Procurement Thresholds for Implementation of the Trade Agreements Act of 1979, 77694-77696 [2015-31503]

Download as PDF 77694 Federal Register / Vol. 80, No. 240 / Tuesday, December 15, 2015 / Notices to Security Records, a user must first be granted access to the Department of State computer system, and user access is not granted until a background investigation has been completed. Remote access to the Department of State network from non-Department owned systems is authorized only through a Department-approved access program. Remote access to the network is configured with the Office of Management and Budget Memorandum M–07–16 security requirements, which include but are not limited to two-factor authentication and time out function. All Department of State employees and contractors with authorized access have undergone a thorough background security investigation. Access to the Department of State, its annexes, and posts abroad is controlled by security guards and admission is limited to those individuals possessing a valid identification card or individuals under proper escort. All paper records containing personal information are maintained in secured file cabinets in restricted areas, access to which is limited to authorized personnel. Access to computerized files is passwordprotected and under the direct supervision of the system manager. The system manager has the capability of printing audit trails of access from the computer media, thereby permitting regular and ad hoc monitoring of computer usage. When it is determined that a user no longer needs access, the user account is disabled. RETENTION AND DISPOSAL: Retention of these records varies depending upon the specific kind of record involved. The records are retired or destroyed in accordance with published schedules of the Department of State and as approved by the National Archives and Records Administration. More specific information may be obtained by writing to the Director; Office of Information Programs and Services; A/GIS/IPS; SA–2; Department of State; 515 22nd Street NW., Washington, DC 20522–8100. asabaliauskas on DSK5VPTVN1PROD with NOTICES SYSTEM MANAGER AND ADDRESS: Principal Deputy Assistant Secretary for Diplomatic Security and Director for the Diplomatic Security Service; Department of State; SA–20; 23rd Floor; 1801 North Lynn Street, Washington, DC 20522–2008 for the Harry S. Truman Building, domestic annexes, field offices and missions; Security Officers at respective U.S. Embassies, Consulates, and missions overseas. NOTIFICATION PROCEDURE: Individuals who have reason to believe that the Bureau of Diplomatic VerDate Sep<11>2014 17:08 Dec 14, 2015 Jkt 238001 Security may have security/investigative records pertaining to themselves should write to the Director; Office of Information Programs and Services; A/ GIS/IPS; SA–2; Department of State; 515 22nd Street NW., Washington, DC 20522–8100. The individual must specify that he/she wishes Security Records to be checked. At a minimum, the individual must include: Name; date and place of birth; current mailing address and zip code; signature; and a brief description of the circumstances which may have caused the creation of the record. RECORD ACCESS AND AMENDMENT PROCEDURES: Individuals who wish to gain access to or amend records pertaining to themselves should write to the Director; Office of Information Programs and Services (address above). CONTESTING RECORD PROCEDURES: See above. RECORD SOURCE CATEGORIES: These records contain information obtained from the individual; persons having knowledge of the individual; persons having knowledge of incidents or other matters of investigative interest to the Department; other U.S. law enforcement agencies and court systems; pertinent records of other federal, state, or local agencies or foreign governments; pertinent records of private firms or organizations; the intelligence community; and other public sources. The records also contain information obtained from interviews, review of records, and other authorized investigative techniques. SYSTEMS EXEMPTED FROM CERTAIN PROVISIONS OF THE ACT: Any other exempt records from other agencies’ systems of records that are recompiled into this system are also considered exempt to the extent they are claimed as such in the original systems. Pursuant to 5 U.S.C. 552a (j)(2), records in this system may be exempted from subsections (c)(3) and (4), (d), (e)(1), (2), (3), and (e)(4)(G), (H), and (I), and (f) of the Privacy Act. Pursuant to 5 U.S.C. 552a (k)(1), (k)(2), and (k)(5), records in this system may be exempted from subsections (c)(3), (d)(1), (d)(2), (d)(3), (d)(4), (d)(5), (e)(1), (e)(4)(G), (e)(4)(H), (e)(4)(I), (f)(1), (f)(2), (f)(3), (f)(4), and (f)(5). See 22 CFR 171. [FR Doc. 2015–31527 Filed 12–14–15; 8:45 am] BILLING CODE 4710–43–P PO 00000 Frm 00095 Fmt 4703 Sfmt 4703 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. ACTION: Notice of Determination of Procurement Thresholds. AGENCY: FOR FURTHER INFORMATION CONTACT: Scott Pietan, Director of International Procurement Policy, Office of the United States Trade Representative, (202) 395–9646 or scott_pietan@ 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) Agreement on Government Procurement, Chapter 15 of the United States-Australia Free Trade Agreement (United States-Australia FTA), Chapter 9 of the United States-Bahrain Free Trade Agreement (United States-Bahrain FTA), Chapter 9 of the United StatesChile Free Trade Agreement (United States-Chile FTA), Chapter 9 of the United States-Colombia Free Trade Agreement (United States-Colombia FTA), Chapter 9 of the Dominican Republic-Central American-United States Free Trade Agreement (DR– CAFTA), Chapter 9 of the United StatesMorocco Free Trade Agreement (United States-Morocco FTA), Chapter 10 of the North American Free Trade Agreement (NAFTA), Chapter 9 of the United States-Oman Free Trade Agreement (United States-Oman FTA), Chapter 9 of the United States-Panama Trade Promotion Agreement (United StatesPanama TPA), Chapter 9 of the United States-Peru Trade Promotion Agreement (United States-Peru TPA), and Chapter 13 of the United States-Singapore Free Trade Agreement (United StatesSingapore FTA). These obligations apply to covered procurements valued at or above specified U.S. dollar thresholds. Now, therefore, I, Michael B.G. Froman, 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 WTO Agreement on Government Procurement, Chapter 15 of the United States-Australia FTA, Chapter 9 of the United States-Bahrain FTA, Chapter 9 of E:\FR\FM\15DEN1.SGM 15DEN1 Federal Register / Vol. 80, No. 240 / Tuesday, December 15, 2015 / Notices the United States-Chile FTA, Chapter 9 of the United States-Colombia FTA, Chapter 9 of DR–CAFTA, Chapter 9 of the United States-Morocco FTA, Chapter 10 of NAFTA, Chapter 9 of the United States-Oman FTA, Chapter 9 of the United States-Panama TPA, Chapter 9 of the United States-Peru TPA, and Chapter 13 of the United StatesSingapore FTA, do hereby determine, effective on January 1, 2016: For the calendar years 2016 and 2017, the thresholds are as follows: I. WTO Agreement on Government Procurement A. Central Government Entities listed in U.S. Annex 1: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in U.S. Annex 2: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in U.S. Annex 3: (1) Procurement of goods and services—$589,000; and (2) Procurement of construction services—$7,358,000. asabaliauskas on DSK5VPTVN1PROD with NOTICES II. United States-Australia FTA, Chapter 15 A. Central Government Entities listed in the U.S. Schedule to Annex 15–A, Section 1: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 15– A, Section 2: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. 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— $387,667; (2) Procurement of goods and services for List B Entities— $589,000; (3) Procurement of construction services—$7,358,000. III. United States-Bahrain FTA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9–A–1: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$10,079,365. B. Other Entities listed in the U.S. Schedule to Annex 9–A–2: VerDate Sep<11>2014 17:08 Dec 14, 2015 Jkt 238001 77695 (1) Procurement of goods and services for List B entities—$589,000; and (2) Procurement of construction services—$12,405,952. (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$7,358,000. IV. United States-Chile FTA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section A: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section B: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. 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— $487,667; (2) Procurement of goods and services for List B Entities— $589,000; (3) Procurement of construction services—$7,358,000. VII. United States-Morocco FTA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9–A–1: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9– A–2: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 9–A–3: (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$7,358,000. V. United States-Colombia TPA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section A: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section B: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section C: (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$7,358,000. VI. DR-CAFTA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1.2(b)(i), Section A: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1.2(b)(i), Section B: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 9.1.2(b)(i), Section C: PO 00000 Frm 00096 Fmt 4703 Sfmt 4703 VIII. NAFTA, Chapter 10 A. Federal Government Entities listed in the U.S. Schedule to Annex 1001.1a– 1: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$10,079,365. B. Government Enterprises listed in the U.S. Schedule to Annex 1001.1a–2: (1) Procurement of goods and services—$387,667; and (2) Procurement of construction services—$12,405,952. IX. United States-Oman FTA, Chapter 9 A. Central Level Government Entities listed in the U.S. Schedule to Annex 9, Section A: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$10,079,365. B. Other Covered Entities listed in the U.S. Schedule to Annex 9, Section B: (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$12,405,952. X. United States-Panama TPA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section A: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section B: E:\FR\FM\15DEN1.SGM 15DEN1 77696 Federal Register / Vol. 80, No. 240 / Tuesday, December 15, 2015 / Notices (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section C: (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$7,358,000. ´ D. Autoridad del Canal de Panama (1) Procurement of goods and services—$589,000. XI. United States-Peru TPA, Chapter 9 A. Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section A: (1) Procurement of goods and services—$191,000; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 9.1, Section B: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section C: (1) Procurement of goods and services for List B Entities— $589,000; (2) Procurement of construction services—$7,358,000. asabaliauskas on DSK5VPTVN1PROD with NOTICES A. Central Government Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section A: (1) Procurement of goods and services—$77,533; and (2) Procurement of construction services—$7,358,000. B. Sub-Central Government Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section B: (1) Procurement of goods and services—$522,000; and (2) Procurement of construction services—$7,358,000. C. Other Entities listed in the U.S. Schedule to Annex 13A, Schedule 1, Section C: (1) Procurement of goods and services—$589,000; (2) Procurement of construction services—$7,358,000. [FR Doc. 2015–31503 Filed 12–14–15; 8:45 am] BILLING CODE 3290–F6–P VerDate Sep<11>2014 17:08 Dec 14, 2015 Jkt 238001 Federal Aviation Administration Second Meeting: RTCA Special Committee (235) Non-Rechargeable Lithium Batteries Federal Aviation Administration (FAA), U.S. Department of Transportation (DOT). ACTION: Notice of Second RTCA Special Committee 235 Meeting. AGENCY: The FAA is issuing this notice to advise the public of the Second RTCA Special Committee 235 meeting. DATES: The meeting will be held January 13–14, 2016 from 09:00 a.m.–5:00 p.m. ADDRESSES: The meeting will be held at RTCA, Inc., 1150 18th Street NW., Suite 910, Washington, DC 20036, Tel: (202) 330–0680. FOR FURTHER INFORMATION CONTACT: The RTCA Secretariat, 1150 18th Street NW., Suite 910, Washington, DC 20036, or by telephone at (202) 833–9339, fax at (202) 833–9434, or Web site at https://www.rtca.org or Karan Hofmann, Program Director, RTCA, Inc., khofmann@rtca.org, (202) 330–0680. SUPPLEMENTARY INFORMATION: Pursuant to section 10(a) (2) of the Federal Advisory Committee Act (Pub. L. 92– 463, 5 U.S.C., App.), notice is hereby given for a meeting of RTCA Special Committee 235. The agenda will include the following: SUMMARY: Wednesday, January 13, 2016 XII. United States-Singapore FTA, Chapter 13 Michael B.G. Froman, United States Trade Representative. DEPARTMENT OF TRANSPORTATION 1. Welcome and Administrative Remarks 2. Introductions 3. Agenda Review 4. Meeting-Minutes Review 5. Status Report of Working-Group Leaders (WG #1–#3) a. WG–1—New DO–227A Template, Map Requirements, Harmonize Terminology, and create new Section 1 b. WG–2—Cell and Battery Requirements and testing; Create new Sections 2.1 and 2.2 6. Review of program schedule 7. Action Item Review 8. Presentation: FAA Tech Center Testing on Non-Rechargeable Lithium Batteries 9. Any other Business a. Discussion on Cell Internal Short 10. Date and Place of Next Meeting 11. Adjourn Thursday, January 14, 2016 1. Continuation of Plenary or Working Group Session Attendance is open to the interested public but limited to space availability. PO 00000 Frm 00097 Fmt 4703 Sfmt 4703 With the approval of the chairman, members of the public may present oral statements at the meeting. Plenary information will be provided upon request. Persons who wish to present statements or obtain information should contact the person listed in the FOR FURTHER INFORMATION CONTACT section. Members of the public may present a written statement to the committee at any time. Issued in Washington, DC, on December 9, 2015. Latasha Robinson, Management & Program Analyst, Next Generation, Enterprise Support Services Division, Federal Aviation Administration. [FR Doc. 2015–31408 Filed 12–14–15; 8:45 am] BILLING CODE 4910–13–P DEPARTMENT OF TRANSPORTATION Federal Aviation Administration Sixth Meeting: RTCA Special Committee (230) Airborne Weather Detection Systems Federal Aviation Administration (FAA), U.S. Department of Transportation (DOT). ACTION: Notice of Sixth RTCA Special Committee 230 Meeting. AGENCY: The FAA is issuing this notice to advise the public of the Sixth RTCA Special Committee 230 meeting. DATES: The meeting will be held January 12–14, 2016 from 09:00 a.m.–5:00 p.m. ADDRESSES: The meeting will be held at RTCA, Inc., 1150 18th Street NW., Suite 910, Washington, DC 20036, Tel: (202) 330–0654. FOR FURTHER INFORMATION CONTACT: The RTCA Secretariat, 1150 18th Street NW., Suite 910, Washington, DC 20036, or by telephone at (202) 833–9339, fax at (202) 833–9434, or Web site at https:// www.rtca.org or Harold Moses, Program Director, RTCA, Inc., hmoses@rtca.org, (202) 330–0654. SUPPLEMENTARY INFORMATION: Pursuant to section 10(a) (2) of the Federal Advisory Committee Act (Pub. L. 92– 463, 5 U.S.C., App.), notice is hereby given for a meeting of RTCA Special Committee 230. The agenda will include the following: SUMMARY: Tuesday, January 12, 2016 1. Welcome/Introductions/ Administrative Remarks—9:00 a.m.–9:30 a.m. (RTCA) 2. Agenda Overview—9:30 a.m.–9:35 a.m. (Finley/Gidner) 3. Meeting #5 Minutes approval—9:35 a.m.–9:40 a.m. E:\FR\FM\15DEN1.SGM 15DEN1

Agencies

[Federal Register Volume 80, Number 240 (Tuesday, December 15, 2015)]
[Notices]
[Pages 77694-77696]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2015-31503]


=======================================================================
-----------------------------------------------------------------------

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: Notice of Determination of Procurement Thresholds.

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

FOR FURTHER INFORMATION CONTACT: Scott Pietan, Director of 
International Procurement Policy, Office of the United States Trade 
Representative, (202) 395-9646 or scott_pietan@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) Agreement on 
Government Procurement, Chapter 15 of the United States-Australia Free 
Trade Agreement (United States-Australia FTA), Chapter 9 of the United 
States-Bahrain Free Trade Agreement (United States-Bahrain FTA), 
Chapter 9 of the United States-Chile Free Trade Agreement (United 
States-Chile FTA), Chapter 9 of the United States-Colombia Free Trade 
Agreement (United States-Colombia FTA), Chapter 9 of the Dominican 
Republic-Central American-United States Free Trade Agreement (DR-
CAFTA), Chapter 9 of the United States-Morocco Free Trade Agreement 
(United States-Morocco FTA), Chapter 10 of the North American Free 
Trade Agreement (NAFTA), Chapter 9 of the United States-Oman Free Trade 
Agreement (United States-Oman FTA), Chapter 9 of the United States-
Panama Trade Promotion Agreement (United States-Panama TPA), Chapter 9 
of the United States-Peru Trade Promotion Agreement (United States-Peru 
TPA), and Chapter 13 of the United States-Singapore Free Trade 
Agreement (United States-Singapore FTA). These obligations apply to 
covered procurements valued at or above specified U.S. dollar 
thresholds.
    Now, therefore, I, Michael B.G. Froman, 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 WTO Agreement on Government Procurement, Chapter 15 of the United 
States-Australia FTA, Chapter 9 of the United States-Bahrain FTA, 
Chapter 9 of

[[Page 77695]]

the United States-Chile FTA, Chapter 9 of the United States-Colombia 
FTA, Chapter 9 of DR-CAFTA, Chapter 9 of the United States-Morocco FTA, 
Chapter 10 of NAFTA, Chapter 9 of the United States-Oman FTA, Chapter 9 
of the United States-Panama TPA, Chapter 9 of the United States-Peru 
TPA, and Chapter 13 of the United States-Singapore FTA, do hereby 
determine, effective on January 1, 2016:
    For the calendar years 2016 and 2017, the thresholds are as 
follows:

I. WTO Agreement on Government Procurement

    A. Central Government Entities listed in U.S. Annex 1:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in U.S. Annex 2:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in U.S. Annex 3:
    (1) Procurement of goods and services--$589,000; and
    (2) Procurement of construction services--$7,358,000.

II. United States-Australia FTA, Chapter 15

    A. Central Government Entities listed in the U.S. Schedule to Annex 
15-A, Section 1:
    (1) Procurement of goods and services--$77,533; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 15-A, Section 2:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    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-- 
$387,667;
    (2) Procurement of goods and services for List B Entities-- 
$589,000;
    (3) Procurement of construction services--$7,358,000.

III. United States-Bahrain FTA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9-A-1:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$10,079,365.
    B. Other Entities listed in the U.S. Schedule to Annex 9-A-2:
    (1) Procurement of goods and services for List B entities--
$589,000; and
    (2) Procurement of construction services--$12,405,952.

IV. United States-Chile FTA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section A:
    (1) Procurement of goods and services--$77,533; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9.1, Section B:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    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-- 
$487,667;
    (2) Procurement of goods and services for List B Entities-- 
$589,000;
    (3) Procurement of construction services--$7,358,000.

V. United States-Colombia TPA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section A:
    (1) Procurement of goods and services--$77,533; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9.1, Section B:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section 
C:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$7,358,000.

VI. DR-CAFTA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1.2(b)(i), Section A:
    (1) Procurement of goods and services--$77,533; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9.1.2(b)(i), Section B:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 9.1.2(b)(i), 
Section C:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$7,358,000.

VII. United States-Morocco FTA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9-A-1:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9-A-2:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 9-A-3:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$7,358,000.

VIII. NAFTA, Chapter 10

    A. Federal Government Entities listed in the U.S. Schedule to Annex 
1001.1a-1:
    (1) Procurement of goods and services--$77,533; and
    (2) Procurement of construction services--$10,079,365.
    B. Government Enterprises listed in the U.S. Schedule to Annex 
1001.1a-2:
    (1) Procurement of goods and services--$387,667; and
    (2) Procurement of construction services--$12,405,952.

IX. United States-Oman FTA, Chapter 9

    A. Central Level Government Entities listed in the U.S. Schedule to 
Annex 9, Section A:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$10,079,365.
    B. Other Covered Entities listed in the U.S. Schedule to Annex 9, 
Section B:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$12,405,952.

X. United States-Panama TPA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section A:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9.1, Section B:

[[Page 77696]]

    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section 
C:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$7,358,000.
    D. Autoridad del Canal de Panam[aacute]
    (1) Procurement of goods and services--$589,000.

XI. United States-Peru TPA, Chapter 9

    A. Central Government Entities listed in the U.S. Schedule to Annex 
9.1, Section A:
    (1) Procurement of goods and services--$191,000; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 9.1, Section B:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 9.1, Section 
C:
    (1) Procurement of goods and services for List B Entities-- 
$589,000;
    (2) Procurement of construction services--$7,358,000.

XII. United States-Singapore FTA, 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--$77,533; and
    (2) Procurement of construction services--$7,358,000.
    B. Sub-Central Government Entities listed in the U.S. Schedule to 
Annex 13A, Schedule 1, Section B:
    (1) Procurement of goods and services--$522,000; and
    (2) Procurement of construction services--$7,358,000.
    C. Other Entities listed in the U.S. Schedule to Annex 13A, 
Schedule 1, Section C:
    (1) Procurement of goods and services--$589,000;
    (2) Procurement of construction services--$7,358,000.

Michael B.G. Froman,
United States Trade Representative.
[FR Doc. 2015-31503 Filed 12-14-15; 8:45 am]
 BILLING CODE 3290-F6-P
This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.