Procurement Thresholds for Implementation of the Trade Agreements Act of 1979, 73510-73511 [E5-7236]

Download as PDF 73510 Federal Register / Vol. 70, No. 237 / Monday, December 12, 2005 / Notices 12. The names and nationalities of all foreign principals for whom the applicant is currently or has previously been registered pursuant to the Foreign Agents Registration Act, 22 U.S.C. 611 et seq., and the dates of all registration periods. 13. A short statement of qualifications and availability for service on FTA dispute settlement panels, including information relevant to the applicant’s familiarity with international trade law and willingness and ability to make time commitments necessary for service on panels. 14. On a separate page, the names, addresses, telephone and fax numbers of three individuals willing to provide information concerning the applicant’s qualifications for service, including the applicant’s character, reputation, reliability, judgment, and familiarity with international trade law. 15. Information regarding any specific skill or experience which may be relevant to a specific panel for which the applicant is applying. Paperwork Burden It is estimated that approximately 150 individuals a year will submit applications for various panels and that it will take each applicant approximately three hours to compile their applications for a total paperwork burden of 450 hours a year. The recordkeeping cost of maintaining the information received will be minimal. Request for Comments USTR request comments on this proposed collection of information including comments on the following questions: (1) Is the proposed collection of information necessary for the proper performance of the functions of USTR? (2) Is the estimated burden of the proposed collection of information accurate? (3) Can the utility and clarity of the information being collected be enhanced? and (4) Can the burden on the providers of the information be minimized. David J. Apol, Associate General Counsel, Office of the United States Trade Representative. [FR Doc. E5–7237 Filed 12–9–05; 8:45 am] BILLING CODE 3190–W6–P OFFICE OF THE UNITED STATES TRADE REPRESENTATIVE Procurement Thresholds for Implementation of the Trade Agreements Act of 1979 Office of the United States Trade Representative. AGENCY: VerDate Aug<31>2005 17:51 Dec 09, 2005 Jkt 208001 Determination of procurement thresholds under the World Trade Organization Government Procurement Agreement, the United States-Australia Free Trade Agreement, the United States-Chile Free Trade Agreement, the North American Free Trade Agreement, and the United States-Singapore Free Trade Agreement. ACTION: FOR FURTHER INFORMATION CONTACT: Dawn Shackleford, Director for International Procurement, Office of the United States Trade Representative, (202) 395–9461 or Dawn_Shackleford@ustr.eop.gov. SUMMARY: Executive Order 12260 requires the United States Trade Representative to set the U.S. dollar thresholds for application of Title III of the Trade Agreements Act of 1979, as amended (19 U.S.C. 2511 et seq.), which implements U.S. trade agreement obligations, including those under the World Trade Organization (WTO) Government Procurement Agreement, Chapter 15 of the United StatesAustralia Free Trade Agreement, Chapter 9 of the United States-Chile Free Trade Agreement, Chapter 10 of the North American Free Trade Agreement (NAFTA), and Chapter 13 of the United States-Singapore Free Trade Agreement. These obligations apply to covered procurements valued at or above specified U.S. dollar thresholds. Now, therefore, I, Rob Portman, United States Trade Representative, in conformity with the provisions of Executive Order 12260, and in order to carry out U.S. trade agreement obligations under the World Trade Organization (WTO) Government Procurement Agreement, Chapter 15 of the United States-Australia Free Trade Agreement, Chapter 9 of the United States-Chile Free Trade Agreement, Chapter 10 of NAFTA, and Chapter 13 of the United States-Singapore Free Trade Agreement, do hereby determine, effective on January 1, 2006: For the calendar years 2006–2007, the thresholds are as follows: I. WTO Government Procurement Agreement A. Central Government Entities listed in U.S. Annex 1: (1) Procurement of goods and services—$193,000; and (2) Procurement of construction services—$7,407,000. B. Sub-Central Government Entities listed in U.S. Annex 2: (1) Procurement of goods and services—$526,000; and (2) Procurement of construction services—$7,407,000. C. Other Entities listed in U.S. Annex 3: PO 00000 Frm 00081 Fmt 4703 Sfmt 4703 (1) Procurement of goods and services—$593,000; and (2) Procurement of construction services—$7,407,000. II. U.S.-Australia Free Trade Agreement, Chapter 15 A. Central Government Entities listed in the U.S. Schedule to Annex 15–A, Section 1: (1) Procurement of goods and services—$64,786; and (2) Procurement of construction services—$7,407,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 15–A, Section 2: (1) Procurement of goods and services—$526,000; and (2) Procurement of construction services—$7,407,000. C. Other Entities listed in the U.S. Schedule to Annex 15–A, Section 3: (1) Procurement of goods and services for List A Entities—$323,929; (2) Procurement of goods and services for List B Entities— $593,000; (3) Procurement of construction services—$7,407,000. III. U.S.-Chile Free Trade Agreement, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section A: (1) Procurement of goods and services—$64,786; and (2) Procurement of construction services—$7,407,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section B: (1) Procurement of goods and services—$526,000; and (2) Procurement of construction services—$7,407,000. C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section C: (1) Procurement of goods and services for List A Entities— $323,929; (2) Procurement of goods and services for List B Entities—$593,000; (3) Procurement of construction services—$7,407,000. IV. North American Free Trade Agreement (NAFTA), Chapter 10 A. Federal Government Entities listed in the U.S. Schedule to Annex 1001.1a–1: (1) Procurement of goods and services—$64,786; and (2) Procurement of construction services—$8,422,165. B. Government Enterprises listed in the U.S. Schedule to Annex 1001.1a–2: (1) Procurement of goods and services—$323,929; and E:\FR\FM\12DEN1.SGM 12DEN1 Federal Register / Vol. 70, No. 237 / Monday, December 12, 2005 / Notices (2) Procurement of construction services—$10,366,227. V. U.S.-Singapore Free Trade Agreement, Chapter 13 A. Central Government Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section A: (1) Procurement of goods and services—$64,786; and (2) Procurement of construction services—$7,407,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section B: (1) Procurement of goods and services—$526,000; and (2) Procurement of construction services—$7,407,000. C. Other Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section C: (1) Procurement of goods and services—$593,000; (2) Procurement of construction services—$7,407,000. Rob Portman, United States Trade Representative. [FR Doc. E5–7236 Filed 12–9–05; 8:45 am] BILLING CODE 3190–W6–P DEPARTMENT OF TRANSPORTATION Federal Aviation Administration Public Notice for a Change in Use of Aeronautical Property at Cincinnati/ Northern Kentucky International Airport, Hebron, KY Federal Aviation Administration (FAA), DOT. ACTION: Request for public comment. AGENCY: SUMMARY: Under the provisions of title 49, U.S.C. Section 47153(c), the Federal Aviation Administration is requesting public comment on the Kenton County Airport Board’s request to trade a portion (1.5 acres) of airport property to V.H. Florence, LLC for a portion (1.5 acres) of V.H. Florence, LLC property effectively changing the airport portion from aeronautical use to nonaeronautical use and changing the V.H. Florence, LLC from non-aeronautical use to an aeronautical use. The property is to be traded to V.H. Florence, LLC, Florence, Kentucky for a ‘‘Walmart’’ development project. The Kenton County Airport Board’s 1.5 acres is located on the southern boundary of Cincinnati/Northern Kentucky International Airport; is a portion of a 238.774 acre parcel; and has no direct access except through adjoining airport property or adjacent V.H. Florence, LLC property, Boone VerDate Aug<31>2005 17:51 Dec 09, 2005 Jkt 208001 County, Kentucky. The V.H. Florence, LLC’s 1.5 acres is located on the southern boundary of Cincinnati/ Northern Kentucky International Airport; and has no direct access except through adjoining V.H. Florence, LLC property or adjacent airport property, Boone County, Kentucky. DATES: Comments must be received on or before January 11, 2006. ADDRESSES: Comments on this notice may be mailed or delivered in triplicate to the FAA at the following address: Memphis Airports district Office, 2862 Business Park Drive, Building G, Memphis, TN 38118–1555. In addition, one copy of any comments submitted to the FAA must be mailed or delivered to Ms. Barbara Schempf, Governmental Affairs/Noise Abatement Manager, Kenton County Airport Board at the following address: 2939 Terminal Drive, 2nd Floor Terminal 1, Hebron, Kentucky 41048. FOR FURTHER INFORMATION CONTACT: Jerry O. Bowers, Airports Program Manager, Memphis Airports District Office, 2862 Business Park Drive, Building G, Memphis, TN 38118–1555, (901) 322– 8184. The application may be reviewed in person at this same location. SUPPLEMENTARY INFORMATION: The FAA is reviewing a request by the Kenton County Airport Board to trade 1.5 acres of aeronautical property at Cincinnati/ Northern Kentucky International Airport, Hebron, Kentucky. The property will be traded to V.H. Florence, LLC for a ‘‘Walmart’’ development project. The appraised value of the Kenton County Airport Board’s 1.5 acres is $37,500. The appraised value of V.H. Florence, LLC’s 1.5 acres is $37,500. The net difference in appraised values is zero. A detailed legal description of the property proposed for release can be requested or seen at either of the contacts given above. However, the general description of both 1.5 acre parcels are located on the southern boundary of Cincinnati/Northern Kentucky International Airport; in close proximity to Turfway and Houston Roads; both parcels have no direct access and are both located adjacent to airport and V.H. Florence, LLC Properties, Boone County, Kentucky. Any person may inspect the request in person at the FAA office listed above under FOR FURTHER INFORMATION CONTACT. In addition, any person may, upon request, inspect the request, notice and other documents germane to the request in person at the Kenton County Airport Board’s office on Cincinnati/ Northern Kentucky International Airport, Hebron, Kentucky. PO 00000 Frm 00082 Fmt 4703 Sfmt 4703 73511 Issued in Memphis, Tennessee, on December 2, 2005. Phillip J. Braden, Manager, Memphis Airports District Office, Southern Region. [FR Doc. 05–23891 Filed 12–9–05; 8:45 am] BILLING CODE 4910–13–M DEPARTMENT OF TRANSPORTATION Federal Aviation Administration [Summary Notice No. PE–2005–63] Petitions for Exemption; Dispositions of Petitions Issued Federal Aviation Administration (FAA), DOT. ACTION: Notice of disposition of prior petition. AGENCY: SUMMARY: Pursuant to FAA’s rulemaking provisions governing the application, processing, and disposition of petitions for exemption, part 11 of Title 14, Code of Federal Regulations (14 CFR), this notice contains the disposition of certain petitions previously received. The purpose of this notice is to improve the public’s awareness of, and participation in, this aspect of FAA’s regulatory activities. Neither publication of this notice nor the inclusion or omission of information in the summary is intended to affect the legal status of any petition or its final disposition. FOR FURTHER INFORMATION CONTACT: Tim Adams (202) 267–8033, Sandy Buchanan-Sumter (202) 267–7271, or John Linsenmeyer (202) 267–5174, Office of Rulemaking (ARM–1), Federal Aviation Administration, 800 Independence Avenue, SW., Washington, DC 20591. This notice is published pursuant to 14 CFR 11.85 and 11.91. Issued in Washington, DC, on December 2, 2005. Anthony F. Fazio, Director, Office of Rulemaking. Dispositions of Petitions Docket No.: FAA–2002–12739. Petitioner: Evergreen International Airlines, Inc. Section of 14 CFR Affected: 14 CFR 121.583(a)(8). Description of Relief Sought/ Disposition: To allow up to three dependents of Evergreen International Airlines, Inc., employees to be added to the list of persons specified in part 121.583(a)(8) that Evergreen International Airlines, Inc., is authorized to transport without complying with the passenger-carrying aircraft requirements. E:\FR\FM\12DEN1.SGM 12DEN1

Agencies

[Federal Register Volume 70, Number 237 (Monday, December 12, 2005)]
[Notices]
[Pages 73510-73511]
From the Federal Register Online via the Government Printing Office [www.gpo.gov]
[FR Doc No: E5-7236]


-----------------------------------------------------------------------

OFFICE OF THE UNITED STATES TRADE REPRESENTATIVE


Procurement Thresholds for Implementation of the Trade Agreements 
Act of 1979

AGENCY: Office of the United States Trade Representative.

ACTION: Determination of procurement thresholds under the World Trade 
Organization Government Procurement Agreement, the United States-
Australia Free Trade Agreement, the United States-Chile Free Trade 
Agreement, the North American Free Trade Agreement, and the United 
States-Singapore Free Trade Agreement.

-----------------------------------------------------------------------

FOR FURTHER INFORMATION CONTACT: Dawn Shackleford, Director for 
International Procurement, Office of the United States Trade 
Representative, (202) 395-9461 or Dawn--Shackleford@ustr.eop.gov.

SUMMARY: Executive Order 12260 requires the United States Trade 
Representative to set the U.S. dollar thresholds for application of 
Title III of the Trade Agreements Act of 1979, as amended (19 U.S.C. 
2511 et seq.), which implements U.S. trade agreement obligations, 
including those under the World Trade Organization (WTO) Government 
Procurement Agreement, Chapter 15 of the United States-Australia Free 
Trade Agreement, Chapter 9 of the United States-Chile Free Trade 
Agreement, Chapter 10 of the North American Free Trade Agreement 
(NAFTA), and Chapter 13 of the United States-Singapore Free Trade 
Agreement. These obligations apply to covered procurements valued at or 
above specified U.S. dollar thresholds.
    Now, therefore, I, Rob Portman, United States Trade Representative, 
in conformity with the provisions of Executive Order 12260, and in 
order to carry out U.S. trade agreement obligations under the World 
Trade Organization (WTO) Government Procurement Agreement, Chapter 15 
of the United States-Australia Free Trade Agreement, Chapter 9 of the 
United States-Chile Free Trade Agreement, Chapter 10 of NAFTA, and 
Chapter 13 of the United States-Singapore Free Trade Agreement, do 
hereby determine, effective on January 1, 2006:
    For the calendar years 2006-2007, the thresholds are as follows:

I. WTO Government Procurement Agreement

A. Central Government Entities listed in U.S. Annex 1:
    (1) Procurement of goods and services--$193,000; and
    (2) Procurement of construction services--$7,407,000.
B. Sub-Central Government Entities listed in U.S. Annex 2:
    (1) Procurement of goods and services--$526,000; and
    (2) Procurement of construction services--$7,407,000.
C. Other Entities listed in U.S. Annex 3:
    (1) Procurement of goods and services--$593,000; and
    (2) Procurement of construction services--$7,407,000.

II. U.S.-Australia Free Trade Agreement, Chapter 15

A. Central Government Entities listed in the U.S. Schedule to Annex 15-
A, Section 1:
    (1) Procurement of goods and services--$64,786; and
    (2) Procurement of construction services--$7,407,000.
B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 
15-A, Section 2:
    (1) Procurement of goods and services--$526,000; and
    (2) Procurement of construction services--$7,407,000.
C. Other Entities listed in the U.S. Schedule to Annex 15-A, Section 3:
    (1) Procurement of goods and services for List A Entities--
$323,929;
    (2) Procurement of goods and services for List B Entities-- 
$593,000;
    (3) Procurement of construction services--$7,407,000.

III. U.S.-Chile Free Trade Agreement, Chapter 9

A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section A:
    (1) Procurement of goods and services--$64,786; and
    (2) Procurement of construction services--$7,407,000.
B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section B:
    (1) Procurement of goods and services--$526,000; and
    (2) Procurement of construction services--$7,407,000.
C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section C:
    (1) Procurement of goods and services for List A Entities-- 
$323,929;
    (2) Procurement of goods and services for List B Entities--
$593,000;
    (3) Procurement of construction services--$7,407,000.

IV. North American Free Trade Agreement (NAFTA), Chapter 10

A. Federal Government Entities listed in the U.S. Schedule to Annex 
1001.1a-1:
    (1) Procurement of goods and services--$64,786; and
    (2) Procurement of construction services--$8,422,165.
B. Government Enterprises listed in the U.S. Schedule to Annex 1001.1a-
2:
    (1) Procurement of goods and services--$323,929; and

[[Page 73511]]

    (2) Procurement of construction services--$10,366,227.

V. U.S.-Singapore Free Trade Agreement, Chapter 13

A. Central Government Entities listed in the U.S. Schedule to Annex 
13A, Schedule 1, Section A:
    (1) Procurement of goods and services--$64,786; and
    (2) Procurement of construction services--$7,407,000.
B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 
13A, Schedule 1, Section B:
    (1) Procurement of goods and services--$526,000; and
    (2) Procurement of construction services--$7,407,000.
C. Other Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, 
Section C:
    (1) Procurement of goods and services--$593,000;
    (2) Procurement of construction services--$7,407,000.

Rob Portman,
United States Trade Representative.
 [FR Doc. E5-7236 Filed 12-9-05; 8:45 am]
BILLING CODE 3190-W6-P
This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.