Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

M -- AMC Museum Collection Management and Exhibit Design - Wage Determination_31 May 2013 - Performance Work Statement

Notice Date
5/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1QMU3037A001AMCMu
 
Point of Contact
Allison R. Chermel, Phone: 3026775226, Warren C. Rehrer, Phone: 302-677-5028
 
E-Mail Address
allison.chermel.1@us.af.mil, warren.rehrer@us.af.mil
(allison.chermel.1@us.af.mil, warren.rehrer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Wage Determinations as of 31 May 2013. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1QMU3037A001AMCMu and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Requirements Contract of Base Period with Four Option Years. The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requirement at the lowest price. Since award will be made without discussions, it is highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-66 and Defense Acquisition Circular 20130522. The North American Industry Classification System Code (NAICS) is 712110, size standard $7,000,000.00. The contractor shall provide the following services: provide all management, labor, tools, equipment, transportation and materials to provide Collection Management and Exhibit Design Services for the Air Mobility Command Museum's permanent, historic reference, and restoration support artifact collections in a professional manner to meet or exceed annual accountability standards. All work shall be performed in accordance with the professional standards of the Small Museum Association (SMA), the American Association of Museums (AAM), AFI 84-103, and the Performance Work Statement (PWS). The majority of work will be done on-site at Dover AFB. The contractor shall provide the service listed below, which for the majority, is to be performed on Dover, AFB. CLIN0001: Provide curatorial, artifact registration and exhibit development service for the Air Mobility command Museum's permanent, historic reference, and restoration support artifact collections in a professional manner to meet or exceed annual accountability standards. Base Period PoP: 1 October 2013 - 30 September 2014 tiny_mce_marker_________ CLIN 0002 Option Year 1 PoP: 1 October 2014 - 30 September 2015 tiny_mce_marker_________ CLIN 0003 Option Year 2 PoP: 1 October 2015 - 30 September 2016 tiny_mce_marker_________ CLIN 0004 Option Year 3 PoP: 1 October 2016 - 30 September 2017 tiny_mce_marker_________ CLIN 0005 Option Year 4 PoP: 1 October 2017 - 30 September 2018 tiny_mce_marker_________ Total: tiny_mce_marker_________ Addendum to 52.212-1, Instruction to Offerors-Commercial Items. NOTE: Quotes will be valid for at least 60 calendar days. A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II Technical Proposal, and Part III - Past Performance. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. C. The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 1 July 2013 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 26 June 2013 at (1:00PM) EST. POC information: Allison Chermel, 2Lt, USAF 302-677-5226 Allison.chermel.1@us.af.mil Warren Rehrer, A1C, USAF 302-677-5028 Warren.Rehrer@us.af.mil ALT POC: Francis E. Puangco, MSgt, USAF 302-677-5042 Francis.puangco@us.af.mil Offeror shall use the following method for delivering offers / quotes: PART I - PRICE PROPOSAL Insert proposed unit and extended prices in the Pricing Schedule. The amount must equal the whole dollar unit price for the entire period of performance. The quote(s) must be submitted for a base period plus four (4) Option Years. PART II - TECHNICAL QUALIFICATIONS The contractor shall submit all of their required documents to demonstrate their capability and experience to perform this service. The contractor at a minimum shall provide the following: A. A copy of their Bachelor's degree, Master's degree, or transcript from an accredited university in one of the following: 1. Museum Studies 2. History, with a concentration in Modern American Military History, Aviation History or General U.S. History. 3. Graphics Design, with a concentration in Exhibit Design or General Graphics Design. 4. Library Sciences B. A resume/experience in one of the following fields: Museum Collection Management or Museum Collection Management Archives If the contractor submits a copy of their Bachelor's or Master's degree, their resume shall demonstrate at least one year's of relevant work experience in one of the fields metioned in paragraph B above. If the contractor does not have a Bachelor's or Master's degree in one of the designated fields, the contractor shall provide a resume validating five (5) years of relevant work experience. PART III - PAST PERFORMANCE The contractor shall provide recent and relevant past performance items demonstrating that they have performed similar work in the past (within the last 5 years). The Past Performance will have the following information: 1. Title and detail description of the services. 2. Date of contract issued or performance start date. 3. Total dollar amount. 4. Point of Contact for the employer (Phone and email). GENERAL QUOTE INFORMATION Offerors are hereby notified that initial quote which are found incomplete may be rejected without affording the offeror an opportunity to satisfy the requirement of the Government. Notwithstanding the information included in support of the offeror' s technical capability, the contractor must meet all requirements of this request for quote. Addendum to 52.212-2, Evaluation - Commercial Items BASIS FOR CONTRACT AWARD: 1. This is a competitive selection in which competing offerors will be evaluated on a basis of the Lowest Price Technically Acceptable (LPTA). Evaluation procedures shall be IAW FAR 15.101-2 when best value is expected to result from selection of the technically acceptable quote with the lowest price and acceptable past performance. The Government expects to award one firm-fixed price requirements contract with one (1) basic period and four (4) 1-year option periods as a result of this solicitation. The Government reserves the right to award without discussions or make no award should no vendor prove to be an acceptable offeror based on the criteria set forth in the solicitation. The US Government will make an award to the responsible (IAW the Federal Acquisition Regulation (FAR)) contractor whose offer conforms to the solicitation and are determined to be the most advantageous to the Government considering price and non-price factors. The Government will evaluate Part II, Technical Qualifications on an Acceptable/Unacceptable basis. Offerors receiving an Unacceptable rating for the Technical and /or on Past Performance portion will not receive further consideration. The solicitation requirements include all stated terms, conditions, representations, certifications, and other information required by 52.212-1 of this solicitation. The Government will evaluate Part III, Past Performance on an Acceptable/Unacceptable basis. After an offeror has received an overall Acceptable rating on the Past Performance, the Government will then evaluate the offer on Price. Offeror's receiving an Unacceptable rating for the Past Performance will not receive further consideration. The solicitation requirements include all stated terms, conditions, representations, certifications, and other information required by 52.212-1 of this solicitation. 2. REJECTION OF UNREALISTIC OFFERS: Any quote, which is unrealistic, will be judged either as exhibiting a lack of competence or failure to comprehend the Government's requirements and may be so evaluated and rated, or rejected for such reasons. Furthermore, any significant inconsistency between the Technical Proposal and Price Proposal, if unexplained, may be grounds for rejection of the quote. The Government will evaluate each quote strictly IAW its content and will not assume that performance will include areas not specified in the Offeror's quote. Nothing in this paragraph is to be construed as a promise by the Government to conduct a price realism analysis where it would otherwise not be required to do so. The decision to conduct or not to conduct such an analysis remains in the sound discretion of the Contracting Officer. The solicitation and subsequent award for this acquisition contains the clause at FAR 52.217-8, Option to Extend Services. This option to extend the contract term is evaluated as part of the initial evaluation, so that any resultant exercise of this option is within scope of the pending contract. The inclusion of this clause provides up to six (6) months of continued performance when it is in the Government's best interest to continue performance after the end of the final contract performance period. If conditions warrant the exercise of this option, the price(s) for the continued performance under this clause shall be at the same price(s) as the prior performance period, which are/is hereby determined fair and reasonable and in the best interest of the US Government. PRICE: The Government will evaluate offers based on prices proposed for all CLINs and any other price related factors required by the solicitation. The offeror's quote will be evaluated for Reasonableness, Realism, and Total Evaluated Price. 1. Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis, other techniques will be used. 2. Realism: The contractor's proposed costs will be evaluated to determine if the price is realistic for the work required, if the cost reflects a clear understanding of the requirement, and if the cost is consistent with the elements of the technical proposal. 3. Total Evaluated Price (TEP): The Government will utilize the following methodology to determine the TEP of each quote. The TEP will be calculated for evaluation purposes only. The TEP will be calculated as follows: i. CLINs will be calculated by multiplying the proposed unit price by the corresponding quantity. ii. The sum of all the CLINs evaluated prices will represent the total evaluated price iii. Award will be made to the responsible offeror that represents the best value to the US Government. TECHNICAL CAPABILITY: The government will consider the completeness and feasibility of the offeror's Technical Proposal (Part II) to assess the offeror's understanding of the requirement and their ability to successfully complete contract requirements. The contractor will be evaluated on the following: The contractor's Bachelor's degree, Master's degree, or transcript from either Museum Studies, History, with a concentration in Modern American Military History, Aviation History or General U.S. History, Graphics Design, with a concentration in Exhibit Design or General Graphics Design, or Library Sciences will be evaluated on face value. However, if the contractor does not have a Bachelor's or Master's degree in one of the designated fields, the contractor must show at least five (5) years of relevant work experience in the last fifteen (15) years. The following ratings will be used in rating technical capability: Acceptable: Proposed clearly meets the minimum requirements of the solicitation Unacceptable: Proposed does not clearly meet the minimum requirements of the solicitation PAST PERFORMANCE: Relevant past performance is defined as past performance providing candidates for services similar in scope to this requirement. The Government will consider relevancy, recency, extent of the past performance and the size and complexity of the past performance relative to this solicitation's requirement submitted by offerors as well as any information gathered by the Contracting Officer. Offerors that have no relevant past performance history will be assigned an unknown past performance evaluation rating; unknown will be rated as unacceptable. The following ratings will be used in rating past performance: Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. POC information: Allison Chermel, 2Lt, USAF 302-677-5226 Allison.chermel.1@us.af.mil Warren Rehrer, A1C, USAF 302-677-5028 Warren.Rehrer@us.af.mil ALT POC: Francis E. Puangco, MSgt, USAF 302-677-5042 Francis.puangco@us.af.mil The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Provision 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Provision 52.204-5 Woman Owned Business (Other than Small Business) Provision 52.204-7 Central Contractor Registration Provision 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items Provision 52.217-5 Evaluation of Options Provision 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) Provision 52.222-25 Affirmative Action Compliance The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) Provision 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification Provision 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 639 Atlantic St Dover AFB, DE 19902. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7001, Disclosure of Ownership or Control By the Government of a Terrorist Country Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal (DEVIATION 2012-00007)(DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that, this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) 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, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] 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, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Provision 252.212-7000 Offeror Representations and Certifications - Commercial Items Provision 252.247-7022 Representation of Extent of Transportation by Sea (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) Clause 52.202-1, Definitions of Words and Terms Provisions and Clauses Clause 52.203-12, Limitation on Payments to Influence Certain Federal Transactions Clause 52.204-4 Printed or Copied Doubled Sided on Recycled Paper Clause 52.204-9 Personal Identity Verification of Contractor Personnel Clause 52.204-13 Central Contractor Registration Maintenance Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.203-6 Subcontractor Sales to the Government. Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits EXHIBITS SPECIALIST I 16.54+36.25% (End of Clause) 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.217-5, Evaluation of Options Clause 52.223-10, Waste Reduction Program Clause 52.224-1, Privacy Act Notification Clause 52.224-2, Privacy Act Clause 52.228-5, Insurance -- Work on a Government Installation Clause 52.229-3 Federal, State, and Local Taxes Clause 52.232-18, Availability of Funds Clause 52.237-3, Continuity of Services Clause 52.242-13, Bankruptcy Clause 52.242-15, Stop Work order Clause 52.245-1, Government Property Clause 52.245-9, Uses and Charges Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7000, Disclosure of Information Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A Central Contractor Registration Clause 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under this clause also applies: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.225-7012, Preference for Certain Domestic Commodities 252.225-7031, Secondary Arab Boycott of Israel 252.232-7003 Electronic Submission of Payment Requests 252.243-7002, Request for Equitable Adjustment Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clause 5352.223-9001, Health and Safety on Government Installations Clause 5352.242-9001, Common Access Cards (CAC's) Clause 5352.242-9000, Contractor Access to Air Force Installation (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five Years. POC information: Allison Chermel, 2Lt, USAF 302-677-5226 Allison.chermel.1@us.af.mil Warren Rehrer, A1C, USAF 302-677-5028 Warren.Rehrer@us.af.mil ALT POC: Francis E. Puangco, MSgt, USAF 302-677-5042 Francis.puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1QMU3037A001AMCMu/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03076408-W 20130602/130531235733-59341e94e157180651cd511668bf69f1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.