SOLICITATION NOTICE
J -- Purchase of Uniterupted Power Supply Service - Industrial Security Addendum
- Notice Date
- 8/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-15-Q-PC2263
- Archive Date
- 9/17/2015
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- INDUSTRIAL SECURITY ADDENDUM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-15-Q-PC2263. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. The North American Industry Classification System (NAICS) is 811219. The SBA size standard is $20.5 Mil. This IS A Small Business Set-A-Side. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase a Service & Maintenance Contract by awarding a Firm Fixed Price Purchase for a Base Period of Performance (POP) for One Year with two options to extend services for an additional 24 months of services. The Service Agreement is for Uninterruptible Service & Maintenance (UPS). The locations are identified below in the Schedule B and in the Statement of Work (SOW) The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Start Date is 23 Sep 2015. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Sep/2/2015 @ 9:00AM EST. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is Sep/3/2015, this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights 2014 (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE. Schedule B: Line Item 1: Base Year: 1 Year (12 Month Uninterruptible Service & Maintenance for LANT area IAW the Statement of Work/Industrial Security Addendum Period of Performance: 23 Sep 2015 - 22 Sep 2016 ______________ Line Item 2: Option Year 1: 1 Year (12 Month Uninterruptible Service & Maintenance for LANT area IAW the Statement of Work/Industrial Security Addendum Period of Performance: 23 Sep 2016 - 22 Sep 2017 ________________ Line Item 3: Option Year 2: 1 Year (12 Month Uninterruptible Service & Maintenance for LANT area IAW the Statement of Work/Industrial Security Addendum ________________ Period of Performance: 23 Sep 2017 - 22 Sep 2018 Line Item 4: Base Year: 1 Year (12 Month Uninterruptible Service & Maintenance for PAC area IAW the Statement of Work/Industrial Security Addendum Period of Performance: 23 Sep 2015 - 22 Sep 2016 ______________ Line Item 5: Option Year 1: 1 Year (12 Month Uninterruptible Service & Maintenance for PAC area IAW the Statement of Work/Industrial Security Addendum Period of Performance: 23 Sep 2016 - 22 Sep 2017 ________________ Line Item 6: Option Year 2: 1 Year (12 Month Uninterruptible Service & Maintenance for PAC area IAW the Statement of Work/Industrial Security Addendum Period of Performance: 23 Sep 2017 - 22 Sep 2018 ____________________ Total Cost for Line Items 1 - 6 ________________ IAW FAR 52.219-6 Notice of Small Business Set-A-Side • NOTE: The Government is not obligated nor required to Exercise the Option Periods of the Awarded Contract. The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2014) to include Alt I (Dec 2014). An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an Offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the Offeror shall complete only paragraphs (c) through (o) of this provision. • The Following Clauses apply to this Solicitation and awarded contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Dec 2014) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2014) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (May 2007) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. FAR 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) FAR 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 seven (7) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) 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 three (3) years. (End of Clause) FAR 52.232-19 -- Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 22 Sep 2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) STATEMENT OF WORK SHORT TITLE: USCG Area Command Center UPS System Maintenance 1. PLACE AND DATES OF PERFORMANCE. 1.1 USCG District Five (drmc) Portsmouth Federal Building 431 Crawford St Portsmouth, VA 23704-5004 Attn: LCDR Richard Mach (757) 398-6395 1.2 USCG District Eleven (drmc) Coast Guard Island Building 51-2 Alameda, CA 94501-5100 Attn: LTJG Evan Strathman (510) 437-3701 1.3 Base Year Dates: Start: 23 Sept 2015 Finish: 22 Sept 2016 2. REFERENCES. 2.1 FAR 31.205-46 Travel Costs 2.2 COMDTINST M5500.13 (series), U. S. Coast Guard Security and Information Assurance Manual 2.3 Physical Security & Force Protection Program Manual, COMDTINST M5530.1(series) 2.4 DHS Management Directive 140-1Information Technology System Security, DHS 4300A Sensitive Systems Handbook, and DHS 4300B National Security Systems Handbook. 2.5 DHS Management Directive 4010.2, Section 508 Program Management Office and Electronic and Information Technology Accessibility 2.6 Federal Travel Regulations 2.7 Department of Homeland Security Acquisition Workforce Policy Number: 064-04-003 2.8 Liebert Npower; Installation Manual; 30-130 kVA, 60 Hz (R07/03) (SL-24532) 2.9 Liebert Npower; Operation and Maintenance Manual; 30-130kVA, 60Hz (R11/6) (SL-24534) 2.10 Liebert Npower; Options Manual; 30-130 kVA, 60 Hz (R01/04) (SL-24533) 2.11 For many acquisitions, the terms Contracting Officer's Representative (COR) and Contracting Officer's Technical Representative (COTR) can be alternate terms for the same individual. The representative for this Task Order is different from the representative for the underlying contract. To distinguish these two, for purposes of this task order, COR will refer to the representative appointed for the contract and COTR will refer to the representative appointed to assist in administering the contract. Both individuals will be appointed in writing and HSAR 3052.242-72 is applicable to both. 3. SCOPE: 3.1 The purpose of this contract is to perform preventative and corrective maintenance on the Liebert UPS system installed at the United States Coast Guard's Area Command Centers located at Portsmouth, Virginia and Alameda California.. The period of performance is for one (1) year from the date of award with two option years following the base year. The contractor will be escorted by the local Points of Contact during the course of this work. No access to classified information is required. No unescorted logon access to a DHS/CG Computer Information System is required. Use of a Common Access Card (CAC) is not required for this work. 4. SECURITY REQUIREMENTS: 4.1 Contractor employee access to sensitive but unclassified (for-official-use-only) information is required under this contract. Although access to classified restricted spaces at the Area and District Command Centers is required, the classified restricted space shall be sanitized throughout the contractor's visit and an escort shall accompany the contractor at all times. 4.2 Contractor personnel shall read, complete and sign the Department of Homeland Security Non-Disclosure Agreement - DHS Form 11000-6 (series). This form will be maintained on file by the Contracting Officer or servicing CG Command Security Officer. 4.3 DHS MD 11055 states that waivers to the U.S. citizen requirement may only granted by the Head of the Component or designee with the concurrence of both the DHS CSO and CIO or their designees. 4.4 The contractor's facility security officer (FSO) shall provide a visit authorization letter (VAL) to C3CEN's Command Security Officer at least five business days in advance of commencing work. The VAL shall identify all contractor employees requiring access to the job site. Questions concerning VAL requirements shall be directed to C3CEN's Command Security Officer at (757) 638-2718. 4.5 Contractor employees working on-site at government facilities shall wear a government issued identification badge. All contractor employees shall identify themselves as contractors when their status is not readily apparent and display the government issued badge in plain view, on front and above the waist at all times. All contractor employees working on-site shall be required to complete a security arrival brief upon check-in. This may include the inspection and tagging of computer equipment and other electronic devices that may be required by the contractor employee to perform their assigned tasks. 4.6 Contractor's employees shall comply with all applicable government regulations, policies and procedures, e.g., fire, safety, sanitation, environmental protection, and security, when visiting or working at government facilities. The contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not bring discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. The contractor employee shall not release any government personnel contact information or information concerning official unit business or operations to unauthorized parties. 4.7 The government may, at its sole discretion, direct the contractor to remove any contractor employee from Coast Guard and Department of Homeland Security facilities for misconduct or security reasons. Removal does not relieve the contractor of the responsibility to continue providing the services required in this task order. The government will provide the contractor with an immediate written explanation of the request to remove the employee through the Coast Guard KO. 4.8 The contractor employee shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, the contractor employee shall secure work areas, equipment and materials to prevent loss. 4.9 The government is the only source for media release information. The contractor employee shall not provide any government-related information to the media and shall refer all queries to the COR or KO. 4.10 Contractor access to sensitive but unclassified information (SBU) is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, "Safeguarding SBU/FOUO information." SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall sign a non-disclosure agreement (DHS Form 11000-6). The Contractor shall continue to ensure employees safeguard this information when the new Controlled Unclassified Information (CUI) framework replaces the Sensitive But Unclassified (SBU) categorization. 4.11 The contractor shall implement procedures whereby any loss, compromise, or suspected loss or compromise of sensitive but unclassified information or material issued under this contract is promptly reported to the designated Contracting Officer Representative (COR). The COR shall provide a complete report of the loss to the servicing USCG Command Security Officer and Contracting Officer. 5. U. S. Coast Guard Command, Control and Communications Engineering Center (C3CEN) Representatives: 5.1 USCG Funding Representative: Julie Haug USCG C3CEN,PL-C2 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-4158 Julie.A.Haug@uscg.mil 5.2 USCG Contracting Officer: Mr. James Lassiter USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757)686-2149 James.A.Lassiter@uscg.mil 5.3 USCG Contracting Officer Representative (COR): David Beaver USCG C3CEN, PL-C2 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-4263 David.A.Beaver@uscg.mil 5.4 USCG District Five Local Point of Contact: LCDR Richard Mach USCG District Five (drmc) Portsmouth Federal Building 431 Crawford St Portsmouth, VA 23704-5004 Phone: (757)398-6395 Richard.A.Mach@uscg.mil 5.5 USCG District Eleven Local Point of Contact: LTjg Evan Strathman USCG District Eleven (drmc) Coast Guard Island Building 51-2 Alameda, CA 94501-5100 (510) 437-3701 Evan.R.Strathman@uscg.mil 6. DESCRIPTION OF WORK. This requirement is for Service and Maintenance of the below described Liebert Uninterruptible Power Supply (UPS) System located at the Area/District Command Centers. 6.1 The Contractor shall provide the Service and Maintenance as described under the Required Coverage section following Manufacture guidelines. 6.2 It is required that the technicians providing these services on the items listed be a Qualified Technician to service Liebert Large UPS's and provide the level of maintenance required. 6.3 Maintenance will be performed on the following equipment located at Liebert Site #: 95678 US Coast Guard District 5, Portsmouth Federal Building, 431 Crawford Street, Portsmouth, VA 23704-5004 Tag # Description Model # Annual PM Qty Semi Annual PM Qty 1326757 NPower 65KVA UPS 37SA065A0C6L 1 1 1326758 Battery Power Rack 37BP065XMJ1BNL 1 1 1326759 Maintenance Bypass Cabinet (MBC/SLIM LN CAB) 37MB0650AC61Q 1 1326760 Slimline Distribution Cabinet (MBC/SLIM LN CAB) 37DU065C2C100 1 6.4 Maintenance will be performed on the following equipment located at Liebert Site #: 95747 US Coast Guard District Eleven, Coast Guard Island, BLDG 51-2, Alameda CA 94501-5100 Tag # Description Model # Annual PM Qty Semi Annual PM Qty 1327106 NPower 65KVA UPS 37SA0655COC6B 1 1 1327108 Battery Power Rack 37BP065XMJ1BNL 1 1 1329788 Maintenance Bypass Cabinet (MBC/SLIM LN CAB) 37MB0650CC61N 1 1327107 Slimline Distribution Cabinet (MBC/SLIM LN CAB) 37DU065C2C100 1 6.5 REQUIRED COVERAGE: 6.5.1 Guaranteed 4-hour on-site response, 7 days/week, 24 hours/day including Toll Free phone access to Customer Response Center (staffed 24/7) 6.5.2 Includes 100% parts coverage 6.5.3 Includes 100% labor and travel coverage 7 days/week, 24 hours/day 6.5.4 Single Jar (a ‘Jar' is an individual battery) Replacement Service for Lead Acid Batteries: Includes freight, labor, disposal and batteries. Up to 10% of defective battery jars may be replaced within a 12-month period as determined by the contractor 6.5.4.1 Includes battery recycling as required, with documentation meeting EPA requirements. 6.5.5 Includes Semi-Annual and Annual Preventive Maintenance Service (as described below) scheduled with the customer at the customer's convenience. (excluding national holidays) 6.6 UPS Service Performed (Semi-Annual and Annual Service as indicated) 6.6.1 Corrective Maintenance Performed as Required 6.6.2 Semi-Annual Preventative Maintenance Service 6.6.2.1 Perform a temperature check on all breakers, connections, and associated controls. Repair and report all high temperature areas. 6.6.2.2 Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. Check air filters for cleanliness. 6.6.2.3 Check module(s) completely for the following: 6.6.2.3.1 Rectifier and inverter snubber boards for discoloration. 6.6.2.3.2 Power capacitors for swelling or leaking oil. 6.6.2.3.3 DC capacitor vent caps that have extruded more than 1/8". 6.6.2.4 Record all voltage and current meter readings on the module control cabinet or the system control cabinet. 6.6.2.5 Measure and record harmonic trap filter currents. 6.6.2.6 Battery Inspection as described in Para 6.7. 6.6.3 Annual Preventative Maintenance Service Includes the Above, Plus 6.6.3.1 Check the inverter and rectifier snubbers for burned or broken wires. 6.6.3.2 Check all nuts, bolts, screws, and connectors for tightness and heat discoloration. 6.6.3.3 Check fuses on the DC capacitor deck for continuity (if applicable). 6.6.3.4 With customer approval, perform operational test of the system including unit transfer and battery discharge. 6.6.3.5 Calibrate and record all electronics to system specifications. 6.6.3.6 Install or perform Engineering Field Change Notices (FCN) as necessary. 6.6.3.7 Measure and record all low-voltage power supply levels. 6.6.3.8 Measure and record phase-to-phase input voltage and currents. 6.6.3.9 Review system performance with customer to address any questions and to schedule any repairs. 6.7 Battery Cabinets' Service Performed (Semi-Annual and Annual Service as indicated) 6.7.1 Corrective Maintenance Performed as Required 6.7.1.1 Refurbish cell connections as deemed necessary by the detailed inspection report. 6.7.2 Semi-Annual And Annual Preventative Maintenance Service 6.7.2.1 Check integrity of battery cabinet. 6.7.2.2 Visual inspection of the battery cabinet and/or room to include: 6.7.2.2.1 Check for NO-OX grease or oil on all connections 6.7.2.2.2 Check battery jars for proper liquid level (if flooded cells). 6.7.2.2.3 Check for corrosion on all the terminals and cables. 6.7.2.2.4 Examine the physical cleanliness of the battery room and jars. 6.7.2.3 Measure and record DC bus ripple voltage. 6.7.2.4 Measure and record total battery float voltage and charging current. 6.7.2.5 Visually inspect the jars and covers for cracks and leakage. 7. GOVERNMENT-FURNISHED INFORMATION.: N/A 8. GOVERNMENT-FURNISHED MATERIAL: N/A 9. GOVERNMENT-FURNISHED EQUIPMENT: N/A 10. CONTRACTOR-FURNISHED EQUIPMENT: N/A 11. CONTRACTOR-FURNISHED MATERIAL: 11.1 The contractor shall be responsible for all necessary tools and test equipment to perform all work. 12. TRAVEL REQUIREMENTS: 12.1 Contractor is responsible for all travel costs associated with this contract. All travel expenses will be reimbursed for cost of travel and per diem using standard U.S. Government travel and per diem rates IAW the JFTR. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: 13.1 Contractor shall be responsible for transporting all materials to and from the places of performance.. 13.2 Contractor shall be responsible for handling and disposition of all hazardous material. 14. DATA DELIVERABLES: 14.1 The Contractor shall provide documentation of all measurements and a detailed written report noting any deficiencies and corrective action taken and/or required. 15. SUBCONTRACTING REQUIREMENTS: 15.1 Sub-contracting is not anticipated and not authorized without express prior permission of the contracting officer. 16. ACCEPTANCE PLAN: 16.1 All work to be performed and all material and data to be submitted under this Task Order will be inspected and accepted by the designated Government Representative. Preliminary reports, outlines and draft documents submitted to the Coast Guard will be reviewed by the Coast Guard for completeness, and may be returned to the Contractor for correction. Absence of any comments by the Coast Guard shall not relieve the Contractor of the responsibility for complying with the requirements of this work statement. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance of the Contracting Officer. Any letter of acknowledgment of receipt of material shall not be construed as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. 16.2 The Government will provide requirements and acceptance standards for specified system related documentation prior to the Contractor developing documentation. 16.3 All work performed, all materials and all data provided under this task order will be made available for inspection of compliance with requirements of this Task Order and be reviewed as accomplished by the designated remote site personnel with final acceptance by the COR. 17. OTHER CONDITIONS/REQUIREMENTS: 17.1 Period of Performance: The period of performance for this contract is a one-year base period with two one-year option periods as follows: Base Year: 23 Sept 2015 through 22 Sept 2016. Option Year 1: 23 Sept 2016 through 22 Sept 2017. Option Year 2: 23 Sept 2017 through 22 Sept 2018. 17.2 Place of Performance: The places of performance will be at: 17.2.1 USCG District Five (drmc) Portsmouth Federal Building 431 Crawford St Portsmouth, VA 23704-5004 Attn: LCDR Richard Mach (757) 398-6395 17.2.2 USCG District Eleven (drmc) Coast Guard Island Building 51-2 Alameda, CA 94501-5100 Attn: LTJG Evan Strathman (510) 437-3701 17.3 Hours of Performance: All routine work must be performed Monday through Friday between 0830 and 1500 hours, excluding Federal holidays. The Contractor representative and the COR will schedule all work between these hours. Any deviation to these hours will be requested and approved in advance (electronic mail is acceptable) prior to change in schedule. 18. LIST OF ATTACHMENTS: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/471133dcf42c7681c4dee2374f7af2e6)
- Record
- SN03860288-W 20150829/150828000826-471133dcf42c7681c4dee2374f7af2e6 (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 |