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