract
4330/36 Construction Contract Non-Compliance Notice
4330/46 Expanded Performance Requirements Summary
4350/1 Labor Standards Enforcement Report
4350/2 Employee Claim for Restitution of Wages
7300/30 Contractor’s Invoice
7300/31 Contract Performance Statement
7300/32 Prompt Payment Certification and Deduction
2018 Edition, through Change 1 issued 02 August 2019
126
APPENDIX ANAVFAC REPORTING REQUIREMENTS
The matrix shown below is a summary of required reports, followed by special reporting
formats. Unless otherwise noted, all reports shall be submitted to the Echelon II
designated representative.
REPORT MATRIX
REPORT TITLE
REFERENCE
DUE DATE TO HQ
Monthly Peer Review Forecast NFAS 1.170(h) 15
th
of the month
Monthly
Monthly Contract Closeout Metric
Report
NFAS 4.804-1 (S-90) 15
th
of the month
Quarterly Ratification Reporting NFAS 1.602-3(e)(2)
20 Jan 20 Apr
20 Jul 20 Oct
Quarterly Verification and Validation (V&V) Report NFAS 4.604(3)(i)
1 Feb 1 May
1 Aug 1 Nov
Quarterly Bridge Contract Awards NFAS 6.304-101(d)
15 Jan 15 Apr
15 Jul 15 Oct
Quarterly
HCA determination to award in
accordance with FAR 15.403-3(a)(4)
NFAS 15.403-3(d)
20 Jan 20 Apr
20 Jul 20 Oct
Quarterly GFP Compliance Report NFAS 45.103-73(ii)
30 Jan 30 Apr
30 Jul 30 Oct
Semi-
Annual
Consolidated Undefinitized Contract
Actions (UCA) Management Report
NFAS 17.7405(a)(2)
10 Apr
10 Oct
Semi-
Annual
Labor Standards Enforcement Report NFAS 22.406-13
15 Apr
15 Oct
Semi-
Annual
Unpriced Change Order Report
(Combined with Consolidated UCA
Management Report)
NFAS 43.204-70-7
10 Apr
10 Oct
Annual Warrants Annual Report NFAS 1.603-3(d) 3 Dec
Annual Internal Business Assessment NFAS 1.691-2-101 20 Mar
Annual
Contract Action Report, Data
Verification and Validation (V&V)
Certification
NFAS 4.604-3(ii) 1 Nov
Annual Long Range Acquisition Forecast NFAS 5.404 10 Jun
Annual
Competition Report, including project
competition goal for current year
NFAS 6.502(b)(2) 15 Dec
Annual
Report on Pilot Program for Acquisition
of Military-Purpose Nondevelopmental
Items
NFAS 12.7102-2(a) 1 Oct
Annual
Truth in Negotiation Act (TINA) Waivers
valued $19.5M or more and Commercial
Item Exceptions to Cost/Pricing Data
valued $19.5M or more
NFAS 15.403-1(c)(4)(B) 15 Oct
Annual Inter-Intra Agency Logs NFAS 17.502-2(d) 10 Nov
Annual
DoE Work For Others (WFO) Order
Compliance Assessment Results
NFAS 17.502-2(d) 10 Dec
2018 Edition, through Change 1 issued 02 August 2019
127
REPORT MATRIX
REPORT TITLE
REFERENCE
DUE DATE TO HQ
Annual Nondefense Agency Certification Report NFAS 17.703(c) 15 Oct
Annual
Commercial Off The Shelf (COTS)
Specialty Metal Exception Report
NFAS 25.7003-3(b)(2)(ii) 07 Oct
Annual
Cost Accounting Standards Waivers
over $15M
NFAS 30.201-5(e) 1 Nov
Annual Claims Log NFAS 33.211(c) 31 Oct
2018 Edition, through Change 1 issued 02 August 2019
128
APPENDIX BNAVFAC SUBJECT MATTER EXPERT CONTACT LIST
SUBJECT MATTER EXPERT PHONE NUMBER
ACQ1 - People, Process, and Policy 202-685-9155
Community Management
COR
Labor
Congressional Inquires
GAO, IG's
NFAS
BMS
Reports
ACQ2 - PW/CI/EV/CIO/AM Division 202-685-9135
PW/BOS
Capital Improvements
Asset Management
Construction
Facility Support Contracts
Environmental, Grants
Leasing
ACQ3 Expeditionary Support/ATFP/SSPO/Energy & Utility Division 202-685-9136
Expeditionary Support
ATFP
SSPO
Energy & Utility
ACQ4 - Electronic Acquisition 202-685-9164
All CVP FIAR responses
All ACQ system FISCAM responses
Procurement Integrated Enterprise Environment (PIEE) which includes:
WAWF
EDA
CLS
GFP
JAM
CCO
CDR
SPM
Integrated Acquisition Environment (IAE)/SAM.gov which includes:
SAM
EPLS
FPDS-NG
eSRS/FSRS
2018 Edition, through Change 1 issued 02 August 2019
129
FBO
CPARS
WDOL
FAADC
CAFU
eContracts
FEDMALL
Seaport NXG
SPS
Government Commercial Purchase Card 619-532-2868
Naval Facilities Institute (NFI) 805-982-5125
NFACT
Procurement Management Assessment
Program (PMAP) 202-685-9153
Office of Small Business Programs (OSBP) 202-685-9129
2018 Edition, through Change 1 issued 02 August 2019
130
THIS PAGE IS INTENTIONALLY LEFT BLANK
2018 Edition, through Change 1 issued 02 August 2019
131
APPENDIX C—SUMMARY OF SIGNIFICANT CHANGES
NAVFAC ACQUISITION STANDARDS (NFAS)
(October 2018, Change 01 issued 02 August 2019)
The following changes are hereby incorporated in Change 01 to the October 2018
Edition of the NFAS.
(1) The table of contents (TOC) was revised to Add Subpart 6.2 Full and Open
Competition after Exclusion of Sources (new content), Add 6.202 (NMCARS)
Establishing or maintaining alternative sources (new content), Add 6.502 (NMCARS)
Duties and responsibilities (new content), Add 7.107 (NMCARS) Additional requirements
for acquisitions involving consolidation, bundling, or substantial bundling (new content),
Add (NMCARS) 7.107-2 Consolidation (new content), Add (NMCARS) 7.107-3 Bundling
(new content), Add 8.405-6 (NMCARS) Limiting Sources (new content), Add 9.506
Procedures (new content), Delete the title to 9.507 Solicitation provisions and contract
clause and replace it with [Removed and Reserved], Delete the title to 9.507-2 Contract
clause and replace it with [Removed and Reserved], Delete the title to 11.104 Use of
brand name or equal purchase description and replace it with [Removed and Reserved],
Delete the reference to 11.274 (content previously removed), Delete the reference to
11.274-2 (content previously removed), Delete the reference to 11.404 (content
previously removed), Delete the (RESERVED) immediately following the Title to Part 12
(new content), Add Subpart 12.1 - Acquisitions of Commercial Items General (new
content), Add 12.102 (NMCARS) Applicability (new content), Add Subpart 12.2 Special
Requirements for the Acquisition of Commercial Items (new content), Add 12.207
(NMCARS) Contract type (new content), Add Subpart 12.70 Limitation on Conversion
of Procurement from Commercial Acquisition Procedures (new content), Add 12.7001
(NMCARS) Procedures (new content), Add Subpart 12.71 Pilot Program for
Acquisition of Military-Purpose Nondevelopmental Items (new content), Add 12.7102-2
(NMCARS) Reporting requirements (new content), Delete the reference to 14.201-6
(content previously removed), Delete the reference to 14.201-6-100 (content previously
removed), Add the acronym (LPTA) in the title for 15.101-2, Delete the reference to
15.209 (content previously removed), Add 15.403-1 (NMCARS) Prohibition on obtaining
certified cost or pricing data (10 U.S.C. 2306a and 41 U.S.C. Chapter 35) (new content),
Add 15.403-3 (DFARS) Requiring data other than certified cost or pricing data (new
content), Delete the reference to Subpart 16.2 (content previously removed), Delete the
reference to 16.203 (content previously removed), Delete the reference to 16.203-4
(content previously removed), Delete the reference to 16.203-4-100 (content previously
removed), Add 16.302-100 Approval of cost-reimbursement type contracts (new
content), Delete the reference to 16.406 (content previously removed), Delete the
reference to 16.406-100 (content previously removed), Delete the reference to 16.504-
90 (content previously removed), Add 16.505-100 Orders for Engineering Services
and/or Program Management Services, as identified in NMCARS Annex 22 (new
content), Delete the reference to 16.506 (content previously removed), Delete the
reference to 16.506-100 (content previously removed), Change the title of 17.202-103 to
Use of options in Utility Service contracts, Change the title of Subpart 17.5 to
Interagency Acquisitions, Change the title of 17.500-100 to Scope of subpart,
Interagency and Intra-Agency Acquisitions, Delete the title (FAR) General of 17.502-1
and replace it with [Removed and Reserved] (content removed), Change the title of
2018 Edition, through Change 1 issued 02 August 2019
132
17.502-2 to (NMCARS) The Economy Act, Add Subpart- 17.7 Interagency Acquisitions:
Acquisitions by NonDefense Agencies on Behalf of the Department of Defense (new
content), Add 17.703 (NMCARS) Policy (new content), Add 17.770 (NMCARS)
Procedures (new content), Add 22.101-1 (NMCARS) General (new content), Delete the
reference to Subpart 22.10 (content previously removed), Delete the reference to
22.1006 (content previously removed), Delete the reference to 22.1006-100 (content
previously removed), Delete the reference to Subpart 23.100 (content previously
removed), Delete the reference to 23.1000 (content previously removed), Add Subpart
25.4 Trade Agreements (new content), Add 25.401 (NCMARS) Exceptions (new
content), Add 25.403 (NMCARS) World Trade Organization Government Procurement
and Free Trade Agreements (new content), Delete the reference to 28.102-3 (content
previously removed), Delete the reference to 28.203-100 (content previously removed),
Delete “(RESERVED)” following the title to Part 30 (new content), Add Subpart 30.2
CAS Program Requirements (new content), Add 30.201-5 (NMCARS) Waiver (new
content), Delete the reference to 32.111 (content previously removed), Delete the
reference to 32.111-100 (content previously removed), Add 32.607-1 Installment
Payment (new content), Delete the reference to 32.613 (content previously removed),
Delete the reference to 36.609 (content previously removed), Add 37.103-100
Contracting Officer responsibility (new content), Add 37.502 Exclusions (new content),
Delete the reference to 37.1001 (content previously removed), Delete the reference to
Subpart 42.5 (content previously removed), Delete the reference to 42.570 (content
previously removed), Delete the reference to 42.570-100 (content previously removed),
Add 43.201-101 Use of Lean Modification Process for actions up to SAT (new content),
Change the title of 45.103-73 to Contracting Officer’s responsibilities (removed the
reference to NMCARS), Delete the reference to 45.107 (content previously removed),
Delete the reference to 45.107-100 (content previously removed), Delete the reference
to 46.407 (content previously removed), Delete the reference to 46.407-100 (content
previously removed), Delete the reference to Subpart 48.2 (content previously removed),
Delete the reference to 48.201 (content previously removed), Delete the title to 52.200
Scope of subpart and replace it with [Removed and Reserved], Delete the reference to
5252.201-9300 (content previously removed), Delete the title to 5252.209-9300
Organizational Conflicts of Interest and replace it with [Removed and Reserved], Delete
the reference to 5252.211-9301 (content previously removed), Delete the reference to
5252.214-9300 (content previously removed), Delete the reference to 5252.214-9301
(content previously removed), Delete the reference to 5252.215-9300 (content
previously removed), Delete the reference to 5252.215-9301 (content previously
removed), Delete the reference to 5252.215-9302 (content previously removed), Delete
the reference to 5252.216-9300 (content previously removed), Delete the reference to
5252.216-9301 (content previously removed), Delete the reference to 5252.216-9302
(content previously removed), Delete the reference to 5252.216-9303 (content
previously removed), Delete the reference to 5252.216-9305 (content previously
removed), Delete the reference to 5252.216-9306 (content previously removed), Delete
the reference to 5252.216-9307 (content previously removed), Delete the reference to
5252.216-9314 (content previously removed), Delete the reference to 5252.216-9315
(content previously removed), Delete the reference to 5252.217-9300 (content
previously removed), Delete the reference to 5252.217-9301 (content previously
removed), Delete the reference to 5252.222-9305 (content previously removed), “Delete
the reference to 5252.223-9300 (content previously removed), Delete the reference to
5252.223-9301 (content previously removed), Delete the reference to 5252.228-9300
(content previously removed), Delete the reference to 5252.228-9305 (content
previously removed), Delete the reference to 5252.228-9306 (content previously
2018 Edition, through Change 1 issued 02 August 2019
133
removed), Delete the reference to 5252.229-9302 (content previously removed), Delete
the reference to 5252.229-9304 (content previously removed), Delete the reference to
5252.232-9300 (content previously removed), Delete the reference to 5252.236-9300
(content previously removed), Delete the reference to 5252.236-9301 “Special Working
Conditions and Entry to Work Area” and replace it with “[Removed and Reserved]”,
Delete the reference to 5252.236-9302 (content previously removed), Delete the
reference to 5252.236-9303 (content previously removed), Delete the reference to
5252.236-9304 (content previously removed), Delete the reference to 5252.236-9305
(content previously removed), Delete the reference to 5252.236-9307 (content
previously removed), Delete the reference to 5252.236-9308 (content previously
removed), Delete the reference to 5252.236-9309 (content previously removed), Delete
the reference to 5252.236-9310 “Record Drawings” and replace it with “[Removed and
Reserved]”, Delete the reference to 5252.236-9312 (content previously removed), Delete
the reference to 5252.236-9313 (content previously removed), Delete the reference to
5252.237-9300 (content previously removed), Delete the reference to 5252.237-9301
(content previously removed), Delete the reference to 5252.237-9302 (content
previously removed), Delete the reference to 5252.242-9300 (content previously
removed), Delete the reference to 5252.242-9305 (content previously removed), Delete
the reference to 5252.245-9302 (content previously removed), Delete the reference to
5252.246-9303 (content previously removed), Delete the reference to 5252.246-9304
(content previously removed), and, Delete the reference to 5252.248-1 (content
previously removed).
(2) 1.170 (NMCARS) Peer Reviews, changed Director, Defense Pricing/Defense
Procurement and Acquisition Policy (DPAP) to Director, Defense Pricing and Contracting
(DPC) in six (6) locations.
(3) 1.170 (NMCARS) Peer Reviews, subparagraph (a) revised to clarify that the
Postaward peer reviews shall be conducted at the midpoint of the performance period to
allow time to finalize recommendations prior to exercising the option period.
(4) 1.170 (NMCARS) Peer Reviews, subparagraph (c)(i) revised to clarify that the review
shall be independent of the Contracting Officer whose procurement is the subject of the
review and when practicable, be independent of the Source Selection Authority (SSA).
(5) 1.602-1-101 NAVFAC solicitation/contract language, Authority, subparagraph (a)
revised to specify the location in the two (2) different Construction Specifications Institute
(CSI) formats, that the language, if applicable, should be included.
(6) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (a)(1) revised to clarify that a COR shall be designated for all service
contracts.
(7) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (a)(2) revised to require the COR appointment to be in the Joint
Appointment Module (JAM). Due to system constraints, COR appointment shall occur
post award and shall use the smartform designation letter in JAM.
(8) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (a)(3)(i) revised to update COR training requirements, to add CLC 206
COR in a Contingency Environment for CORs supporting contingency operations and to
2018 Edition, through Change 1 issued 02 August 2019
134
update the DoD Instruction 5000.72 to include Change 1 of August 2018. Additionally,
subparagraph (a)(3)(i) revised to delete the reference to CORT tool and replace it with
JAM and the Surveillance and Performance Monitoring module (SPM).
(9) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (a)(4) revised to clarify that CORs shall maintain an electronic file in SPM
and the file must include the items identified in DFARS PGI 202.602-2(d)(vi).
(10) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (a)(5) revised to clarify that the Contracting Officer’s review shall be
documented in SPM.
(11) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (b)(1) revised to clarify that the Echelon III/IV CCOs may delegate COAR
authority but are not required to do so.
(12) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (b)(3)(ii) revised to add new language establishing minimum experience
requirements for COAR delegations between $150,000 and $250,000. In these
instances, a minimum of two years’ applicable experience in a FEAD/ROICC
environment or equivalent is required along with prior COAR experience.
(13) 1.602-2 (DFARS) Authorized representatives of the Contracting Officer,
subparagraph (b)(4) revised to change the dollar threshold to “below $250,000,” that
COARs may be delegated authority to negotiate in-scope modification changes on
construction contracts.
(14) 1.603-2 (DFARS) Selection, subparagraphs (a)(1)(ii) and (a)(2)(ii) revised to remove
the reference to both SAM 101 and IRM 101 as courses that could be used in lieu of ISA
101. The courses are no longer available.
(15) 1.603-2 (DFARS) Selection, subparagraphs (a)(3)(ii) and (a)(4)(ii) revised to clarify
the training requirements include those from the previous level and those required for
either Level II or Level III as appropriate.
(16) 1.603-3 Appointment, subparagraph (d) revised to clearly identify the Warrants
Annual Report requirement and to identify where and when it should be submitted.
(17) 1.691-2-101 Internal Business Assessment, revised to clarify that the Internal
Business Assessment is an annual requirement and to add the following note: “An
activity receiving a PMAP rating of Satisfactory or Highly Satisfactory will not be required
to complete an IBA in the following Fiscal Year. Additionally, based on a reduction in
procurement risk, an activity receiving a “Highly Satisfactory” PMAP rating will be
automatically granted a waiver to the annual IBA submission requirement for the second
Fiscal Year following the PMAP review.
(18) 4.604 (NMCARS) Responsibilities, subparagraph (3)(i) revised to change the due
dates of the quarterly report to 1 February, 1 May, 1 August and 1 November.
2018 Edition, through Change 1 issued 02 August 2019
135
(19) 4.604 (NMCARS) Responsibilities, subparagraph (3)(ii) revised to change the due
date of the annual report to 1 November and to correct the title of the report to Contract
Action Report, Data Verification and Validation (V&V) certification.
(20) 4.804-1 (NMCARS) Closeout by the office administering the contract, subparagraph
(S-90) revised to eliminate both the quarterly and the annual Backlog of Annual
Overaged Contracts report and to replace them with a Monthly Closeout Metric Report
that will be submitted by the Echelon II eACQ Director.
(21) 4.805 Storage, handling and disposal of contract files, due to changes in electronic
acquisition systems, deleted “CORT Tool” and replace it with Joint Appointment Module
(JAM) and Surveillance and Performance Monitoring module (SPM). Also changed
SeaPort-e to Seaport NXG.
(22) SUBPART 6.2 FULL AND OPEN COMPETITION AFTER EXCLUSION OF
SOURCES added (new content).
(23) 6.202 (NMCARS) Establishing or maintaining alternative sources, this paragraph
with its subparagraphs (b)(1)(i) and (b)(1)(ii) is added to establish the NAVFAC policy on
obtaining approval of determinations to exclude a source.
(24) 6.304-101 Bridge contract action approvals, revised to add subparagraph (f)
outlining the approval requirements if the bridge action is for Engineering Services (not
those procured under the Selection of Architects and Engineers statute) and/or Program
Management Services (see NMCARS Annex 22) and it does not qualify for an exception
at NMCARS 5237.102; and Seaport is not being used.
(25) 6.502 (NMCARS) Duties and responsibilities, subparagraph (b)(2) is added and
identifies the annual competition advocate activities report with a due date of 15
December.
(26) 7.103 (NMCARS) Agency-head responsibilities, specifically the approval
requirements table for Streamlined Acquisition Plans (STRAPs) located immediately
following subparagraph (e), has been revised to include a new row for Total Planned
Dollar Value between >$100M up to and including $250M (all years) for EXWC ONLY as
authorized by FY2017 NDAA Section 233 Pilot Program for the Enhancement of the
Research, Development, Test and Evaluation Centers, Phase II, Sprint 1, with the
Decision Authority/Approval at the NAVFAC EXWC Chief of the Contracting Office
(CCO).
(27) 7.103 (NMCARS) Agency-head responsibilities, specifically the first asterisked note
following subparagraph (e) has been revised to include the language “For NAVFAC
EXWC ONLY: Actions under $2,000,000 (including task or delivery orders) may utilize
the acquisition development plan in NAVFAC BMS in lieu of NMCARS Annex 21,
MOPAS-S as authorized under FY2017 NDAA Section 233 Pilot Program for the
Enhancement of the Research, Development, Test and Evaluation Centers, Phase II,
Sprint 1 (Section 233).”
(28) 7.103 (NMCARS) Agency-head responsibilities, subparagraph (e), the note
preceded by three asterisks is revised to clarify that STRAP documents submitted for
approval by DASN(AP)/SSM must be submitted via the Echelon III or IV CCO, the
2018 Edition, through Change 1 issued 02 August 2019
136
appropriate Echelon II Division Director and the Associate Director for Small Business.
The note also advises that the Echelon II Division Director will coordinate the review by
the Associate Director for Small Business.
(29) 7.107 (NMCARS) Additional requirements for acquisitions involving consolidation,
bundling, or substantial bundling, new heading paragraph added.
(30) 7.107-2 (NMCARS) Consolidation, new paragraph added providing review/approval
thresholds and approval authorities for the determination that use of a consolidated
contract is necessary and justified.
(31) 7.107-2 (NMCARS) Consolidation, specifically subparagraph (e)(2)(i)(A), new
subparagraph a. that reads as follows has been added: “a. For NAVFAC EXWC
ONLY: As authorized under FY2017 NDAA Section 233 Pilot Program for the
Enhancement of the Research, Development, Test and Evaluation Centers, Phase II,
Sprint 1 (Section 233), for actions greater than $50M and less than $100M, the
determination must be submitted for Head of the Contracting Activity (HCA) approval via
the Echelon III CCO, the Echelon II Division Director, and the Assistant Commander for
Acquisition.”
(32) 7.107-2 (NMCARS) Consolidation, specifically subparagraph (e)(2)(i)(C), new
subparagraph a. that reads as follows has been added: “a. For NAVFAC EXWC
ONLY: As authorized under FY2017 NDAA Section 233 Pilot Program for the
Enhancement of the Research, Development, Test and Evaluation Centers, Phase II,
Sprint 1 (Section 233), for actions greater than $2,000,000 and up to $50M, the
determination must be submitted for NAVFAC EXWC Commander Officer approval via
the Echelon III CCO.”
(33) 7.107-3 (NMCARS) Bundling, new paragraph added and provides guidance on the
appropriate review and routing requirements of the determination that use of a
consolidated and bundled contract is necessary and justified being submitted for
approval by DASN(AP).
(34) 7.470 (DFARS) Statutory requirement, to ensure clarity the term “NAVFAC
Commander” is replaced with “HCA” in two locations in this paragraph.
(35) 8.404 Use of Federal Supply Schedules (FSS) subparagraphs renumbered to
match that in higher regulations. Additionally, subparagraph (k) and (k)(2) revised to
permit use of FSS for roofing repairs.
(36) 8.404 Use of Federal Supply Schedules (FSS), subparagraph (k)(4) the note that
read “Knowledge based services procured through GSA One Acquisition Solution for
Integrated Services (OASIS) are not limited to SAT” is deleted in its entirety. The
information has been relocated to NFAS 16.505(d).
(37) 8.404 Use of Federal Supply Schedules (FSS), subparagraph (k)(4), the second
note that read Note: For COTS orders above the SAT, additional documentation is
required in accordance with NFAS 17.502-1” has been deleted in its entirety and
replaced with two (2) new notes as follows: Note: For Orders above the SAT, ensure
compliance with FAR 8.405-4; and, Note: For Orders above $550,000, ensure
compliance with FAR/DFARS/NMCARS at Subparts 17.5 and 17.7 (as applicable).
2018 Edition, through Change 1 issued 02 August 2019
137
(38) 8.404 Use of Federal Supply Schedules (FSS), subparagraph (n) corrected
terminology “sole source” to “limited source” to match that used in higher regulation.
(39) 8.405-6 (NMCARS) Limiting Sources, new paragraph added providing guidance
that no solicitation for Engineering Services (not those procured under the Selection of
Architects and Engineers statute) and/or Program Management Services (see NMCARS
Annex 22) which negates the use of SeaPort shall be issued earlier than three working
days after the limited sources justification is provided to DASN(AP). The paragraph also
provides guidance on approval requirements and the required routing. Subparagraph
(2)(a) clarifies that if the limited sources justification cites FAR 8.405-6(a)(1)(i)(A) there is
no requirement to delay solicitation issuance but the approved justification is required to
be submitted via the Echelon II Division Director to DASN(AP) within two working days
from approval.
(40) 9.506 Procedures, new paragraph with its subparagraph (b) added to establish
NAVFAC’s policy on the process for obtaining review and approval of a recommended
course of action (which may include proposed provisions or draft contract clauses) to
avoid, neutralize or mitigate a potential organizational conflict of interest
(41) 9.507 Solicitation provisions and contract clause, title deleted and replaced with
[Removed and Reserved].
(42) 9.507-2 Contract clause, title and all content deleted and replaced with [Removed
and Reserved].
(43) 11.104 Use of brand name or equal purchase descriptions, title and all content
deleted and replaced with [Removed and Reserved].
(44) 11.274 [Removed and Reserved] (content deleted).
(45) 11.274-2 [Removed and Reserved] (content deleted).
(46) 11.402 Factors to consider in establishing schedules, the language at subparagraph
(3) that read: “All time extensions authorized by FAR clause 52.249-10, Default (Fixed
Price Construction) must be justified in writing. The Contracting Officer may approve
extensions less than 60 days. Extensions of 60 days or greater must be approved at
one level above the Contracting Officer.” Is deleted in its entirety, the requirement is no
longer valid. Existing subparagraph (4) renumbered to subparagraph (3).
(47) 11.404 [Removed and Reserved] (content deleted).
(48) 11.404-100 NAVFAC solicitation/contract language, Phased Construction Schedule,
revised to specify the location in the two (2) different Construction Specifications Institute
(CSI) formats, that the language, if applicable, should be included. Additionally, to
ensure consistent use of terminology, “calendar days” changed to “days” in three (3)
locations.
(49) 11.502 Procedures, added the acronym (IGE) in subparagraph (a). Additionally, to
ensure consistent use of terminology, “calendar days” changed to “days” in eight (8)
locations of this paragraph and its subparagraphs.
2018 Edition, through Change 1 issued 02 August 2019
138
(50) SUBPART 12.1 ACQUISITION OF COMMERCIAL ITEMS GENERAL new
subpart added.
(51) 12.102 (NMCARS) Applicability new paragraph with its subparagraph (a)(i)(C)
added to implement NAVFAC’s policy for obtaining DASN(AP) concurrence on the
determination that expert and consultant services are commercial items.
(52) SUBPART 12.2 SPECIAL REQUIREMENTS FOR THE ACQUISITION OF
COMMERCIAL ITEMS new subpart added.
(53) 12.207 (NMCARS) Contract type, new paragraph with its subparagraph (b)(iii)
added to implement NAVFAC’s policy for obtaining DASN(AP) approval on required
determinations to use time-and-materials and labor-hour contracts.
(54) SUBPART 12.70 LIMITATION ON VERSION OF PROCUREMENT FROM
COMMERCIAL ACQUISITION PROCEDURES new subpart added.
(55) 12.7001 (NMCARS) Procedures, new paragraph with its subparagraph (a)(2) added
to implement NAVFAC’s policy for obtaining Head of Contracting Activity (HCA)
determination to convert a procurement from commercial acquisition procedures. The
paragraph also provides guidance that in the case of procurement valued at more than
$100M, award must be withheld until a copy of the HCA determination is provided to
DPC via DASN(AP).
(56) SUBPART 12.71 PILOT PROGRAM FOR ACQUISITION OF MILITARY-
PURPOSE NONDEVELOPMENTAL ITEMS new subpart added.
(57) 12.7102-2 (NMCARS) Reporting requirements, new paragraph with its
subparagraph (a) added to identify the required annual report with its due date of 1
October.
(58) 13.270 (DFARS) Use of the Government wide commercial purchase card (GCPC),
subparagraph (c) added a new sentence at the end of this subparagraph to clarify that
the NAVFAC EXWC Echelon III Commanding Officer may make the written
determination pursuant to DFARS subpart 213.270(b)(2).
(59) 14.201-6 [Removed and Reserved] (content deleted).
(60) 14.201-6-100 [Removed and Reserved] (content deleted).
(61) 14.402-1 Unclassified bids, subparagraph (a)(4) added the word independent
immediately preceding “Government estimate” and added the acronym (IGE).
(62) 14.402-1 Unclassified bids, subparagraph (b)(1) revised to add the contract
specialist as an individual authorized to open bids.
(63) 15.102-1 Lowest price technically acceptable (LPTA) source selection process, the
acronym (LPTA) was added to the title of the paragraph. Additionally, this paragraph
revised to permit the Contracting Officer to limited the number of proposals required to
be evaluated for technical acceptability to the lowest priced offer.
2018 Edition, through Change 1 issued 02 August 2019
139
(64) 15.209 [Removed and Reserved] (content deleted).
(65) 15.209-100, NAVFAC provision/solicitation language, All or None Offers, revised to
specify the location in the two (2) different Construction Specifications Institute (CSI)
formats that the language, if applicable, should be included.
(66) 15.303 Responsibilities, specifically subparagraph (c), new subparagraph (3) added
and reads as follows: “(3) For NAVFAC EXWC ONLY: As authorized under FY2017
NDAA Section 233 Pilot Program for the Enhancement of the Research, Development,
Test and Evaluation Centers, Phase II, Sprint 1 (Section 233), the NAVFAC EXWC CCO
may waive the requirement to use multiple evaluation boards for actions greater than
$100M up to but less than $250M.”
(67) 15.303 Responsibilities, subparagraph (d)(1) revised to clarify that the online
course, NAVFAC CTC-W415 Source Selection, is available in Total Workforce
Management Services (TWMS). This subparagraph is also revised to clarify that in
cases where board members are individuals outside of NAVFAC, their equivalent
training (for CTC 415) will be approved by the CCO on a case-by-case basis.
(68) 15.303 Responsibilities, subparagraph (d)(2) revised to clarify that NAVFAC
engineers and architects appointed as members of the SSEB performing evaluations of
Non-Cost/Price factors which include engineering, design, construction or oversight of
engineering, design and construction must be licensed professional engineers or
registered architects unless a waiver is granted pursuant to NAVFACINST 3540.1D.
The subparagraph also clarifies that the licensing requirements for the chairperson or
team lead shall not be waived under any circumstances. Additionally, language is added
to clarify that non-licensed engineers and architects may be appointed to serve on
selection boards, evaluation boards, or evaluation teams for contracts that do NOT
involve engineering, design, construction or any oversight of design, engineering or
construction.
(69) 15.403-1 (NMCARS) Prohibition on obtaining certified cost or pricing data (10
U.S.C. 2306a and 41 U.S.C. Chapter 35) with its subparagraph (c)(4)(B) added to
identify the annual report of Truth in Negotiations Act waivers and its due date of 15
October.
(70) 15.403-3 (DFARS) Requiring Data Other than Certified Cost or Pricing Data, new
paragraph with its subparagraphs (a)(4) and (d) added to implement NAVFAC’s policy
on obtaining HCA determinations and identifies the quarterly report requirement with due
dates of 20 June, 20 October, 20 January and 20 April.
(71) 15.404-4 Profit, new subparagraph (b)(1) added to establish the NAVFAC policy for
construction execution of POL under the Clean, Inspect, Repair (CIR) process only,
Echelon III and IV CCOs may approve the use of maximum profit rates for task or
delivery orders that will be binding to modifications to t hos task or delivery orders.
(72) Subpart 16.2 [Removed and Reserved] (content deleted).
(73) 16.203 [Removed and Reserved] (content deleted).
(74) 16.203-4 [Removed and Reserved] (content deleted).
2018 Edition, through Change 1 issued 02 August 2019
140
(75) 16.203-4-100 [Removed and Reserved] (content deleted).
(76) 16.302-100 Approval of cost-reimbursement type contracts, new paragraph added
requiring the approval of the Assistant Commander for Acquisition prior to committing to
any Streamlined Acquisition Plan (STRAP) or Management and Oversight Process for
the Acquisition of Services-Streamlined (MOPAS-S) to enter into or award a cost
reimbursement contract (inclusive of options) in excess of $50M (if awarded prior to
October 1, 2019) or in excess of $25M (if awarded on or after October 1, 2019).
(77) 16.406 [Removed and Reserved] (content deleted).
(78) 16.406-100 [Removed and Reserved] (content deleted).
(79) 16.503 Requirements contracts, subparagraphs renumbered to (e) and (f) to match
that used in higher regulation.
(80) 16.504 Indefinite-quantity contracts, subparagraphs (a) and (b) renumbered to
(a)(4)(viii) and (a)(4)(ix) to match that used in higher regulation.
(81) 16.504 Indefinite-quantity contracts, new subparagraph (c)(1)(ii)(D) added to
implement NAVFAC’s policy for obtaining Assistant Secretary of the Navy for Research,
Development and Acquisition (ASN(RDA)) determination to award a task or delivery
order contract in an amount estimated to exceed $112M.
(82) 16.504-90 [Removed and Reserved] (content deleted).
(83) 16.504-100 NAVFAC solicitation/contract language, Minimum and Maximum Fees
[Architect-Engineer Indefinite Quantity Contracts], subparagraphs (a) and (b) are revised
to specify the location in the two (2) different Construction Specifications Institute (CSI)
formats, that the language, if applicable, should be included.
(84) 16.505 Ordering, subparagraphs renumbered to match that in higher regulation and
new subparagraph (e) to include a note are added to this paragraph to provide guidance
and approval requirements for use of Delivery/task orders under non-DoD
Governmentwide acquisition contracts (GWACS) and multi-agency contracts. The
subparagraph provides policy that these vehicles may be used with written approval of a
Contracting Officer a level above the individual assigned the action and are not limited to
the simplified acquisition threshold (SAT). GWACs or multi-agency contracts shall not
be used for A-E or construction. Additionally, GWACs or multi-agency orders for
recurring facilities support services shall be limited to those instances where they cannot
be procured as efficiently through a NAVFAC contract and shall use small business set-
asides to the maximum extent possible. The note to this subparagraph requires that
orders for Engineering Services (not those procured under the Selection of Architects
and Engineers statute) and/or Program Management Services (see NMCARS Annex 22)
must consider use of Seaport and if Seaport is not used and the requirement is not
excepted by NMCARS 5237.102, a D&F shall be submitted for approval by DASN(AP).
(85) 16.505-70 Orders under multiple award contracts, subparagraph (c) revised to read
as follows: (c) Capital Improvements (CI) construction projects over $100M shall not be
procured via a MAC task order unless a formal waiver is approved by the Echelon II CI
2018 Edition, through Change 1 issued 02 August 2019
141
and ACQ. However, this policy does not apply to the Global Contingency Construction
contract and no waiver is required.”
(86) 16.505-100 Orders for Engineering Services and/or Program Management
Services, as identified in NMCARS Annex 22, new paragraph added providing guidance
that prior to issuing any task or delivery order for Engineering Services (not those
procured under the Selection of Architects and Engineers statute) and/or Program
Management Services (see NMCARS Annex 22) the Contracting Officer shall consider
SeaPort for use. If SeaPort is not used and the requirement is not excepted, a D&F
shall be submitted for approval by DASN(AP). Subparagraph (a) provides the review
and routing requirements for submittal to DASN(AP). Subparagraph (b) provides
guidance on preparation and submittal of a class D&F for approval by DASN(AP) in
situations where repetitive task or delivery orders for these services are anticipated.
(87) 16.506 [Removed and Reserved] (content deleted).
(88) 16.506-100 [Removed and Reserved] (content deleted).
(89) 17.202-103 Use of options in Utility Service contracts, title revised from Use of
options in supplies or services. All previous content eliminated and relocated to NFAS
17.204(f). New content reads “Utility Service contracts, as defined in FAR 41.101, may
be awarded for periods not exceeding 10 years in accordance with NFAS 41.103 and
FAR 41.103. The overall term of a utility services contract using 40 U.S.C. 501 shall be
no more than 30 years, inclusive of the base and all options.”
(90) 17.204 Contracts, subparagraphs renumbered to match those in higher regulation
and begin with subparagraph (e). Subparagraph (e)(i)(C) revised to clarify that waiver
requests being submitted to DASN(AP) must be submitted with a copy of the approved
Streamlined Acquisition Plan (STRAP) or Management and Oversight Process for the
Acquisition of Services Streamlined (MOPAS-S).
(91) 17.204 Contracts, subparagraph (f) includes relocated content from NFAS 17.202-
103 and reads: “The ordering period for task or delivery order contracts (excluding
facility support contracts that include both recurring and non-recurring work) including
contracts for construction, architect-engineering and knowledge based services, Blanket
Purchase Agreements, and Basic Ordering Agreements, may be for any period up to five
years without requiring separate one-year option periods per DFARS 217.204(e)(i)(A)
and must be specified in the basic contract. Written email approval from the respective
Echelon III/IV CCO is required when the ordering period will exceed 12 months on
indefinite delivery contracts.”
(92) 17.207 Exercise of options, new subparagraph (d) added and provides guidance if
exercising the option will extend Engineering Services (not those procured under the
Selection of Architects and Engineers statute) and/or Program Management Services
(see NMCARS Annex 22) SeaPort must be considered for use to procure the services.
If SeaPort is not used and the option does not qualify for an exception at NMCARS
5237.102, a D&F shall be submitted for approval by DASN(AP). The subparagraph also
provides guidance on the review and routing requirements for any D&F.
(93) SUBPART 17.5 INTERAGENCY ACQUISITIONS (title revised to match that used
in higher regulations).
2018 Edition, through Change 1 issued 02 August 2019
142
(94) 17.500-100 Scope of subpart, Interagency and Intra-Agency acquisitions, expanded
to more clearly define interagency and intra-agency acquisitions and provides examples
of each. Also includes definitions of terms unique to interagency and intra-agency
acquisitions. Title revised slightly to reference intra-agency acquisitions.
(95) 17.502-1 (FAR) General, title and content deleted and replaced with [Removed and
Reserved].
(96) 17.502-2 (NMCARS) The Economy Act, title revised to match that used in higher
regulations. Subparagraph (a) expanded to provide separate guidance for assisted and
direct interagency acquisitions and provided examples for each.
(97) 17.502-2 (NMCARS) The Economy Act, subparagraph (b) expanded the approval
table to provide separate approval requirements for Economy Act direct and assisted
interagency acquisitions to permit approval of direct acquisitions at a lower level.
Additionally, clarified that approval of the D&F will also document the review and
approval required by NMCARS 5217.770 (if applicable).
(98) 17.502-2 (NMCARS) The Economy Act, specifically subparagraph (b) note (4) is
revised to eliminate the language “the best procurement approach required by FAR
17.502-1(a)(1) and,” This language referenced a best procurement approach
requirement that has been eliminated in higher regulations.
(99) 17.502-2 (NMCARS) The Economy Act, subparagraph (d) revised slightly to provide
information on how the report should be submitted (using the Inter-Intra Agency Log).
(100) SUBPART 17.7 INTERAGENCY ACQUISITIONS: ACQUISITIONS BY
NONDEFENSE AGENCIES ON BEHALF OF THE DEPARTMENT OF DEFENSE new
Subpart added.
(101) 17.703 (NMCARS) Policy, new paragraph with its subparagraph (c) added to
implement NAVFAC’s policy that the annual report of nondefense agency certifications
of compliance has a due date of 15 October.
(102) 17.770 (NMCARS) Procedures, new paragraph with subparagraphs (a) through (d)
added to provide guidance related to documenting the review and approval requirement
in NMCARS 5217.770.
(103) 17.7404-1 Authorization, new subparagraph (a)(1)(i) added to implement
NAVFAC’s policy for construction execution of POL under the CIR process only, UCA
approval authority up to and including $4,000,000 is delegated to the Echelon III/IV
Commanders/Commanding Officers and the CCO. The policy permits redelegation to
Contracting Officers up to a maximum of $250K per UCA.
(104) 17.7404-1 Authorization, new subparagraph (a)(2)(i) added to implement
NAVFAC’s policy for construction execution of POL under the CIR process only, UCA
approval authority over $4,000,000 is the appropriate Echelon II Division Director.
(105) 19.805-1 General, paragraph revised to clarify the required routing for requests for
approval by the Assistant Commander for Acquisition/Deputy Director for Acquisition.
2018 Edition, through Change 1 issued 02 August 2019
143
(106) 22.101-1 (NMCARS General) subparagraph (a) revised to clarify that guidance on
labor relations can be obtained in SECNAVINST 4200.36A or successor instruction.
(107) 22.503 (FAR) Policy, paragraph revised to identify paragraph 2.3.2 of NMCARS
Annex 18 as the location in the Streamlined Acquisition Plan (STRAP) to be used to
document the Contracting Officer’s determination whether use of a Project Labor
Agreement (PLA) is appropriate.
(108) SUBPART 22.10 [Removed and Reserved] (content deleted).
(109) 22.1006 [Removed and Reserved] (content deleted).
(110) 22.1006-100 [Removed and Reserved] (content deleted).
(111) SUBPART 23.100 [Removed and Reserved] (content deleted).
(112) 23.1000 [Removed and Reserved] (content deleted).
(113) 25.103 (DFARS) Exceptions, subparagraph (a)(ii)(B)(2) revised to clarify that
approval of the public interest determination for a procurement value at or below the
SAT is a level above the Contracting Officer. Approval above the SAT but less than
$1,500,000 is the HCA.
(114) 25.103 (DFARS) Exceptions, revised to include the dollar value thresholds and
respective approval authority. Specifically subparagraph (a)(ii)(B)(3) is revised to clarify
that approval of the public interest determination for a procurement valued at $1,500,000
or more is ASN(RDA).
(115) 25.103 (DFARS) Exceptions, subparagraph (b)(ii)(C) revised to clarify that
approval of the nonavailability determination for a procurement value at or below the
SAT is a level above the Contracting Officer. Approval for a procurement valued above
the SAT but less than $1,500,000 is the Echelon III/IV CCO. Approval for procurements
valued at $1,500,000 or more is the HCA.
(116) 25.202 (NMCARS) Exceptions, is revised to include the dollar value thresholds
and respective approval authority. Approval of the impractical or inconsistent with public
interest determination for procurements valued at or below the SAT is a level above the
Contracting Officer. Approval for procurements valued above the SAT but less than
$1,500,000 is the Echelon III/IV CCO. Approval for procurements valued at $1,500,000
or more is the HCA.
(117) SUBPART 25.4 TRADE AGREEMENTS new subpart added.
(118) 25.401 (NMCARS) Exceptions, new paragraph with its subparagraph (a)(2)(A)
added to implement NAVFAC’s policy for obtaining approval by the Under Secretary of
Defense for Acquisition and Sustainment (USD(A&S) of the determination to exclude an
acquisition of a product from the provisions of FAR subpart 25.4.
(119) 25.403 (NMCARS) World Trade Organization Government Procurement and Free
Trade Agreements with its subparagraph (c)(ii) added to implement NAVFAC’s policy for
obtaining approval by the Under Secretary of Defense for Acquisition and Sustainment
2018 Edition, through Change 1 issued 02 August 2019
144
(USD(A&S)/Director Defense Pricing and Contracting (DPC) of the determination for a
national interest waiver.
(120) 28.102-3 [Removed and Reserved] (content deleted).
(121) 28.102-3-100 NAVFAC solicitation/contract language, Notice of Bonding
Requirements, subparagraph (a) revised to specify the location in the two (2) different
Construction Specifications Institute (CSI) formats, that the language, if applicable,
should be included.
(122) 28.102-3-101 Alternate Protection for Construction in a foreign country,
subparagraph (b) revised to specify the location in the two (2) different Construction
Specifications Institute (CSI) formats, that the language, if applicable, should be
included.
(123) 28.103-1 General, subparagraph (a) language revised to clarify that bonds shall
not be required for facilities support service contracts awarded pursuant to Section 8(a)
of the Small Business Act.
(124) 28.203-100 [Removed and Reserved] (content deleted).
(125) SUBPART 30.2 CAS PROGRAM REQUIREMENTS new subpart added.
(126) 30.201-5 (NMCARS) Waiver, new paragraph with its subparagraphs (b) and (e)
added and implements NAVFAC’s policy on obtaining approval determinations of CAS
Waivers and establishes an annual reporting requirement with a due date of 1
November.
(127) 32.111 [Removed and Reserved] (content deleted).
(128) 32.111-100 [Removed and Reserved] (content deleted).
(129) 32.604 Demand for payment, subparagraph (a)(3) deleted in its entirety. The
information is duplicative from that in higher regulation.
(130) 32.604 Demand for payment, existing subparagraph (a)(5)(ii) renumbered to
(b)(5)(ii) to match that used in higher regulation. Additionally, subparagraph revised to
include information on alternate debt payment methods.
(131) 32.604 Demand for payment, new subparagraph (f) added and implements
NAVFAC’s policy that the contract file must remain open until the debt is collected.
(132) 32.607-1 Installment Payment, new paragraph with its subparagraphs (a) and (b)
added to implement NAVFAC’s policy should a request for installment payment of debt
be received.
(133) 32.607-2 Deferment of collection, existing subparagraphs (a) and (b) are deleted in
their entirety. The information is duplicative of that in higher regulation.
(134) 32.607-2 Deferment of collection, existing subparagraphs (c)(1) and (2) are
renumbered to (c)(2)(e) and (c)(2)(f) to match that used in higher regulation.
2018 Edition, through Change 1 issued 02 August 2019
145
(135) 32.613 [Removed and Reserved] (content deleted).
(136) 32.702 Policy, new subparagraph (a)(1) added to implement NAVFAC’s policy for
construction execution of POL under the CIR process only to Tank Requirements Repair
(TRR) form can be used as a promise to pay if signed by the requestor’s financial
management or comptroller representative.
(137) 32.1100 Final payment for construction and architect-engineer contracts,
subparagraph (e) revised to ensure consistent use of terminology, “calendar days”
replaced with “days.”
(138) 32.7002 (NMCARS) Policy, subparagraph (a) is revised to clarify that approval
from DASN(AP) is required prior to determining that electronic submission of payment
requests and receiving reports would be unduly burdensome to the contractor.
(139) 33.9001 Claims approval requirements, specifically subparagraph (a)(2) revised to
indicate that claims over $25M require review/approval by DASN(AP).
(140) 36.5-100 NAVFAC solicitation/contract language, Utilities for Construction and
Testing, revised to specify the location in the two (2) different Construction Specifications
Institute (CSI) formats, that the language, if applicable, should be included.
(141) 36.5100 NAVFAC provision and contract clauses, subparagraphs (a) and (b) are
deleted in their entirety. These subparagraphs reference NFAS clauses that have been
removed. Existing subparagraph (c) is renumbered to subparagraph (a).
(142) 36.601-3-100 Indefinite quantity architect-engineer contracts, subparagraph (b)
revised to eliminate the language “contracts shall be restricted to small project requiring
similar types of work.”
(143) 36.601-3-100 Indefinite quantity architect-engineer contracts, subparagraph (c)
revised to require approval by the appropriate Competition Advocate on the decision not
to compete a task order under a multiple award contract.
(144) 36.602-2 Evaluation boards, subparagraph (a) revised to clarify that engineers and
architects serving on boards for contracts which include engineering, design,
construction or oversight of engineering, design and construction shall be registered
professionals unless a waiver is granted pursuant to NAVFACINST 3540.1D. The
subparagraph also clarifies that the licensing requirements for the chairperson shall not
be waived under any circumstances. Additionally, this subparagraph clarifies that for
board members outside of NAVFAC, their equivalent training (for CTC 466) will be
approved by the CCO on a case-by-case basis.
(145) 36.602-2 Evaluation boards, new subparagraph (c) added and clarifies that non-
licensed engineers and architects may be appointed to serve on selection boards,
evaluation boards, or evaluation teams for contracts that do NOT involve engineering,
design, construction or any oversight of design, engineering or construction.
(146) 36.605 Government cost estimate for architect-engineer work, added the acronym
(IGE) to ensure consistent use of terminology.
2018 Edition, through Change 1 issued 02 August 2019
146
(147) 36.609 [Removed and Reserved] (content deleted).
(148) 36.609-100 Instructions for use of NAVFAC language, subparagraphs (b), (c), (e)
and (f) revised to specify the location in the two (2) different Construction Specifications
Institute (CSI) formats, that the language, if applicable, should be included.
(149) 36.609-101 NAVFAC solicitation/contract language, Drawings Prepared by an
Architect-Engineer, revised to specify the location in the two (2) different Construction
Specifications Institute (CSI) formats, that the language, if applicable, should be
included.
(150) 36.609-102 NAVFAC solicitation/contract language, Key Personnel, revised to
specify the location in the two (2) different Construction Specifications Institute (CSI)
formats, that the language, if applicable, should be included.
(151) 37.102-100 Policy Government Estimate of Services cost, added the acronym
(IGE) in four (4) locations to ensure consistent use of terminology.
(152) 37.103-100 Contracting offering responsibility, new paragraph added to
establish/incorporate the mandatory SeaPort consideration when procuring Engineering
Services or Program Management Services (not those procured under the Selection of
Architects and Engineers statute).
(153) 37.192 Service Acquisition Workshops (SAWs), subparagraph (a) revised to clarify
that multi-functional teams for service acquisitions with a total estimated value (including
options) or $500M or more or an annual value of $250M or more shall participate in a
SAW or equivalent program.
(154) 37.502 Exclusions, new paragraph with its subparagraph (b) added and reads as
follows: “(b) For NAVFAC EXWC ONLY: As authorized under FY2017 NDAA Section
233 Pilot Program for the Enhancement of the Research, Development, Test and
Evaluation Centers, Phase II, Sprint 1 (Section 233), the NMCARS requirement to use
NMCARS Annex 21 MOPAS-S for supply contracts when incidental services are greater
than the SAT is waived.”
(155) 37.504 Contracting Officer’s Responsibilities, specifically subparagraph (a), new
subparagraph (3) added and reads as follows: “(3) For NAVFAC EXWC ONLY: Actions
under $2,000,000 (including task or delivery orders) may utilize the acquisition
development plan in NAVFAC BMS in lieu of NMCARS Annex 21, MOPAS-S as
authorized under FY2017 NDAA Section 233 Pilot Program for the Enhancement of the
Research, Development, Test and Evaluation Centers, Phase II, Sprint 1 (Section 233).
Approval authorities remain the same as in the table below.
(156) 37.1001 [Removed and Reserved] (content deleted).
(157) SUBPART 42.5 [Removed and Reserved] (content deleted).
(158) 42.570 [Removed and Reserved] (content deleted).
(159) 42.570-100 [Removed and Reserved] (content deleted).
2018 Edition, through Change 1 issued 02 August 2019
147
(160) 43.201-101 Use of Lean Modification Process for actions up to SAT, new
paragraph added establishing policy that the lean modification process shall be used for
all in-scope bilateral modifications up to the SAT.
(161) 45.103-73 Contracting Officer responsibilities, removed reference to NMCARS
from the title. Additionally, the quarterly due dates for reporting to Echelon II on
Government-furnished property compliance were changed to the 30
th
of January, April,
July, and October.
(162) 45.107 [Removed and Reserved] (content deleted).
(163) 45.107-100 [Removed and Reserved] (content deleted).
(164) 46.407 [Removed and Reserved] (content deleted).
(165) 46.407-100 [Removed and Reserved] (content deleted).
(166) SUBPART 48.2 [Removed and Reserved] (content deleted).
(167) 48.201 [Removed and Reserved] (content deleted).
(168) 52.200 Scope of subpart deleted and replaced with [Removed and Reserved].
(169) 5252.201-9300 [Removed and Reserved] (content deleted).
(170) 5252.209-9300 Organizational Conflicts of Interest deleted and replaced with
[Removed and Reserved].
(171) 5252.211-9301 [Removed and Reserved] (content deleted).
(172) 5252.214-9300 [Removed and Reserved] (content deleted).
(173) 5252.214-9301 [Removed and Reserved] (content deleted).
(174) 5252.215-9300 [Removed and Reserved] (content deleted).
(175) 5252.215-9301 [Removed and Reserved] (content deleted).
(176) 5252.215-9302 [Removed and Reserved] (content deleted).
(177) 5252.216-9300 [Removed and Reserved] (content deleted).
(178) 5252.216-9301 [Removed and Reserved] (content deleted).
(179) 5252.216-9302 [Removed and Reserved] (content deleted).
(180) 5252.216-9303 [Removed and Reserved] (content deleted).
(181) 5252.216-9305 [Removed and Reserved] (content deleted).
(182) 5252.216-9306 [Removed and Reserved] (content deleted).
2018 Edition, through Change 1 issued 02 August 2019
148
(183) 5252.216-9307 [Removed and Reserved] (content deleted).
(184) 5252.216-9314 [Removed and Reserved] (content deleted).
(185) 5252.216-9315 [Removed and Reserved] (content deleted).
(186) 5252.217-9300 [Removed and Reserved] (content deleted).
(187) 5252.217-9301 [Removed and Reserved] (content deleted).
(188) 5252.222-9305 [Removed and Reserved] (content deleted).
(189) 5252.223-9300 [Removed and Reserved] (content deleted).
(190) 5252.223-9301 [Removed and Reserved] (content deleted).
(191) 5252.228-9300 [Removed and Reserved] (content deleted).
(192) 5252.228-9305 [Removed and Reserved] (content deleted).
(193) 5252.228-9306 [Removed and Reserved] (content deleted).
(194) 5252.229-9302 [Removed and Reserved] (content deleted).
(195) 5252.229-9304 [Removed and Reserved] (content deleted).
(196) 5252.232-9300 [Removed and Reserved] (content deleted).
(197) 5252.236-9300 [Removed and Reserved] (content deleted).
(198) 5252.236-9301 Special Working Conditions and Entry to Work deleted in its
entirety [Removed and Reserved].
(199) 5252.236-9302 [Removed and Reserved] (content deleted).
(200) 5252.236-9303 [Removed and Reserved] (content deleted).
(201) 5252.236-9304 [Removed and Reserved] (content deleted).
(202) 5252.236-9305 [Removed and Reserved] (content deleted).
(203) 5252.236-9307 [Removed and Reserved] (content deleted).
(204) 5252.236-9308 [Removed and Reserved] (content deleted).
(205) 5252.236-9309 [Removed and Reserved] (content deleted).
(206) 5252.236-9310 Record Drawings deleted in its entirety [Removed and Reserved].
(207) 5252.236-9312 [Removed and Reserved] (content deleted).
(208) 5252.236-9313 [Removed and Reserved] (content deleted).
2018 Edition, through Change 1 issued 02 August 2019
149
(209) 5252.237-9300 [Removed and Reserved] (content deleted).
(210) 5252.237-9301 [Removed and Reserved] (content deleted).
(211) 5252.237-9302 [Removed and Reserved] (content deleted).
(212) 5252.242-9300 [Removed and Reserved] (content deleted).
(213) 5252.242-9305 [Removed and Reserved] (content deleted).
(214) 5252.245-9302 [Removed and Reserved] (content deleted).
(215) 5252.246-9303 [Removed and Reserved] (content deleted).
(216) 5252.246-9304 [Removed and Reserved] (content deleted).
(217) 5252.248-1 [Removed and Reserved] (content deleted).
(218) Appendix A NAVFAC REPORTING REQUIREMENTS, has been revised to add:
the new Monthly Contract Closeout Metric Report; revise the due dates for the Quarterly
Verification and Validation (V&V) Report; revise the due dates for the Quarterly GFP
Compliance Report, add the Warrants Annual Report; revise the due date and correct
the report title of the Annual Contract Action Report, Data Verification and Validation
(V&V) Certification; add the Annual Competition Report, including projected competition
goal for current year; add the Annual Report on Pilot Program for Acquisition of Military-
Purpose Nondevelopmental Items; add the Annual Truth in Negotiation Act (TINA)
Waivers valued $19.5M or more and Commercial Item Exceptions to Cost/Pricing Data
valued at $19.5M or more; add the Annual Nondefense Agency Certification Report; add
the Cost Accounting Standards Waivers over $15M; delete the Quarterly Backlog of
Overaged Contracts (Close-outs) Report; and, delete the Annual Backlog of Overaged
Contracts (Close-outs) Report. Additionally, all reports included in Appendix A are listed
by type of report and then in the order they appear within NFAS.
(219) Appendix B NAVFAC SUBJECT MATTER EXPERT CONTACT LIST, has been
revised to: update the telephone number for ACQ2 to 202-685-9135; Delete the
reference to NEPO from the ACQ3 list of categories and replace it with Expeditionary
Support; Add CVP FIAR responses and FISCAM responses to the ACQ4 list of
categories; Remove CORT and Data Lake from the list of modules under PIEE and to
replace them with JAM and SPM; Delete PPIRS from the list of modules under
IAE/SAM; Add FAADC; Delete eWGL, FIS, and NECO under the stand-alone systems
list; Change Seaport e to Seaport NXG; and Correct the title of the Procurement
Management Assessment Program (PMAP).