Return to the USDOJ/OIG Home Page
Return to the Table of Contents

Payments to Vendors by United States Attorneys' Offices

Report No. 04-07
December 2003
Office of the Inspector General


Appendix III
Executive Office for United States Attorneys' Response
to the Audit Recommendations

 
  U.S. Department of Justice

Executive Office for United States Attorneys

Resource Management and Planning Staff Suite 8000, Bicentennial Building
600 E Street. NW
Washington, DC 20530

NOV 12 2003
(202) 616-6886
FAX (202) 616-6649
 
 
  MEMORANDUM
  TO: Guy K. Zimmerman
Assistant Inspector General
          for Audit
 
  FROM: Mary Ellen Wagner (original signed)
Assistant Director
 
  SUBJECT: Payments to Vendors by United States Attorneys' Offices
 

         The following attachments provides our responses to the recommendations made in the draft audit report on the subject matter referenced above.

         If you have any questions or would like to meet to further discuss our responses, please contact me on (202) 616-6886, or David W. Downs, Chief Operating Officer, on (202) 616-6600.

Attachments

 
cc: George Stendell
Regional Audit Manager
Dallas Regional Audit Office

David Downs
Chief Operating Officer

Trisha Bursey
Assistant Director

Melinda Morgan
JMD Finance Staff
Attachment 1

Recommendation 1.

We concur with your recommendation. This past summer, the Justice Management Division (JMD), Finance Staff modified the FMIS2+ system to ensure subcertifiers could not bypass the delegated payment limit presently established at $50,000.

Recommendation 2.

We concur with your recommendation. The Facilities Management and Support Services Staff (FMSS) has requested through JMD, Procurement Services Staff (PSS) that the purchase card statements be modified to add a line for the date of review by the cardholder and approving official. JMD has contacted Bank One. Bank One indicated that this may require creating a special statement for the Offices, Boards and Divisions (OBD) (unlikely that they will be able to separate for just one Unit). Bank One stated that they will further investigate this request, arid informed us that there may be a cost for its implementation. JMD will provide us a response when they receive it, however it may be two to three weeks because of the current process of issuing the new cards. Since this will impact the OBDs, the final decision to implement this request will be at the JMD level.

Recommendation 3.

The Resource Management and Planning Staff will coordinate with JMD's Finance Staff to discuss the redesign and reissuance of the Accountable Officer Signature Form, Form OBD-234. However, as discussed in the September 11, 2003, exit conference, JMD is responsible for the final decision regarding any modifications to this form.

Recommendation 4.

The Federal Acquisition Regulation, Chapter 1, Subpart 1.603-2 states in so many words that delegations of procurement authority should be based on the knowledge and capability of the appointee considering the complexity and dollar value of the procurement. UNICOR, NIB/NISH, and FEDSTRIP are the most simple of all procurements. Regardless of dollar value, they do not require competition, set-asides, justifications, advertising or price reasonableness determinations. There is no difference in the procedure based on dollar value. While we do not see the value added by this recommendation, FMSS has requested that JMD, PSS, Acquisition Programs Group (APG) limit the delegated authority to the United States Attorneys' Offices for UNICOR, NIB/NISH, and FEDSTRIP to one million dollars. We also requested the authority for EOUSA components be limited to five million dollars. However, JMD is responsible for the final decision and action.

Recommendation 5.

We concur with your recommendation. The evaluation guide used in the EARS reviews for acquisition management is constantly being updated and revised. It is currently undergoing revision and we will ensure that it includes tests to detect similar deficiencies as the audit.

Recommendation 6.

We concur with your recommendation. The FMSS will expand the recommendation of records to be reviewed to include all years since the prior review of that office.

Recommendation 7.

The JMD, PSS, APG mandates the use of their comprehensive checklist in all acquisitions exceeding $2,500. They also provide an optional checklist for micro-purchases (<$2,500) (Attachment 1). While receipt is not addressed in that checklist, it is addressed in the checklist for close out of the file (Attachment 2). The other elements that are provided in the report as applicable to most purchases are also addressed in the requirements of the instructions from the JMD/PSS/APG Simplified Acquisition Desk Reference. We will request that JMD enhance their forms to include the elements from the report listing that will add value to their checklists and required forms. However, JMD is responsible for the final decision and action.

 
Attachment 2
  U.S. Department of Justice

Justice Management Division

Procurement Services Staff

  Washington, D.C. 20530

July 07, 2003
 
MEMORANDUM FOR: Contracting Officers
FROM: Michelle L. Wall
Assistant Director, Acquisition Programs Group
SUBJECT: Buyer Checklist and File Setup
SAS Instruction 97-1l (Revision X)

This Buyer Checklist and File Setup instruction is designed to assist contracting officers in the procurement process. The standardization of the use of a checklist and file setup is also intended to promote consistency among contracting offices. This should facilitate ease in training new staff and ensure that all steps in the procurement process have been met prior to award of any action. Use of the Simplified Acquisition checklist and file setup is required for all acquisitions exceeding $2,500, except 1) Blanket Purchase Agreement (BPA) calls, and 2) OBD-47 actions. See SAS Instructions 97-13 and 97-14 for BPA procedures, including establishment of the BPA, file content requirements, administration and recording of BPA calls. See SAS Instruction 01-42 for procedures and requirements for conducting OBD-47 actions. The use of the micro-purchase checklist is optional, but strongly encouraged.

Each separate Purchase Order (P0) or Delivery or Task Order (DO/TO) action requires a separate folder and tabs. Tab numbers that are not used for the action do not need to be included in the file. Purchase card transactions up to $2,500 do not require use of the Micro-purchase checklist, however, if used, the checklist may be filed along with all other purchase card transactions and documentation. Pursuant to SAS Instruction 97-22 covering the Purchase Card Program, the Purchase Card may not be used as a procurement method for acquisitions in excess of $2,500. It may only be used as a payment mechanism for such acquisitions.

Applicable regulations and procedures should be checked. Non-applicable regulations and procedures should be denoted by N/A. Each checklist must be original and have an original signature and date by the Contracting Officer.

For additional assistance, contact the cognizant analyst listed in the SADR table of contents.

Attachments

Page 1 of 8
 

MICRO PURCHASE BUYER CHECKLIST

Requestor:______________Brief Description of supply/service required:__________________

______Funding certified and available

Required Sources
______Agency inventory/excess property______ UNICOR______JWOD______FSS

Section 508
______ Is supply/service part of a larger Electronic and Information Technology procurement exceeding the micro-purchase threshold? If yes, complete Section 508 Requisition Checklist. (See SAS Instruction 01-49 for Section 508 Guidance, and 97-04 for Section 508 Checklist)
Energy Efficient Standby Power Devices
______ Is product commercially available, off-the-shelf that uses external standby power devices, or that contains an internal standby power function.
______ Does product use no more than one watt in its standby power consuming mode?
______ Is this the product with the lowest standby power wattage? If no, provide justification in file why product that meets energy efficient standby requirement is not being acquired.

Greening the Government (FAR 23 .404)
______Is product identified on EPA's list of designated products?
______Does the product price exceed $10,000, or is the aggregate amount paid for the product, or for functionally equivalent products (at the Dept/Agency level) in preceding fiscal year $10,000 or more? (If yes to either, must purchase items that are or can be made from recovered materials. If not, must provide written justification if an EPA-designated product does not contain recovered material based on the inability to acquire the product (1) competitively within a reasonable period of time; (2) at a reasonable price; or (3) to reasonable performance standards in the specifications, provided a written determination by technical/requirements personnel of the performance standard's reasonableness is included with the justification. A copy of the justification must be faxed to the DOJ Green Advisor at 202-307-1915, and reviewed by the Department's Environmental Executive, who is the AAG/A. US Attorneys office justifications should be sent to the DOJ Green Advisor via the Assistant Director, FMSS, EOUSA. Contact DOJs Green Technical Advisor, Marvin Hecker (202) 514-2977, or Dawn Gunning, at (202) 353-0761 with questions concerning standards of CPG products or other technical greening requirements) (Contracting Officers do not need affirmative approval of justifications before completing action)

Clauses -______Include FAR clause 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration

Verification of Price Reasonableness (SEE FAR l3.202)(Only required if CO has question on reasonableness)

______I verified the price reasonableness for this action because I suspected or had information to indicate that the price may not be reasonable. Explanation and results are described in an attached page(s) to this checklist.

Contracting Officer Signature: _______________________ Date:_____________

SIMPLIFIED ACQUISITION BUYER CHECKLIST

Page 2 of 8
 
Requestor:_____________________________________
Date Received by Buyer:________________
Brief Description of supply/service required:______________________________
Statement of Work attached?______

FILE WORKING FROM BOTTOM UP
(Insert Tabs for applicable Sections Only /Answer Yes, No or N/A for Not Applicable)

TAB 1- REQUISITION DOCUMENT (SF186/551)

_____Funding certified and available.
_____Requirement will be issued subject to the availability of funds (funding document must be in the file) (See SAS Instruction 01-45)

SECTION 508 (FAR 39.2)_____Is supply/service part of a larger procurement exceeding the micro-purchase threshold? If yes, complete Section 508 Requisition Checklist (See SAS Instruction 01-49 for Section 508 Guidance, and 97-04 for Section 508 Checklist)

E.O. 13221 ENERGY EFFICIENT STANDBY POWER DEVICES
_____Is product commercially available, off-the-shelf that use external standby power devices, or that contain an internal standby power function. (See SAS Instruction 01-50).
http://www.eren.doe.gov/femp/resources/standby_power.html
______ Does product use no more than one watt in their standby power consuming mode?
______ Is this the product with the lowest standby power wattage? If no, provide justification in file why product that meets energy efficient standby requirement is not being acquired.

GREENING THE GOVERNMENT (FAR 23.404)
______Is product identified on EPA's list of designated products (http://www.epa.gov/cpg)?
______Does the product price exceed $10,000, or is the aggregate amount paid for product, or for functionally equivalent products (at the Dept/Agency level) in preceding fiscal year $10,000 or more? (If yes to either, must purchase items that are or can be made from recovered materials. If not, must provide written justification if an EPA-designated product does not contain recovered material based on the inability to acquire the product (I) competitively within a reasonable period of time; (2) at a reasonable price; or (3) to reasonable performance standards in the specifications, provided a written determination by technical/requirements personnel of the performance standard's reasonableness is included with the justification. A copy of the justification must be faxed to the DOJ Green Advisor at 202-307-1915, and reviewed by the Department's Environmental Executive, who is the AAG/A. US Attorneys office justifications should be sent to the DOJ Green Advisor via the Assistant Director, FMSS, EOUSA. Contact DOJ's "Green" Technical Advisor, Marvin Hecker (202) 514-2977, or Dawn Gunning, at (202) 353-0761 with questions concerning standards of CPG products or other technical greening requirements)(Contracting Officers do not need affirmative approval of justifications before completing action)

PROHIBITION AGAINST CONTRACTOR EMPLOYMENT OF FOREIGNERS FOR WORK ON DEPARTMENT OF JUSTICE CONTRACTS FOR INFORMATION TECHNOLOGY (See SAS Instruction 02-30.)
______ Does requirement need contractor personnel for information technology services? If so, is prohibition notification included in solicitation/award document?
RESIDENCY REQUIREMENT (See SAS Instruction 03-51)
______If the procurement is for services to be performed in the United States, and the waiver described in
Page 3 of 8
 

03-51 is not applicable, the solicitation or purchase order or delivery order/task order or contract must contain the Residency Requirement clausc provided in SAS lnstnaction 03-51. Check above and insert residency requirement clause if applicable.

PR0HBITION OF ACQUISITION OF PRODUCTS PRODUCED BY FORCED OR
INDENTURED CHILD LABOR
(FAR 22.15)
______Is product identified on the List of Products Requiring Contractor Certification at http://www.dol.gov/dol/ilab [click Programs & Services, International Child Labor Program, Executive Order]. If no, proceed to next checklist item, However, Clause 52.222-19 must be included in all solicitations and purchase orders over the micro-purchase threshold. If yes, you may not purchase a listed product from the listed country of origin, unless either:
A) The contractor properly completes the certification at 52.222-1 8, or
B) The listed product is from the following country of origin:
  ______Canada and anticipated value is $25,000 or more;
______Israel and anticipated value is $50,000 or more;
______Mexico and anticipated value is $56,190 or more; or
______Aruba, Austria, Belgium, Denmark, Finland, France, Germany, Greece, Hong Kong, Ireland, Italy, Japan, Korea, Liechtenstein, Luxembourg, Netherlands, Norway, Portugal, Singapore, Spain, Sweden, Switzerland or the United Kingdom and the anticipated value is $169,000 or more; or
C) The listed product is from the listed country in item B) above, and the anticipated value is less than listed in item B) above, and the contractor properly completes the certification at 52.222-18.

METHOD OF PROCUREMENT:

REQUIRED SOURCES OF SUPPLIES/SERVICES (FAR Part 8)
______Agency inventory/excess property______UNICOR______JWOD______Federal Supply Schedules

OPEN MARKET Competitive Non-competitive Action: Utility services available from only one source Brand name (include justification. This does not reptace competition) 8(a) Sole Source (include justification under Tab 4)

TAB 2 - POSTING OR SYNOPSIZING REOUIREMENTS
Applies to all OPEN MARKET requirements over $10,000 (See SAS Instruction 97-09)

Over $10,000 ______Posted requirement for at least 10 days in a public place or by any appropriate electronic means (see FAR subpart 5.101 (a)(2)) if non-commercial). Hace copy of posting and all responses at TAB 2.

Over $25,000 ______Requirement must be advertised via FedBizOpps (htto:/fwww.fedbizopps.rov). Place copy of advertisement and alt responses at TAB 2.
______The requirement for synopsis waived based on an urgent and compelling need to obtain the supplies/services. (The use of "only one source" justification is not a basis for synopsis waiver)

Page 4 of 8
 

______Not required by regulation or statute (i.e., GSA FSS buys, 8(a)).

NOTE: If your open market delegation is limited to $25,000, you must send your requirement to Acquisition Programs Group for processing. US Attorneys Office PEA holders should submit such requirements to FMSS, EOUSA.

TAB 3-COMPETITION (Complete Worksheet 1)

DETERMINATION OF RESPONSIBILITY (Applies to Open Market)
______Check "List of Parties Excluded from Federal Procurement and Non-Procurement Programs" before soliciting a vendor (see FAR subpart 9.405). Refer to http://www.arnet.gov to access the website.
Date listing checked ___________
______Competition requirement has been satisfied by soliciting at least thee qualified sources (complete Worksheet I and/or file copy of Request for Quotation & Quotations from Vendors under Tab 3.
______Oral Solicitation (refer to FAR 13.106-1 to see if appropriate (must complete Worksheet 1))

Open market acquisitions between $2,500 and $100,000 shall be set aside for small business unless the contracting officer determines that there is no reasonable expectation of obtaining offers from two or more responsible small business concerns that can provide the goods/services at a reasonable price (reference FAR 13.003(b)(l) and 19.502-2 (a)). Complete the justification below if award to other than small business.

Justification for Dissolving Small Business Set-Aside
This procurement was not set-aside for small business because;
         [ ]Order is awarded to a mandatory source of supply.
         [ ]Non-competitive requirement as identified in TAB 1 above.
         [ ]There is no reasonable expectation of obtaining offers from at least two responsible small
             business concerns that will be competitive in terms of market price, quality and delivery.
             (FAR 19.502-2(a))
         [ ]No reasonable quotes were received from small businesses

FEDERAL SUPPLY SCHEDULE:

______ Check price-list of at least 3 schedule vendors
______ GSA Advantage (File results of query)

TAB 4-SOLE SOURCE JUSTIFICATION (Applies to Open Market) (See SAS Instruction 01-43)

______Only one source solicited based on either
              ______urgent and compelling
              ______only one source
______Sole source justification in the file

TAB 5 - WAGE DETERMINATION (Applies to Open Market)(See SAS Instruction 97-33)

______Wage determination(s) has been obtained for service requirements exceeding $2,500
______Wage determination in file (include appropriate clauses on purchase order clause matrix)

TAB 6 - APPROVALS OBTAINED OR WAIVERS GRANTED: (Check all that apply)

Page 5 of 8
 
  ______ ADP (SPS)
  ______ Authority for Paid Advertising in Newspapers (SAS Instruction pending)
  ______ Photocopiers over 60 pages per minute (FASS)
  ______ Telecommunications (TSS)
  ______ UNICOR (i.e., furniture) (place waiver in file)
  ______ Necessary Expenses (i.e., working meals, etc.)(approvals must be in file)
  ______ Government Printing Office (printing waiver must be obtained prior to contracting with any open market vendor. Contact JMD FASS (202) 514-7500 to request printing waiver. Copy of waiver must be in file or file annotated that verbal waiver was provided)
  ______ Other:
 

TAB 7 - DETERMINE PRICE PAID IS FAIR AND REASONABLE: (Complete Worksheet No. 2)
See SAS Instruction Oi-44 and FAR subpart 13.106-3 (1) and (2)

TAB 8 - FEDERAL PROCUREMENT DATA SYSTEM REPORTING REQUIREMENT
See SAS Instruction 97-19

______Required data recorded in the Automated Statistical Reporting System (ASRS) (please verify that the requirement is coded correctly). For requirements exceeding $25,000, you must record required data in the ASRS and complete a SF 279.

TAB 9 - CORRESPONDENCE
File all purchase order correspondence (e-mail, memorandums for record, phone conversation records, other written correspondence) here.

TAB 10 - AWARD (See SAS Instruction 97-15)
File copy of purchase/delivery/task order award document, including appropriate clauses and attachments, if applicable.

TAB 11 - MODIFICATIONS (See SAS Instruction 97-12)
File modifications along with supporting documentation (memorandum, amended purchase request, request from contractor, etc.).

TAB 12 - PURCHASE/DELIVERY ORDER CLOSE-OUT (See SAS Instruction 97-17 for Closeout Procedures) - File the closeout checklist under this tab.

TAB 13 - CHECKLIST

Contracting Officer Signature:____________________________ Date Prepared:__/__/__

WORKSHEET 1-TAB 3
COMPETITION

Page 6 of 8
 

[ ]Open Market - Solicit at least three sources (reference FAR subpart 13.104)

[ ]Federal Supply Schedules - Review price lists/catalogs of at least three schedule contractors
(reference FAR subpart 8.404 (b)(2)).

Names and addresses of Contractors solicited Item Price Quoted
1. __________________________
__________________________
__________________________
_____________
_____________
_____________
_____________
_____________
_____________
Telephone Number ______________
Date Contacted_________________
Vendor Spokesperson _____________
GSA Schedule No._________________
Quote Total $___________________________
Names and addresses of Contractors solicited Item Price Quoted
2. __________________________
__________________________
__________________________
_____________
_____________
_____________
_____________
_____________
_____________
Telephone Number ______________
Date Contacted_________________
Vendor Spokesperson _____________
GSA Schedule No._________________
Quote Total $___________________________
Names and addresses of Contractors solicited Item Price Quoted
3. __________________________
__________________________
__________________________
_____________
_____________
_____________
_____________
_____________
_____________
Telephone Number ______________
Date Contacted_________________
Vendor Spokesperson _____________
GSA Schedule No._________________
Quote Total $___________________________

Vendor Selected: _____________________________________

Use a separate sheet to record additional quotes. Attach any written quotes received or copy of price lists or pages from catalog.

WORKSHEET 2-TAB 7
REASONABLENESS OF PRICE/BEST VALUE

PRICE REASONABLENESS

Page 7 of 8
 

In accordance with FAR 13.106-2, the price paid is determined to be fair and reasonable based upon (check all that apply):

[ ]Effective competition from _____ sources obtained
[ ]Market research (include supporting information)
[ ]Comparison of proposed price with prices found reasonable on previous purchases

Order Number Contractor Date Price Paid

[ ]Current price lists, catalogs, or advertisements (attach copy)
[ ]Cornparison with prices of similar items in a related industry
[ ]Contracting officers's personal knowledge of the item being purchased (include explanation)
[ ]Price set by statue or tariff
[ ]Other_______________________ (include supporting information)

GSA SCHEDULE ORDER BEST VALUE DETERMINATION In accordance with FAR 8.404, award of this GSA Schedule delivery order represents the best value and results in the lowest overall cost altemative to the government based on (check all that apply):

[ ]Special features of the supply or services required for effective program performance
[ ]Trade-in considerations
[ ]Probable life of the item selected as compared with that of a comparable item
[ ]Warranty considerations
[ ]Maintenance availability
[ ]Past performance
[ ]Environmental and energy efficiency considerations
[ ]Other_________________________ (include supporting information)

 

Contracting Officer Signature______________________ Date: _________________

Page 8 of 8
Attachment 3
  U.S. Department of Justice

Justice Management Division

Procurement Services Staff

  Washington, D.C. 20530

February 14, 2003
 
MEMORANDUM FOR: Contracting Officers
FROM: Michelle L. Wall
Assistant Director, Acquisition Programs Group
SUBJECT: Closeout Procedures
SAS Instruction 97-17 (Revision 5)
This revision clarifies procedures required for closeout of simplified acquisition files pursuant to FAR Section 4.804.
1. Overview.

The requirement for closing out simplified acquisition files is prescribed by FAR 4.804-I (a)(1). It should be noted, however, that in accordance with FAR 4.800 the application of the FAR subpart to simplified acquisition procedures is optional. Accordingly, the contracting officer must comply with the requirements set forth to closeout purchase arid delivery orders.
2. When is Closeout Required?

Files using simplified acquisition procedures should be closed after the contracting officer receives evidence of receipt of property and final payment. For services, files should be closed after performance is completed and final payment made. The contracting officer is responsible for ensuring that all required contractual actions have been completed before the Closeout Document Checklist is prepared.
  a. Contract Completion.
  An order is considered to be physically completed when:

1. The contractor has completed the required deliveries and the Government has
Page 1 of 4
 
    inspected and accepted the supplies.
 
  2. The contractor has performed all services and the Government has accepted these services.
 
  3. All option provisions, if any, have expired.
 
  4. The Government has given the contractor a notice of complete contract termination.
 
  5. Facilities contracts and rental, use, and storage agreements are considered to be physically completed when-(i) The Government has given the contractor a notice of complete contract termination; or (ii) The contract period has expired.
 
  b. Contract Administration.

Even though performance has been completed, outstanding contracting issues can preclude closeout of files. Purchase order files shall not be closed out when the following conditions are present:

(1) Equitable adjustments due the contractor have not been resolved;

(2) The contract is in litigation or under appeal; or

(3) In the case of a termination, all termination actions have not been completed.
 
3. File Documentation.

The contracting officer responsible for closeout must ensure that the file is properly documented to support the actions taken. At the minimum, the following documentation is required.
 
  a. Contracting officer needs to have obtained proof of receipt/performance of supplies, equipment and services (i.e., receiving report on back of purchase order, E-mail or other written document).
 
  b. Contracting officer must add to the file a copy of the applicable FMIS2+ report as proof of full and final payment.
 
  c. Contracting officer compares total payment with amount of purchase order, including modifications. Any variation in funding needs to be addressed. See paragraph 4 below.
Page 2 of 4
 
  d. The attached closeout checklist has been completed by the contracting officer and placed in the purchase order file.
 
4. Variation between Final Payment and the Amount of the Order.

The contracting officer is responsible for determining the basis for a variance between the "total payment" amount and the amount of the purchase order, including modifications. If the variance is based on a small overage at the same unit price ($100 or 10% of the total price, whichever is lower) a modification is not required.

If the variance exceeds the dollar thresholds above or is not due to a variation in quantity, the contracting officer needs to resolve the variance through negotiations with the contractor. Excess funds on the purchase/delivery order should be deobligated by modification to the order providing the order was not a "Not to Exceed the Ceiling Price" order AND a deobligation modification is not required by finance.

It is possible that a modification deobligating funds could constitute a Termination for the Convenience of the Govermnent. See FAR 52.249-1. If such is the case, the contracting officer needs to comply with the provisions of FAR 49.2. See also SAS Inst 01-47 for further guidance regarding terminations.
 
5. Time Standards for Closing Out Purchase/Delivery Order Files.

As a general matter, contracting officer shall close files within 45 days after completion of performance and issuance of final payment have been verified, unless there are other outstanding issues to be resolved.

In accordance with FAR Part 4.805(b), closed purchase order files shall be stored, handled, and disposed in the following manner.
 
  a. Files awarded for actions of less than $100,000 shall be retained for (3) three years from date of final payment.
 
  b. Files awarded for actions of $100,000 or more shall be retained for (6) years and three months from date of final payment. This includes expert witness and litigative consultant awards and orders against GSA schedules and other agency contracts.
 
After completion of the required record retention period, disposal of files shall be in accordance with the Department of Justice and General Records Schedule procedures.

For additional assistance, contact the cognizant analyst listed in the SADR table of contents.

Attachment
Page 3 of 4
 
Attachment 1
SIMPLIFIED ACQUISITION CLOSEOUT

DOCUMENTATION CHECKLIST
 
PURCHASE/DELIVERY ORDER NUMBER ____________
 
AMOUNT OF ORDER, INCLUDING
MODIFICATIONS
$ ______
 
AMOUNT OF TOTAL PAYMENT $ ______
 
IF THERE IS A VARIANCE, HAS IT BEEN ADDRESSED
(Issuance of Modification or Other Method)
_____________
 
PROOF OF RECEIPT ATTACHED
(receiving report)
/ / YES   / /NO
 
PROOF OF FINAL & TOTAL PAYMENT ATTACHED
(FMIS2+ report)
/ / YES   / / NO
 
 
________________________
CONTRACTING OFFICER
______________
DATE
Page 4 of 4