Submission for OMB Review; Certain Federal Acquisition Regulation Part 9 Requirements, 11982-11984 [2025-04004]

Download as PDF 11982 Federal Register / Vol. 90, No. 48 / Thursday, March 13, 2025 / Notices Government to make payments under the contract by EFT: • The contract number (or other procurement identification number). • The contractor’s name and remittance address. • The signature, title, and telephone number of the contractor official authorized to provide this information. • The name, address, and 9-digit Routing Transit Number of the contractor’s financial agent. • The contractor’s account number and the type of account. • If applicable, the Fedwire Transfer System telegraphic abbreviation of the contractor’s financial agent. • If applicable, the contractor must provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the contractor’s financial agent is not directly on-line to the Fedwire Transfer System. 31 U.S.C.3332 requires, subject to implementing regulations of the Secretary of the Treasury at 31 CFR part 208, that EFT be used to make all contract payments. The information is used to enable the Government to make contract payments by EFT. C. Annual Burden Respondents: 273,518. Total Annual Responses: 1,789,889. Total Burden Hours: 462,859. 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. 9000–0073, Certain Federal Acquisition Regulation Part 32 Requirements. Janet Fry, Director, Federal Acquisition Policy Division, Office of Governmentwide Acquisition Policy, Office of Acquisition Policy, Office of Governmentwide Policy. khammond on DSK9W7S144PROD with NOTICES [FR Doc. 2025–04019 Filed 3–12–25; 8:45 am] BILLING CODE 6820–EP–P VerDate Sep<11>2014 16:14 Mar 12, 2025 Jkt 265001 DEPARTMENT OF DEFENSE GENERAL SERVICES ADMINISTRATION NATIONAL AERONAUTICS AND SPACE ADMINISTRATION [OMB Control No. 9000–0198; Docket No. 2024–0053; Sequence No. 20] Submission for OMB Review; Certain Federal Acquisition Regulation Part 9 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 an extension of a previously approved information collection requirement regarding certain Federal Acquisition Regulation (FAR) part 9 requirements. DATES: Submit comments on or before April 14, 2025. 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. FOR FURTHER INFORMATION CONTACT: FARPolicy@gsa.gov or call 202–969– 4075. SUMMARY: SUPPLEMENTARY INFORMATION: A. OMB Control Number, Title, and Any Associated Form(s) 9000–0198, Certain Federal Acquisition Regulation Part 9 Requirements. B. Need and Uses This clearance covers the information that offerors and contractors must submit to comply with the following FAR requirements: 1. FAR 52.209–1, Qualification Requirements. This clause requires offerors to provide with their proposal: Their name, the manufacturer’s name, source’s name, item’s name, service identification, and test number (if known) for a proposed product or service that has already been determined to meet the qualification standards. If an offeror, manufacturer, source, product or service has met the PO 00000 Frm 00045 Fmt 4703 Sfmt 4703 qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, this clause requires the offeror to submit evidence of qualification prior to award of a contract. 2. FAR 52.209–2, 52.209–10, and 52.212–3(n), Prohibition on Contracting with Inverted Domestic Corporations. FAR provision 52.209–2, Prohibition on Contracting with Inverted Domestic Corporations-Representation, and its equivalent for commercial acquisitions at FAR 52.212–3(n), requires each offeror to represent whether it is, or is not, an inverted domestic corporation or a subsidiary of an inverted domestic corporation. FAR clause 52.209–10, Prohibition on Contracting with Inverted Domestic Corporations, requires contractors to promptly notify the contracting officer in the event the contractor becomes an inverted domestic corporation or a subsidiary of an inverted domestic corporation during the period of performance of the contract. 3. FAR 52.209–5, 52.209–6, and 52.212–3(h), Debarment, Suspension, and other Responsibility Matters. FAR provision 52.209–5, Certification Regarding Responsibility Matters, and its equivalent for commercial acquisitions at FAR 52.212–3(h), require the disclosure of the following critical information by an offeror to be considered by the contracting officer in making a responsibility determination: • Whether the offeror or any of its principals have been— Æ Debarred, suspended, proposed for debarment, declared ineligible for contract award; Æ Within a three-year period preceding their offer: • Convicted of or had a civil judgment rendered against them or indicted for commission of a fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract, violation of Federal or State antitrust statutes relating to the submission of offers, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; • Notified of any delinquent Federal taxes in an amount that exceeds $10,000 for which the liability remains unsatisfied; • Had one or more contracts terminated for default by any Federal agency; or • Are presently indicted for, or otherwise criminally or civilly charged E:\FR\FM\13MRN1.SGM 13MRN1 khammond on DSK9W7S144PROD with NOTICES Federal Register / Vol. 90, No. 48 / Thursday, March 13, 2025 / Notices by a governmental entity with commission of any of the offenses identified above. If the offeror has responded affirmatively to the certifications in the FAR provisions at 52.209–5 or 52.212– 3(h), the offeror shall provide additional information if requested by the contracting officer. The offeror shall also provide immediate written notice to the contracting officer if, at any time prior to contract award, the offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Paragraph (c) of the FAR clause at 52.209–6, Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment, requires the contractor to require each proposed subcontractor whose subcontract will exceed $35,000, other than a subcontractor providing a commercially available off-the-shelf (COTS) item, to disclose to the contractor in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Government. Paragraph (d) of the FAR clause at 52.209–6 requires a corporate officer or designee of the contractor to notify the contracting officer, in writing, before entering into a subcontract (for other than COTS items) with a party that is debarred, suspended, or proposed for debarment. The written notice must include: The name of the subcontractor; why the subcontractor is debarred, suspended, or ineligible; the compelling reason(s) for doing business with the subcontractor; and how the contractor will protect the Government’s interests when dealing with such subcontractor. For any subcontract subject to Government consent, contracting officers shall not consent to such subcontracts unless the agency head or a designee states in writing the compelling reasons for approving such subcontract. 4. FAR 52.209–7 and 52.209–9, Information Regarding Responsibility Matters and Updates to that Publicly Available Information. FAR provision 52.209–7, Information Regarding Responsibility Matters, requires each offeror to represent whether it has current active Federal contracts and grants with a total value greater than $10 million. The provision also requires each offeror to post in the Federal Awardee Performance and Integrity Information System (FAPIIS), as required by maintaining an active registration in the System for Award VerDate Sep<11>2014 16:14 Mar 12, 2025 Jkt 265001 Management (SAM), information on whether the offeror and/or any of its principals has, or has not, within the past five years, in connection with the award to or performance by the offeror of a federal contract or grant, been the subject of a proceeding, at the Federal or State level, that resulted in: (a) A criminal conviction in the case of a criminal proceeding; (b) The finding of fault and liability in a civil proceeding resulting in the payment of $5,000 or more in damages, restitution, reimbursement, fine or penalty; (c) The finding of fault and liability in an administrative proceeding resulting in the payment of a monetary fine or penalty of $5,000 or more, or the payment of a reimbursement, restitution, or damages in excess of $100,000; or (d) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgement of fault by the contractor if the proceeding could have led to any of the outcomes specified in (4)(a) through (c) above. Paragraph (a) of the FAR clause 52.209–9, Updates of Publicly Available Information Regarding Responsibility Matters, requires contractors to update the information in FAPIIS on a semiannual basis, throughout the life of the contract, by posting the information in SAM. Paragraph (c) of the FAR clause 52.209–9 informs contractors of their ability to provide feedback on information posted by the Government in FAPIIS and the procedure to follow in the event information exempt from public disclosure is slated to become publicly available information in FAPIIS. 5. FAR 52.209–11, 52.209–12, and 52.212–3(q), Prohibition on Contracting With Corporations with Delinquent Taxes or a Felony Conviction. FAR provision 52.209–11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, and its equivalent for commercial acquisitions at FAR 52.212– 3(q), require offerors to represent whether the offeror is a corporation that— • Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and • Was convicted of a felony criminal violation under a Federal law within the preceding 24 months. PO 00000 Frm 00046 Fmt 4703 Sfmt 4703 11983 FAR provision 52.209–12, Certification Regarding Tax Matters, require offerors proposing a total contract price that will exceed $5.5 million (including options) to certify that, to the best of the offeror’s knowledge and belief, it— • Has filed all Federal tax returns required during the three years preceding the certification; • Has not been convicted of a criminal offense under the Internal Revenue Code of 1986; and • Has not, more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding. 6. FAR 52.209–13, Violations of Arms Control Treaties or Agreements with the United States. Unless the offeror is providing evidence of a waiver or determination in accordance with paragraph (b)(2) of the FAR provision at 52.209–13, Violation of Arms Control Treaties or Agreements—Certification, paragraph (b)(1) of the provision requires offerors to certify that— • The offeror does not engage and has not engaged in any activity that contributed to or is a significant factor in the President’s or Secretary of State’s determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. The determinations are described in the most recent unclassified annual report provided to Congress pursuant to section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a); and • No entity owned or controlled by the offeror is an entity organized under the laws of such country, that engages or has engaged in any activity that contributed to or is a significant factor in the President’s or Secretary of State’s determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. Contracting officers use the collected information described above to E:\FR\FM\13MRN1.SGM 13MRN1 11984 Federal Register / Vol. 90, No. 48 / Thursday, March 13, 2025 / Notices determine an offeror’s responsibility for contract award. C. Annual Burden Respondents: 1,973,803. Total Annual Responses: 2,177,511. Total Burden Hours: 1,125,803. (589,703 reporting hours + 536,100 recordkeeping hours). D. Public Comment A 60-day notice was published in the Federal Register at 89 FR 102145, on December 17, 2024. 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. 9000–0198, Certain Federal Acquisition Regulation Part 9 Requirements. Janet Fry, Director, Federal Acquisition Policy Division, Office of Governmentwide Acquisition Policy, Office of Acquisition Policy, Office of Governmentwide Policy. [FR Doc. 2025–04004 Filed 3–12–25; 8:45 am] BILLING CODE 6820–EP–P DEPARTMENT OF HEALTH AND HUMAN SERVICES Food and Drug Administration [Docket No. FDA–2024–N–3779] Jonathan Corbett Cosie: Final Debarment Order AGENCY: Food and Drug Administration, HHS. ACTION: Notice. The Food and Drug Administration (FDA) is issuing an order under the Federal Food, Drug, and Cosmetic Act (FD&C Act) debarring Jonathan Corbett Cosie for a period of 10 years from importing or offering for import any drug into the United States. FDA bases this order on a finding that Mr. Cosie was convicted of two felony counts under Federal law for introducing misbranded drugs into interstate commerce with the intent to defraud and mislead. The factual basis supporting Mr. Cosie’s conviction, as described below, is conduct relating to the importation into the United States of a drug or controlled substance. Mr. Cosie was given notice of the proposed debarment and was given an opportunity to request a hearing to show why he should not be debarred. As of January 6, 2025 (30 days after receipt of khammond on DSK9W7S144PROD with NOTICES SUMMARY: VerDate Sep<11>2014 16:14 Mar 12, 2025 Jkt 265001 the notice), Mr. Cosie had not responded. Mr. Cosie’s failure to respond and request a hearing constitutes a waiver of his right to a hearing concerning this matter. DATES: This order is applicable March 13, 2025. ADDRESSES: Any application by Mr. Cosie for termination of debarment under section 306(d)(1) of the FD&C Act (21 U.S.C. 335a(d)(1)) may be submitted at any time as follows: Electronic Submissions • Federal eRulemaking Portal: https://www.regulations.gov. Follow the instructions for submitting comments. An application submitted electronically, including attachments, to https:// www.regulations.gov will be posted to the docket unchanged. Because your application will be made public, you are solely responsible for ensuring that your application does not include any confidential information that you or a third party may not wish to be posted, such as medical information, your or anyone else’s Social Security number, or confidential business information, such as a manufacturing process. Please note that if you include your name, contact information, or other information that identifies you in the body of your application, that information will be posted on https://www.regulations.gov. • If you want to submit an application with confidential information that you do not wish to be made available to the public, submit the application as a written/paper submission and in the manner detailed (see ‘‘Written/Paper Submissions’’ and ‘‘Instructions’’). Written/Paper Submissions • Mail/Hand Delivery/Courier (for written/paper submissions): Dockets Management Staff (HFA–305), Food and Drug Administration, 5630 Fishers Lane, Rm. 1061, Rockville, MD 20852. • For a written/paper application submitted to the Dockets Management Staff, FDA will post your application, as well as any attachments, except for information submitted, marked and identified, as confidential, if submitted as detailed in ‘‘Instructions.’’ Instructions: All applications must include the Docket No. FDA–2024–N– 3779. Received applications will be placed in the docket and, except for those submitted as ‘‘Confidential Submissions,’’ publicly viewable at https://www.regulations.gov or at the Dockets Management Staff between 9 a.m. and 4 p.m., Monday through Friday, 240–402–7500. • Confidential Submissions—To submit an application with confidential PO 00000 Frm 00047 Fmt 4703 Sfmt 4703 information that you do not wish to be made publicly available, submit your application only as a written/paper submission. You should submit two copies total. One copy will include the information you claim to be confidential with a heading or cover note that states ‘‘THIS DOCUMENT CONTAINS CONFIDENTIAL INFORMATION.’’ The Agency will review this copy, including the claimed confidential information, in its consideration of your application. The second copy, which will have the claimed confidential information redacted/blacked out, will be available for public viewing and posted on https://www.regulations.gov. Submit both copies to the Dockets Management Staff. Any information marked as ‘‘confidential’’ will not be disclosed except in accordance with 21 CFR 10.20 and other applicable disclosure law. For more information about FDA’s posting of comments to public dockets, see 80 FR 56469, September 18, 2015, or access the information at: https:// www.govinfo.gov/content/pkg/FR-201509-18/pdf/2015-23389.pdf. Docket: For access to the docket, go to https://www.regulations.gov and insert the docket number, found in brackets in the heading of this document, into the ‘‘Search’’ box and follow the prompts and/or go to the Dockets Management Staff, 5630 Fishers Lane, Rm. 1061, Rockville, MD 20852 between 9 a.m. and 4 p.m., Monday through Friday, 240–402–7500. Publicly available submissions may be seen in the docket. FOR FURTHER INFORMATION CONTACT: Jaime Espinosa, Division of Field Enforcement, Office of Field Regulatory Operations, Office of Inspections and Investigations, Food and Drug Administration, 240–402–8743, or debarments@fda.hhs.gov. SUPPLEMENTARY INFORMATION: I. Background Section 306(b)(1)(D) of the FD&C Act permits debarment of an individual from importing or offering for import any drug into the United States if FDA finds, as required by section 306(b)(3)(C) of the FD&C Act, that the individual has been convicted of a felony for conduct relating to the importation into the United States of any drug or controlled substance. On July 30, 2024, Mr. Cosie was convicted as defined in section 306(l)(1) of the FD&C Act in the U.S. District Court for the Middle District of FloridaJacksonville Division when the court accepted his plea of guilty and entered judgment against him for two counts of introducing misbranded drugs into interstate commerce with the intent to E:\FR\FM\13MRN1.SGM 13MRN1

Agencies

[Federal Register Volume 90, Number 48 (Thursday, March 13, 2025)]
[Notices]
[Pages 11982-11984]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2025-04004]


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

DEPARTMENT OF DEFENSE

GENERAL SERVICES ADMINISTRATION

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

[OMB Control No. 9000-0198; Docket No. 2024-0053; Sequence No. 20]


Submission for OMB Review; Certain Federal Acquisition Regulation 
Part 9 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 an 
extension of a previously approved information collection requirement 
regarding certain Federal Acquisition Regulation (FAR) part 9 
requirements.

DATES: Submit comments on or before April 14, 2025.

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.

FOR FURTHER INFORMATION CONTACT: [email protected] or call 202-969-
4075.

SUPPLEMENTARY INFORMATION:

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

    9000-0198, Certain Federal Acquisition Regulation Part 9 
Requirements.

B. Need and Uses

    This clearance covers the information that offerors and contractors 
must submit to comply with the following FAR requirements:
    1. FAR 52.209-1, Qualification Requirements. This clause requires 
offerors to provide with their proposal: Their name, the manufacturer's 
name, source's name, item's name, service identification, and test 
number (if known) for a proposed product or service that has already 
been determined to meet the qualification standards. If an offeror, 
manufacturer, source, product or service has met the qualification 
requirement but is not yet on a qualified products list, qualified 
manufacturers list, or qualified bidders list, this clause requires the 
offeror to submit evidence of qualification prior to award of a 
contract.
    2. FAR 52.209-2, 52.209-10, and 52.212-3(n), Prohibition on 
Contracting with Inverted Domestic Corporations. FAR provision 52.209-
2, Prohibition on Contracting with Inverted Domestic Corporations-
Representation, and its equivalent for commercial acquisitions at FAR 
52.212-3(n), requires each offeror to represent whether it is, or is 
not, an inverted domestic corporation or a subsidiary of an inverted 
domestic corporation.
    FAR clause 52.209-10, Prohibition on Contracting with Inverted 
Domestic Corporations, requires contractors to promptly notify the 
contracting officer in the event the contractor becomes an inverted 
domestic corporation or a subsidiary of an inverted domestic 
corporation during the period of performance of the contract.
    3. FAR 52.209-5, 52.209-6, and 52.212-3(h), Debarment, Suspension, 
and other Responsibility Matters. FAR provision 52.209-5, Certification 
Regarding Responsibility Matters, and its equivalent for commercial 
acquisitions at FAR 52.212-3(h), require the disclosure of the 
following critical information by an offeror to be considered by the 
contracting officer in making a responsibility determination:
     Whether the offeror or any of its principals have been--
    [cir] Debarred, suspended, proposed for debarment, declared 
ineligible for contract award;
    [cir] Within a three-year period preceding their offer:
     Convicted of or had a civil judgment rendered against them 
or indicted for commission of a fraud or a criminal offense in 
connection with obtaining, attempting to obtain, or performing a public 
(Federal, State, or local) contract or subcontract, violation of 
Federal or State antitrust statutes relating to the submission of 
offers, or commission of embezzlement, theft, forgery, bribery, 
falsification or destruction of records, making false statements, tax 
evasion, violating Federal criminal tax laws, or receiving stolen 
property;
     Notified of any delinquent Federal taxes in an amount that 
exceeds $10,000 for which the liability remains unsatisfied;
     Had one or more contracts terminated for default by any 
Federal agency; or
     Are presently indicted for, or otherwise criminally or 
civilly charged

[[Page 11983]]

by a governmental entity with commission of any of the offenses 
identified above.
    If the offeror has responded affirmatively to the certifications in 
the FAR provisions at 52.209-5 or 52.212-3(h), the offeror shall 
provide additional information if requested by the contracting officer.
    The offeror shall also provide immediate written notice to the 
contracting officer if, at any time prior to contract award, the 
offeror learns that its certification was erroneous when submitted or 
has become erroneous by reason of changed circumstances.
    Paragraph (c) of the FAR clause at 52.209-6, Protecting the 
Government's Interest When Subcontracting with Contractor's Debarred, 
Suspended, or Proposed for Debarment, requires the contractor to 
require each proposed subcontractor whose subcontract will exceed 
$35,000, other than a subcontractor providing a commercially available 
off-the-shelf (COTS) item, to disclose to the contractor in writing, 
whether as of the time of award of the subcontract, the subcontractor, 
or its principals, is or is not debarred, suspended, or proposed for 
debarment by the Government.
    Paragraph (d) of the FAR clause at 52.209-6 requires a corporate 
officer or designee of the contractor to notify the contracting 
officer, in writing, before entering into a subcontract (for other than 
COTS items) with a party that is debarred, suspended, or proposed for 
debarment. The written notice must include: The name of the 
subcontractor; why the subcontractor is debarred, suspended, or 
ineligible; the compelling reason(s) for doing business with the 
subcontractor; and how the contractor will protect the Government's 
interests when dealing with such subcontractor. For any subcontract 
subject to Government consent, contracting officers shall not consent 
to such subcontracts unless the agency head or a designee states in 
writing the compelling reasons for approving such subcontract.
    4. FAR 52.209-7 and 52.209-9, Information Regarding Responsibility 
Matters and Updates to that Publicly Available Information. FAR 
provision 52.209-7, Information Regarding Responsibility Matters, 
requires each offeror to represent whether it has current active 
Federal contracts and grants with a total value greater than $10 
million. The provision also requires each offeror to post in the 
Federal Awardee Performance and Integrity Information System (FAPIIS), 
as required by maintaining an active registration in the System for 
Award Management (SAM), information on whether the offeror and/or any 
of its principals has, or has not, within the past five years, in 
connection with the award to or performance by the offeror of a federal 
contract or grant, been the subject of a proceeding, at the Federal or 
State level, that resulted in:
    (a) A criminal conviction in the case of a criminal proceeding;
    (b) The finding of fault and liability in a civil proceeding 
resulting in the payment of $5,000 or more in damages, restitution, 
reimbursement, fine or penalty;
    (c) The finding of fault and liability in an administrative 
proceeding resulting in the payment of a monetary fine or penalty of 
$5,000 or more, or the payment of a reimbursement, restitution, or 
damages in excess of $100,000; or
    (d) In a criminal, civil, or administrative proceeding, a 
disposition of the matter by consent or compromise with an 
acknowledgement of fault by the contractor if the proceeding could have 
led to any of the outcomes specified in (4)(a) through (c) above.
    Paragraph (a) of the FAR clause 52.209-9, Updates of Publicly 
Available Information Regarding Responsibility Matters, requires 
contractors to update the information in FAPIIS on a semiannual basis, 
throughout the life of the contract, by posting the information in SAM. 
Paragraph (c) of the FAR clause 52.209-9 informs contractors of their 
ability to provide feedback on information posted by the Government in 
FAPIIS and the procedure to follow in the event information exempt from 
public disclosure is slated to become publicly available information in 
FAPIIS.
    5. FAR 52.209-11, 52.209-12, and 52.212-3(q), Prohibition on 
Contracting With Corporations with Delinquent Taxes or a Felony 
Conviction. FAR provision 52.209-11, Representation by Corporations 
Regarding Delinquent Tax Liability or a Felony Conviction under any 
Federal Law, and its equivalent for commercial acquisitions at FAR 
52.212-3(q), require offerors to represent whether the offeror is a 
corporation that--
     Has any unpaid Federal tax liability that has been 
assessed, for which all judicial and administrative remedies have been 
exhausted or have lapsed, and that is not being paid in a timely manner 
pursuant to an agreement with the authority responsible for collecting 
the tax liability; and
     Was convicted of a felony criminal violation under a 
Federal law within the preceding 24 months.
    FAR provision 52.209-12, Certification Regarding Tax Matters, 
require offerors proposing a total contract price that will exceed $5.5 
million (including options) to certify that, to the best of the 
offeror's knowledge and belief, it--
     Has filed all Federal tax returns required during the 
three years preceding the certification;
     Has not been convicted of a criminal offense under the 
Internal Revenue Code of 1986; and
     Has not, more than 90 days prior to certification, been 
notified of any unpaid Federal tax assessment for which the liability 
remains unsatisfied, unless the assessment is the subject of an 
installment agreement or offer in compromise that has been approved by 
the Internal Revenue Service and is not in default, or the assessment 
is the subject of a non-frivolous administrative or judicial 
proceeding.
    6. FAR 52.209-13, Violations of Arms Control Treaties or Agreements 
with the United States. Unless the offeror is providing evidence of a 
waiver or determination in accordance with paragraph (b)(2) of the FAR 
provision at 52.209-13, Violation of Arms Control Treaties or 
Agreements--Certification, paragraph (b)(1) of the provision requires 
offerors to certify that--
     The offeror does not engage and has not engaged in any 
activity that contributed to or is a significant factor in the 
President's or Secretary of State's determination that a foreign 
country is in violation of its obligations undertaken in any arms 
control, nonproliferation, or disarmament agreement to which the United 
States is a party, or is not adhering to its arms control, 
nonproliferation, or disarmament commitments in which the United States 
is a participating state. The determinations are described in the most 
recent unclassified annual report provided to Congress pursuant to 
section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a); 
and
     No entity owned or controlled by the offeror is an entity 
organized under the laws of such country, that engages or has engaged 
in any activity that contributed to or is a significant factor in the 
President's or Secretary of State's determination that a foreign 
country is in violation of its obligations undertaken in any arms 
control, nonproliferation, or disarmament agreement to which the United 
States is a party, or is not adhering to its arms control, 
nonproliferation, or disarmament commitments in which the United States 
is a participating state.
    Contracting officers use the collected information described above 
to

[[Page 11984]]

determine an offeror's responsibility for contract award.

C. Annual Burden

    Respondents: 1,973,803.
    Total Annual Responses: 2,177,511.
    Total Burden Hours: 1,125,803. (589,703 reporting hours + 536,100 
recordkeeping hours).

D. Public Comment

    A 60-day notice was published in the Federal Register at 89 FR 
102145, on December 17, 2024. 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. 9000-0198, Certain Federal Acquisition Regulation Part 9 
Requirements.

Janet Fry,
Director, Federal Acquisition Policy Division, Office of Governmentwide 
Acquisition Policy, Office of Acquisition Policy, Office of 
Governmentwide Policy.
[FR Doc. 2025-04004 Filed 3-12-25; 8:45 am]
BILLING CODE 6820-EP-P


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