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