DOT EMERGENCY CONTRACTING KIT

Updated June 13, 2006

This document is designed to provide DOT Contracting Officers with prompt access to urgent contracting information and guidance.  It may be copied and included in OA Emergency Contracting Tool Kits.

Additional ideas and comments are solicited and the version date will be changed as updates are provided.  Please send ideas and comments to lenita.ahmadi@dot.gov


TABLE OF CONTENTS


The September 11, 2001 attacks on the United States emphasize the need to remain prepared for emergencies and other contingencies.  Since such contingencies may adversely affect public and Government operations in various areas, contracting personnel should ask questions such as: (1) Am I prepared to respond quickly and efficiently to any disruption which may arise at my organization? (2) Are the DOT contractors prepared to respond to crises?  (3) How will I respond to the needs of my customers?


Reminder: FAR 26.2 gives preference to local businesses for disaster relief operations.


Operating Administration Responsibilities

Our objective is to ensure that DOT contracting activities will be able to satisfy their customers by carrying out day-to-day contracting functions in the face of emergencies such as attacks, accidents, floods, earthquakes, tornadoes, fires, etc. Therefore, the Head of the Contracting Activity (HCA) must:

  1. Ensure that each contracting activity under the HCA's cognizance has in place emergency contracting tool kits meeting the attached requirements.
     
  2. Establish and publicize a streamlined process for granting individual waivers/deviations to the Federal Acquisition Regulation (FAR), Transportation Acquisition Regulation (TAR), Transportation Acquisition Manual (TAM) and operating administrations requirements when needed for acquisitions related to emergency situations. (See FAR 1.4 and TAR and TAM 1201.4.)
     

Unless otherwise specified by the HCA, the Chiefs of Contracting Offices (COCO) will be responsible for maintaining an emergency contracting tool kit for their offices and at least one Contracting Officer from each contracting office must retain a kit off-site.  To ensure preparedness, emergency contracting kits should be tested, but the obligation of funds is not authorized.

 

DEPARTMENT OF TRANSPORTATION
 

Emergency Contracting Tool Kit
 

At a minimum, each Emergency Contracting Tool Kit must contain the following:

  1. A list of companies most likely to be contacted during an emergency situation to provide supplies or services. The list should include the name, telephone number, address and point(s) of contact for these companies.
     
  2. A Government-wide commercial purchase card in the name of a Contracting Officer who has an unlimited warrant (see TAM 1213.301). Contracting activities with contracting authority that does not exceed $100,000 are exempt from this requirement.
     
  3. A list of at least 10 contract numbers and 10 purchase order numbers "reserved" for emergency use.
     
  4. At least five "blank" SF1449s Solicitation/Contract/Order for Commercial Items  with instructions for critical entries, such as the billing address, order number, and accounting
     
  5. At least five "blank" Letter Contracts (see FAR 16.603) which can be completed "by hand."
     
  6. At least 10 template justifications for other than full and open competition for use under emergency conditions, which can be manually completed.  See FAR 6.302 for the authorities for other than full and open competition.
     
  7. A list of persons (including their emergency contact telephone numbers) within the organizational element, who are authorized to approve justifications. The list must be approved at a management level above the Chief of the Contracting Office.
     
  8. A list of persons at the contracting activity and Headquarters level who are authorized to provide contracting officers oral and/or written approval to obligate funds in the event of emergencies.
     
  9. A list of on-site contract employees should be added to the Emergency Call List, the list shall include the name, telephone number, address and point(s) of contact for these employees.
     
  10. Each Contracting Officer and Contract Specialist shall have a hard copy of the Emergency Contracting Kit.
     

We recommend that each Emergency Contracting Tool Kit include:

  1. A laptop computer with access to the Internet and a printer.
     
  2. Several Convenience Checks that can be ordered using U.S. Bank, Access on Line.
     
  3. A copy of the organizational element's emergency policies and/or procedures, including the element's and M-60's streamlined process for obtaining individual or class waivers/deviations to the FAR, TAR and TAM (see below).
     
  4. A list of home and/or cell phone numbers of likely contacts, including other Contracting Officers and program officials.
     
  5. A list of persons and their emergency phone numbers, in major program offices who are authorized to use the Government-wide commercial purchase card.
     
  6. A list of Government-wide agency contracts for the acquisition of support services and Federal Supply Schedules that could be used in emergency situations. The listing should include the name and telephone number of the points of contact for these contracts.
     
  7. Templates (see Forms SF-1449, OF-336, and OF-347) for purchase orders.
     
  8. Templates (see forms SF-26, SF-33, and OF-307) for both fixed-price and cost-reimbursement type contracts. FAR 15.509 applies. These should include separate templates for supplies, services and construction.
     
  9. A portable photocopy machine.
     

A hard or electronic copy of the "most likely to be used" FAR, TAR and TAM parts (e.g., Parts 6, 13, 15, 16 and 19). Also, the names, including telephone numbers of OST, M-60 procurement analysts and their assigned FAR parts. See website: http://www.dot.gov/ost/m60/earl/listparts.htm.
 


Obtaining an Urgent Class Deviation
to the FAR, TAR, or TAM

 

OSPE provides rapid approval of class deviations to the FAR, TAR and TAM.  The DOT Contracting Officer need only answer the questions below and remit to the DOT Senior Procurement Executive:
 

David Litman
(202) 366-4263
FAX (202) 366-7510
david.litman@dot.gov
 

Questions for requesting an emergency class deviation to the FAR, TAR, or TAM.

  1. Who are you? (What office do you represent? How can you be contacted? Name of the Contracting Officer who provided the answers.)
     

ANSWER:

  1. What do you need to do and why is a class deviation required?
    (You do not have to provide detailed cites in the FAR, TAR or TAM if time does not permit.)
     

ANSWER:

  1. Why is this an emergency and what are the consequences if the request is not approved?
     

ANSWER:

  1. Any comments?
     

ANSWER:

 

This emergency action was approved by:             Date/Time:

____________________________________________________
 


Potential Sources for Urgent Contracting
 

The Air Force Contract Augmentation Program (AFCAP) Contracts No. FA3002-06-D- xxxx,  (0001 through 0006 dependant on vendor)} a multi-vendor, open-ended, Indefinite Delivery/Indefinite Quantity (ID/IQ), task order-styled contract aligned to leverage capability from the commercial sector in meeting U.S. Government & National Command Authority partners contingent requirements.  The contract, awarded November 8, 2006, includes a base year with nine one-year options and is available to all military, U.S. Governmental agencies, NATO, multi-national and coalition forces.  The requirements under AFCAP include:

I take exception to the Army’s statement on their LOGCAP program which states, “This contract vehicle is broader in scope than the AFCAP contract.”  This is not the case.

The Navy’s CONCAP (Construction Capability) contract provides the capability to supplement permanent organizations for rapid response to contingency operations. The CONCAP contract, administered by the Naval Facilities Engineering Command, is similar to the Army's Logistics Civil Augmentation Program (LOGCAP) and the Air Force's AFCAP, but is more narrowly focused on construction and construction-related services.  Representative examples of potential construction tasks from the statement of work include—

Visit https://portal.navfac.navy.mil/portal/page for more information.

LOGCAP is a U.S. Army initiative for peacetime planning for the use of civilian contractors in wartime and other contingencies.  This contract vehicle is broader in scope than the AFCAP contract.  The LOGCAP contract provides the following board service categories: 
 

·        Force Sustainment

·        Retrograding Equipment and Supplies

·        Construction Support

·        General Logistics Services

·        Augmentation to Engineer Units

·        Facility Engineer Support 
 

Visit http://www.amc.army.mil/amc/ci/pubs/p700_30.pdf for more information.
 

For the sources below and others, please visit the Acquisition Central site.

  1. GSA Advantage On-Line Shopping Catalog
     
  2. GSA Federal Supply Schedule Information and Contracts
     
  3. Governmentwide ADP Mass Buy Contracts Home Page of NASA
     
     

Urgent Contracting Processes – A Guide and References
 

There are a multitude of methods and forms available to acquire goods and services in emergency situations.  The quick guide below addresses immediate, direct acquisitions.  Other methods available include orders under existing contracts, use of Federal Supply Schedules and, potentially, contract modifications.  The FAR is replete with contracting media such as purchase orders, unpriced purchase orders, and several standard forms.  The quick guide below assumes little capability to structure a complex contract, and attempts to avoid electronic media or media with limited applications.
 

NOTICE:  Please be aware that when following a link to the FAR, links are only available to the subpart level, and you may have to scroll down to the specific section.  Parts beginning with a “.00X” section (e.g., parts 5, 6, 13 and 19) contain both “.00X” and “.10X” sections on the same page and may require scrolling to get to the “.10X” sections.  The FAR cites are as of FAC 97-27 (June 25, 2001).  Note that FAR 13.5, Test Program for Certain Commercial Items, which provides a ceiling of five million dollars currently expires on January 1, 2002.
 

Quick Guide for new acquisitions up to $2,500:

  1. Competition is not required. [FAR 13.102].
  2. Oral solicitations allowed, except for construction over $2,000. [FAR 13.106-1].
  3. May use purchase cards. [FAR 13.201].
  4. May use OF-347 s [FAR 13.306] without clauses [FAR 13.201] however must include EFT unless payment to be made using a purchase card. [FAR 32.1110].
  5. No synopsis or posting requirements. [FAR 5.101]
     

Quick Guide for new acquisition over $2,500 up to $10,000:

  1. Soliciting one source allowed if CO determines urgent with only one source reasonably available [FAR 13.106-1].
  2. FAR Part 6 does not apply; however, consider soliciting at least three sources. [FAR 6.001 and 13.104 ].
  3. Each acquisition of supplies or services that has an anticipated dollar value over $2,500 but not exceeding $100,000 shall be set aside for small business (see FAR 19.000 and Subpart 19.5 ). See 19.502-2 for exceptions. [FAR 13.003]
  4. Oral solicitations are allowed, except for construction over $2,000. [FAR 13.106-1]
  5. May use purchase cards [FAR 13.201].
  6. May use OF-347s (purchase made under unusual and compelling urgency) [FAR 13.306] with clauses, except EFT if payment is to be made using a purchase card [ FAR 32.1110].
  7. When obtaining oral quotes, the contracting officer shall inform the offeror of the EFT clause that will be in any resulting purchase order unless payment to be made using a purchase card [ FAR 13.302].
  8. No synopsis or posting requirements.
     

Quick Guide for new acquisitions over $10,000 and up to $25,000:

  1. Soliciting one source allowed if CO determines urgent with only one source reasonably available [ FAR 13.106-1].
  2. FAR Part 6 does not apply; however, consider soliciting at least three sources. [FAR 6.001 and 13.104].
  3. Each acquisition of supplies or services that has an anticipated dollar value exceeding $2,500 and not exceeding $100,000 is reserved exclusively for small business concerns and shall be set aside (see FAR 19.000 and Subpart 19.5 ). See 19.502-2 for exceptions. [ FAR 13.003]
  4. Oral solicitations are allowed, except for construction over $2,000. [ FAR 13.106-1]
  5. Must post solicitation notice locally or electronically for 10 days after solicitation, even if after award, unless using oral solicitation or FACNET. [FAR 5.101].
  6. May use purchase card following FAR procedures. [ FAR 13.201].
  7. May use OF-347s (purchase made under unusual and compelling urgency) [ FAR 13.306] with clauses except for EFT if payment is to be made using a purchase card [ FAR 32.1110].
  8. When obtaining oral quotes, the contracting officer shall inform the offeror of the EFT clause that will be in any resulting purchase order unless payment to be made using a purchase card [FAR 13.302].
  9. No CBD/FedBizOpps synopsis requirements. [FAR 5.101]
     

Quick Guide for new acquisitions over $25,000 and up to $100,000: 

  1. Solicitation of only one source allowed if CO determines urgent with only one source reasonably available [ FAR 13.106-1].
  2. FAR Part 6 does not apply; however, consider soliciting at least three sources. [FAR 6.001 and 13.104].
  3. Each acquisition of supplies or services that has an anticipated dollar value exceeding $2,500 and not exceeding $100,000 is reserved exclusively for small business concerns and shall be set aside (see FAR 19.000 and Subpart 19.5). See FAR 19.502-2  for exceptions. [ FAR 13.003]
  4. Oral solicitations are allowed, except for construction over $2,000. [ FAR 13.106-1]
  5. Solicitation synopsis (CBD/FedBizOpps notice) required [ FAR 5.201] unless unusual and compelling urgency precludes competition to the maximum extent practicable [ FAR 5.202(a)(2)]
  6. May use purchase card following FAR procedures. FAR 13.201].
  7. May use OF-347s (purchase made under unusual and compelling urgency) [ FAR 13.306] with clauses except for EFT if payment is to be made using a purchase card [ FAR 32.1110].
  8. When obtaining oral quotes, the contracting officer shall inform the offeror of the EFT clause that will be in any resulting purchase order unless payment to be made using a purchase card [FAR 13.302].
     

Quick Guide for new emergency acquisitions over $100,000 and up to $5,000,000 using Commercial Item processes [ FAR 13.5]:

  1. Use is limited to firm-fixed-priced or fixed-price with EPA contracts. FAR 12.207]
  2. SF 1449, Solicitation/Contract/Order for Commercial Items, is required over $100,000 [FAR 12.204 and 12.303] unless use streamlined CDB solicitation procedure. [FAR 12.603]
  3. Competition not required if sole source justification approved. [ FAR 13.501].
  4. FAR Part 6 competition requirements do not apply; however, consider soliciting at least three sources. [ FAR 6.001 and 13.104].
  5. Pricing requirements of FAR 15.4 apply. [FAR 12.209].
  6. May reduce synopsis and solicitation time. [FAR 12.603].
     

Quick Guide for new emergency acquisitions over $100,000 "non-commercial" FAR processes:
 

This guide is limited because over this threshold complexities and variations are significant. Below is a process that can expedite applicable acquisitions.

  1. Limit competition citing unusual and compelling urgency. Approval justification after award. [ FAR 6.302-2]
  2. Award contracts before justifications are made and approved under FAR 6.302-2(c)(1).
  3. Eliminate synopsis and solicitation lead time citing FAR 6.302-2 [ FAR 5.202]
  4. Use oral solicitation. [FAR 15.203]
  5. Issue a Letter Contract. [ FAR 16.603]


 Special Emergency Procurement Authority

New emergency response authorities have been provided under the Services Acquisition Reform Act (SARA), which was enacted as Title XIV of the National Defense Authorization Act, Section 1443, to provide Special Emergency Procurement Authority.  This Section is codified at 41 USC 428a.  The authorities of this section apply for support of a contingency operation; or to facilitate the defense against or recovery from nuclear, biological, chemical, or radiological attacks against the United States.

Section 1443 increased procurement thresholds and made definitional changes, which were implemented in the Federal Acquisition Regulation (FAR Part 2.1) as follows:

“Contingency operation” (10 U.S.C. 101(a)(13)) means a military operation that—
 

(1) Is designated by the Secretary of Defense as an operation in which members of the armed forces are or may become involved in military actions, operations, or hostilities against an enemy of the United States or against an opposing military force; or
 

(2) Results in the call or order to, or retention on, active duty of members of the uniformed services under section 688, 12301(a), 12302, 12304, 12305, or 12406 of 10 U.S.C., chapter 15 of 10 U.S.C., or any other provision of law during a war or during a national emergency declared by the President or Congress.
 

Micro-purchase threshold” means $2,500, except it means—

(1) For construction subject to the Davis-Bacon Act, $2,000; and

(2) For acquisitions of supplies or services that, 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 nuclear, biological, chemical or radiological attack as described in 13.201(g) (1), except for construction subject to the Davis-Bacon Act (41 U.S.C. 428a)--

(i) $15,000 in the case of any contract to be awarded and performed, or purchase to be made, inside the United States; and

(ii) $25,000 in the case of any contract to be awarded and performed, or purchase to be made outside the United States.

“Simplified acquisition threshold” means $100,000, except for acquisitions of supplies or services that, 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 nuclear, biological, chemical, or radiological attack (41 U.S.C. 428a), the term means--
 

(1) $250,000 for any contract to be awarded and performed, or purchase to be made, inside the United States; and
 

(2) $1 million for any contract to be awarded and performed, or purchase to be made, outside the United States.

FAR Part 12, Subpart 12.102:  (f)(1) Contracting officers may treat any acquisition of supplies or services that, as determined by the head of the agency, are to be used to facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack, as an acquisition of commercial items.

(2) A contract in an amount greater than $15,000,000 that is awarded on a sole source basis for an item or service treated as a commercial item under paragraph (f)(1) of this section but does not meet the definition of a commercial item as defined at FAR 2.101 shall not be exempt from—

(i) Cost accounting standards (see Subpart 30.2); or

(ii) Cost or pricing data requirements (see 15.403).

FAR Part 13, Subpart 13.201:  (g) (1) For acquisitions of supplies or services that, as determined by the head of the agency, are to be used to support a contingency operations or to facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack, the micro-purchase threshold is--


(i) $15,000 in the case of any contract to be awarded and performed, or purchase to be made, inside the United States; and
 

(ii) $25,000 in the case of any contract to be awarded and performed, or purchase to be made, outside the United States.
 

(2) Purchases using this authority must have a clear and direct relationship to the support of a contingency operation or the defense against or recovery from nuclear, biological chemical, or radiological attack.
 

FAR Part 13, Subpart 13.5:  (e) Under 41 U.S.C. 428a, the simplified acquisition procedures authorized by this test program may be used for acquisitions that do not exceed $10 million when
 

(1) The acquisition is for commercial items that, as determined by the head of the agency, are to be used in support of a contingency operation or to facilitate the defense against or recovery from nuclear, biological, chemical, or radiological attack.

FAR Part 19, Subpart 19.9, Section 19.903:  (b) The Very Small Business Pilot Program does not apply to—

(1) Acquisitions that will be awarded pursuant to the 8(a) Program;

(2) Any requirement that is subject to the Small Business Competitiveness Demonstration Program (see Subpart 19.10); or

(3) Acquisitions of $15,000 or less for acquisitions of supplies or services that, 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 nuclear, biological chemical or radiological attack as described in 13.201(g)(1).