Submission for OMB Review; Federal Acquisition Regulation Part 47: Transportation Requirements, 49534-49535 [2021-19056]

Download as PDF 49534 Federal Register / Vol. 86, No. 169 / Friday, September 3, 2021 / Notices Board of Governors of the Federal Reserve System, August 31, 2021. Michele Taylor Fennell, Deputy Associate Secretary of the Board. [FR Doc. 2021–19128 Filed 9–2–21; 8:45 am] BILLING CODE P DEPARTMENT OF DEFENSE GENERAL SERVICES ADMINISTRATION A. OMB Control Number, Title, and Any Associated Form(s) NATIONAL AERONAUTICS AND SPACE ADMINISTRATION 9000–0061, Federal Acquisition Regulation Part 47: Transportation Requirements. [OMB Control No. 9000–0061; Docket No. 2021–0053; Sequence No. 10] B. Need and Uses Submission for OMB Review; Federal Acquisition Regulation Part 47: Transportation Requirements Department of Defense (DOD), General Services Administration (GSA), and National Aeronautics and Space Administration (NASA). ACTION: Notice. AGENCY: Under the provisions of the Paperwork Reduction Act, the Regulatory Secretariat Division has submitted to the Office of Management and Budget (OMB) a request to review and approve a revision of a previously approved information collection requirements regarding Federal Acquisition Regulation (FAR) part 47 transportation requirements. DATES: Submit comments on or before October 4, 2021. ADDRESSES: Written comments and recommendations for this information collection should be sent within 30 days of publication of this notice to www.reginfo.gov/public/do/PRAMain. Find this particular information collection by selecting ‘‘Currently under Review—Open for Public Comments’’ or by using the search function. Additionally, submit a copy to GSA through https://www.regulations.gov and follow the instructions on the site. This website provides the ability to type short comments directly into the comment field or attach a file for lengthier comments. Instructions: All items submitted must cite ‘‘9000–0061, Federal Acquisition Regulation Part 47: Transportation Requirements.’’ Comments received generally will be posted without change to https:// www.regulations.gov, including any personal and/or business confidential information provided. To confirm receipt of your comment(s), please check https://www.regulations.gov approximately two to three days after lotter on DSK11XQN23PROD with NOTICES1 SUMMARY: VerDate Sep<11>2014 16:55 Sep 02, 2021 submission to verify posting. If there are difficulties submitting comments, contact the GSA Regulatory Secretariat Division at 202–501–4755 or GSARegSec@gsa.gov. FOR FURTHER INFORMATION CONTACT: Jennifer Hawes, Procurement Analyst, at telephone 202–969–7386, or jennifer.hawes@gsa.gov. SUPPLEMENTARY INFORMATION: Jkt 253001 This clearance covers the information that contractors must submit to comply with the following requirements in FAR part 47: • FAR 52.247–2, Permits, Authorities, or Franchises. The clause requires an offeror to indicate whether it has the proper authorization from the Federal Highway Administration (or other cognizant regulatory body) before it can be allowed to move material under any contract for regulated freight transportation or transportation-related services. The offeror may also be requested to furnish a copy of the authorization before moving material under the contract. The contracting officer and transportation office review the information to ensure that the offeror has complied with all regulatory requirements and has obtained any permits, licenses, or franchises that are needed to transport the supplies. • FAR 52.247–6, Financial Statement. This provision requires an offeror to furnish the Government with a current certified statement of the offeror’s financial condition and such data as the Government may request with respect to the offeror’s operations. The contracting officer uses this information to determine whether a potential awardee is responsible in accordance with FAR part 9. • FAR 52.247–48, F.o.b. Destination— Evidence of Shipment. This clause requires the contractor to retain and make available to the Government for review, as necessary, evidence of free on board (f.o.b.) destination shipment documentation for a period of three years after final payment of the contract. The Government may request this information from the contractor while auditing a contract or to resolve disputes. • FAR 52.247–51, Evaluation of Export Offers. This provision requires an offeror to nominate a port/terminal of loading they recommend for the PO 00000 Frm 00031 Fmt 4703 Sfmt 4703 purposes of evaluation of their offer and indicate whether the prices proposed are based on f.o.b. origin or f.o.b. destination. The contracting officer uses the information to ensure that offers are evaluated and awards are made on the basis of the lowest laid down cost to the Government at the overseas port of discharge. • FAR 52.247–52, Clearance and Documentation Requirements— Shipments to DOD Air or Water Terminal Transshipment Points. This clause directs the contractor to provide the Government certain information regarding shipments to DoD air or water terminal transshipment points. The Government transportation office uses this information to support applications for export release and to prepare the Transportation Control and Movement Document (TCMD). • FAR 52.247–53, Freight Classification Description. When the Government purchases supplies that are new to the supply system, nonstandard, or modifications of previously shipped items, and different freight classifications may apply, this provision requests an offeror provide the full Uniform Freight Classification (rail) description, or the National Motor Freight Classification description applicable to the supplies. The contracting officer uses this information to determine the proper freight for supplies. • FAR 52.247–57, Transportation Transit Privilege Credits. This clause allows the offeror to identify any transportation charges, including any transit charges, that the offeror will agree to pay, subject to reimbursement by the Government. The contracting officer uses this information to ensure consideration of an offeror’s transit credits when evaluating an f.o.b. origin price for shipping supplies to the designated Government destinations. • FAR 52.247–60, Guaranteed Shipping Characteristics. This clause requires the offeror to provide details on the shipping container(s) to be used for each part or component that is packed or packaged separately. The contracting officer uses this information to determine transportation costs for evaluation purposes. • FAR 52.247–63, Preference for U.S.Flag Air Carriers. In the event that a contractor selects a carrier other than a U.S.-flag air carrier for international air transportation during performance of the contract, this clause requires the contractor to include a statement regarding the unavailability of U.S.-Flag Air Carriers on vouchers involving such transportation. The Government uses the information provided on the E:\FR\FM\03SEN1.SGM 03SEN1 lotter on DSK11XQN23PROD with NOTICES1 Federal Register / Vol. 86, No. 169 / Friday, September 3, 2021 / Notices voucher to ensure compliance with section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118), which requires the Government and its contractors and subcontractors to use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. • FAR 52.247–64, Preference for Privately Owned U.S.-Flag Commercial Vessels. This clause requires a contractor to provide the contracting officer and the Maritime Administration’s one legible copy of rated on-board ocean bill of lading for each shipment made by the contractor or its subcontractors. The Government uses this information to ensure compliance with the Cargo Preference Act of 1954. • FAR 52.247–67, Submission of Transportation Documents for Audit. This clause requires the contractor to submit for prepayment audit transportation documents on which the United States will assume freight charges that were paid by the contractor under a cost-reimbursement contract or by the contractor’s first-tier subcontractor (for a cost-reimbursement subcontract). For freight shipment bills under $100 are to be retained on-site by the contractor and made available for on-site audits. The Government uses this information to conduct a prepayment audit of transportation charges on a cost-reimbursement contract when reimbursement of transportation as a direct charge to the contract or subcontract is authorized. The prepayment audit is required to comply with agency prepayment audit programs established pursuant to 31 U.S.C. 3726. • FAR 52.247–68, Report of Shipment (REPSHIP). This clause requires contractors to send an advance notice of shipment to the consignee transportation officer to be received at least 24 hours before the arrival of the shipment, unless otherwise directed by a contracting officer. The Government uses this information to alert the receiving activity of certain shipments. The advance notice facilitates arrangements for transportation control, labor, space, and use of materials handling equipment at destination. The timely receipt of notices by the consignee transportation office precludes the Government from incurring demurrage and vehicle detention charges. • FAR 47.303 Clauses for Standard Delivery Terms. The following FAR VerDate Sep<11>2014 16:55 Sep 02, 2021 Jkt 253001 clauses require the contractor to (as appropriate to the delivery terms specified in the contract): Prepare or provide special annotation on a Government or commercial bill of lading; provide an ocean bill of lading or airway bill; annotate commercial shipping documents; distribute copies of the bill of lading; provide applicable transportation receipts; assist in obtaining documents for exportation or importation destinations; and/or obtain insurance documents. The contracting officer and the Government transportation office use this information in awarding and administering contracts to ensure: (1) Acquisitions are made on the basis most advantageous to the Government; and (2) supplies arrive in good order and condition and on time at the required place. C. Annual Burden Respondents: 17,565. Recordkeepers: 940. Total Annual Responses: 256,208. Total Burden Hours: 23,097 (22,079 reporting hours + 1,018 recordkeeping hours). D. Public Comment A 60-day notice was published in the Federal Register at 86 FR 33293, on June 24, 2021. No comments were received. Obtaining Copies: Requesters may obtain a copy of the information collection documents from the GSA Regulatory Secretariat Division by calling 202–501–4755 or emailing GSARegSec@gsa.gov. Please cite OMB Control No. 9000–0061, Federal Acquisition Regulation Part 47: Transportation Requirements. Janet Fry, Director, Federal Acquisition Policy Division, Office of Governmentwide Acquisition Policy, Office of Acquisition Policy, Office of Governmentwide Policy. [FR Doc. 2021–19056 Filed 9–2–21; 8:45 am] BILLING CODE 6820–EP–P DEPARTMENT OF HEALTH AND HUMAN SERVICES Centers for Disease Control and Prevention Notice of Award of Single-Source Cooperative Agreements To Fund the Council of Medical Specialty Societies (CMSS) and the Society for Post-Acute and Long-Term Care Medicine (AMDA) Centers for Disease Control and Prevention (CDC), Department of Health and Human Services (HHS). AGENCY: PO 00000 Frm 00032 Fmt 4703 Sfmt 4703 ACTION: 49535 Notice. The Centers for Disease Control and Prevention (CDC), located within the Department of Health and Human Services (HHS) announces the award of approximately $26,000,000 in COVID–19 funding to the Council of Medical Specialty Societies (CMSS) and the Society for Post-Acute and LongTerm Care Medicine (AMDA) to address the need to incorporate adult vaccination into the standard of care for subspecialty providers, including occupational health and long term care (LTC), and improve adult vaccination rates. DATES: The period for this award will be September 30, 2021 through September 29, 2026. FOR FURTHER INFORMATION CONTACT: Amy Parker Fiebelkorn, MSN, MPH CAPT, U.S. Public Health Services, National Center for Immunization and Respiratory Diseases, Centers for Disease Control and Prevention, 1600 Clifton Road NE, MS–H24–8, Atlanta, GA 30329, Telephone: 800–232–6348, Email: dez8@cdc.gov. SUPPLEMENTARY INFORMATION: The single-source awards will increase COVID–19, influenza, and routine adult vaccination coverage in adults with chronic medical conditions, in occupational health clinics, and in adults working and residing in longterm care (LTC) facilities. The Council of Medical Specialty Societies (CMSS) and the Society for Post-Acute and Long-Term Care Medicine (AMDA) will incorporate adult vaccination into the standard of care for subspecialty providers (including occupational health and LTC). CMSS will focus on activities leading to adoption of the Standards for Adult Immunization Practice in its 45 societies, and AMDA will focus on the same with its affiliate organization, the Foundation for PostAcute and Long-Term Care Medicine. CMSS and AMDA will develop/update vaccine policy statements, develop/ promote continuing education on adult immunization for their membership, and award funds to up to 7 subspecialty societies (for CMSS) and to the Foundation (for AMDA) to systematize routine delivery of adult immunizations. The funded subrecipients (i.e., CMSS subspecialty societies and AMDA’s Foundation) should also fund staff at the national level and in regional chapters to update vaccination policies and encourage use of adult vaccinations as quality measures. Funded CMSS subspecialty societies and AMDA’s Foundation should also contract with 7–10 SUMMARY: E:\FR\FM\03SEN1.SGM 03SEN1

Agencies

[Federal Register Volume 86, Number 169 (Friday, September 3, 2021)]
[Notices]
[Pages 49534-49535]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2021-19056]


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

DEPARTMENT OF DEFENSE

GENERAL SERVICES ADMINISTRATION

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

[OMB Control No. 9000-0061; Docket No. 2021-0053; Sequence No. 10]


Submission for OMB Review; Federal Acquisition Regulation Part 
47: Transportation Requirements

AGENCY: Department of Defense (DOD), General Services Administration 
(GSA), and National Aeronautics and Space Administration (NASA).

ACTION: Notice.

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

SUMMARY: Under the provisions of the Paperwork Reduction Act, the 
Regulatory Secretariat Division has submitted to the Office of 
Management and Budget (OMB) a request to review and approve a revision 
of a previously approved information collection requirements regarding 
Federal Acquisition Regulation (FAR) part 47 transportation 
requirements.

DATES: Submit comments on or before October 4, 2021.

ADDRESSES: Written comments and recommendations for this information 
collection should be sent within 30 days of publication of this notice 
to www.reginfo.gov/public/do/PRAMain. Find this particular information 
collection by selecting ``Currently under Review--Open for Public 
Comments'' or by using the search function. Additionally, submit a copy 
to GSA through https://www.regulations.gov and follow the instructions 
on the site. This website provides the ability to type short comments 
directly into the comment field or attach a file for lengthier 
comments.
    Instructions: All items submitted must cite ``9000-0061, Federal 
Acquisition Regulation Part 47: Transportation Requirements.'' Comments 
received generally will be posted without change to https://www.regulations.gov, including any personal and/or business 
confidential information provided. To confirm receipt of your 
comment(s), please check https://www.regulations.gov approximately two 
to three days after submission to verify posting. If there are 
difficulties submitting comments, contact the GSA Regulatory 
Secretariat Division at 202-501-4755 or [email protected].

FOR FURTHER INFORMATION CONTACT: Jennifer Hawes, Procurement Analyst, 
at telephone 202-969-7386, or [email protected].

SUPPLEMENTARY INFORMATION:

A. OMB Control Number, Title, and Any Associated Form(s)

    9000-0061, Federal Acquisition Regulation Part 47: Transportation 
Requirements.

B. Need and Uses

    This clearance covers the information that contractors must submit 
to comply with the following requirements in FAR part 47:
     FAR 52.247-2, Permits, Authorities, or Franchises. The 
clause requires an offeror to indicate whether it has the proper 
authorization from the Federal Highway Administration (or other 
cognizant regulatory body) before it can be allowed to move material 
under any contract for regulated freight transportation or 
transportation-related services. The offeror may also be requested to 
furnish a copy of the authorization before moving material under the 
contract. The contracting officer and transportation office review the 
information to ensure that the offeror has complied with all regulatory 
requirements and has obtained any permits, licenses, or franchises that 
are needed to transport the supplies.
     FAR 52.247-6, Financial Statement. This provision requires 
an offeror to furnish the Government with a current certified statement 
of the offeror's financial condition and such data as the Government 
may request with respect to the offeror's operations. The contracting 
officer uses this information to determine whether a potential awardee 
is responsible in accordance with FAR part 9.
     FAR 52.247-48, F.o.b. Destination--Evidence of Shipment. 
This clause requires the contractor to retain and make available to the 
Government for review, as necessary, evidence of free on board (f.o.b.) 
destination shipment documentation for a period of three years after 
final payment of the contract. The Government may request this 
information from the contractor while auditing a contract or to resolve 
disputes.
     FAR 52.247-51, Evaluation of Export Offers. This provision 
requires an offeror to nominate a port/terminal of loading they 
recommend for the purposes of evaluation of their offer and indicate 
whether the prices proposed are based on f.o.b. origin or f.o.b. 
destination. The contracting officer uses the information to ensure 
that offers are evaluated and awards are made on the basis of the 
lowest laid down cost to the Government at the overseas port of 
discharge.
     FAR 52.247-52, Clearance and Documentation Requirements--
Shipments to DOD Air or Water Terminal Transshipment Points. This 
clause directs the contractor to provide the Government certain 
information regarding shipments to DoD air or water terminal 
transshipment points. The Government transportation office uses this 
information to support applications for export release and to prepare 
the Transportation Control and Movement Document (TCMD).
     FAR 52.247-53, Freight Classification Description. When 
the Government purchases supplies that are new to the supply system, 
nonstandard, or modifications of previously shipped items, and 
different freight classifications may apply, this provision requests an 
offeror provide the full Uniform Freight Classification (rail) 
description, or the National Motor Freight Classification description 
applicable to the supplies. The contracting officer uses this 
information to determine the proper freight for supplies.
     FAR 52.247-57, Transportation Transit Privilege Credits. 
This clause allows the offeror to identify any transportation charges, 
including any transit charges, that the offeror will agree to pay, 
subject to reimbursement by the Government. The contracting officer 
uses this information to ensure consideration of an offeror's transit 
credits when evaluating an f.o.b. origin price for shipping supplies to 
the designated Government destinations.
     FAR 52.247-60, Guaranteed Shipping Characteristics. This 
clause requires the offeror to provide details on the shipping 
container(s) to be used for each part or component that is packed or 
packaged separately. The contracting officer uses this information to 
determine transportation costs for evaluation purposes.
     FAR 52.247-63, Preference for U.S.-Flag Air Carriers. In 
the event that a contractor selects a carrier other than a U.S.-flag 
air carrier for international air transportation during performance of 
the contract, this clause requires the contractor to include a 
statement regarding the unavailability of U.S.-Flag Air Carriers on 
vouchers involving such transportation. The Government uses the 
information provided on the

[[Page 49535]]

voucher to ensure compliance with section 5 of the International Air 
Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 
40118), which requires the Government and its contractors and 
subcontractors to use U.S.-flag air carriers for U.S. Government-
financed international air transportation of personnel (and their 
personal effects) or property, to the extent that service by those 
carriers is available.
     FAR 52.247-64, Preference for Privately Owned U.S.-Flag 
Commercial Vessels. This clause requires a contractor to provide the 
contracting officer and the Maritime Administration's one legible copy 
of rated on-board ocean bill of lading for each shipment made by the 
contractor or its subcontractors. The Government uses this information 
to ensure compliance with the Cargo Preference Act of 1954.
     FAR 52.247-67, Submission of Transportation Documents for 
Audit. This clause requires the contractor to submit for prepayment 
audit transportation documents on which the United States will assume 
freight charges that were paid by the contractor under a cost-
reimbursement contract or by the contractor's first-tier subcontractor 
(for a cost-reimbursement subcontract). For freight shipment bills 
under $100 are to be retained on-site by the contractor and made 
available for on-site audits. The Government uses this information to 
conduct a prepayment audit of transportation charges on a cost-
reimbursement contract when reimbursement of transportation as a direct 
charge to the contract or subcontract is authorized. The prepayment 
audit is required to comply with agency prepayment audit programs 
established pursuant to 31 U.S.C. 3726.
     FAR 52.247-68, Report of Shipment (REPSHIP). This clause 
requires contractors to send an advance notice of shipment to the 
consignee transportation officer to be received at least 24 hours 
before the arrival of the shipment, unless otherwise directed by a 
contracting officer. The Government uses this information to alert the 
receiving activity of certain shipments. The advance notice facilitates 
arrangements for transportation control, labor, space, and use of 
materials handling equipment at destination. The timely receipt of 
notices by the consignee transportation office precludes the Government 
from incurring demurrage and vehicle detention charges.
     FAR 47.303 Clauses for Standard Delivery Terms. The 
following FAR clauses require the contractor to (as appropriate to the 
delivery terms specified in the contract): Prepare or provide special 
annotation on a Government or commercial bill of lading; provide an 
ocean bill of lading or airway bill; annotate commercial shipping 
documents; distribute copies of the bill of lading; provide applicable 
transportation receipts; assist in obtaining documents for exportation 
or importation destinations; and/or obtain insurance documents. The 
contracting officer and the Government transportation office use this 
information in awarding and administering contracts to ensure: (1) 
Acquisitions are made on the basis most advantageous to the Government; 
and (2) supplies arrive in good order and condition and on time at the 
required place.

C. Annual Burden

    Respondents: 17,565.
    Recordkeepers: 940.
    Total Annual Responses: 256,208.
    Total Burden Hours: 23,097 (22,079 reporting hours + 1,018 
recordkeeping hours).

D. Public Comment

    A 60-day notice was published in the Federal Register at 86 FR 
33293, on June 24, 2021. No comments were received.
    Obtaining Copies: Requesters may obtain a copy of the information 
collection documents from the GSA Regulatory Secretariat Division by 
calling 202-501-4755 or emailing [email protected]. Please cite OMB 
Control No. 9000-0061, Federal Acquisition Regulation Part 47: 
Transportation Requirements.

Janet Fry,
Director, Federal Acquisition Policy Division, Office of Governmentwide 
Acquisition Policy, Office of Acquisition Policy, Office of 
Governmentwide Policy.
[FR Doc. 2021-19056 Filed 9-2-21; 8:45 am]
BILLING CODE 6820-EP-P


This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.