Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

S -- Janitorial Services at San Antonio International Airport

Notice Date
9/4/2008
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS05-08-R-OSO254
 
Response Due
9/16/2008 5:00:00 PM
 
Archive Date
10/1/2008
 
Point of Contact
Jeffrey A. Edwards,, Phone: 571-227-4659, James J Dawson,, Phone: 571-227-1993
 
E-Mail Address
Jeffrey.A.Edwards@dhs.gov, jim.dawson@dhs.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Amendment 1 - Updated Site Visit Contact - Terry Aquiles (Cell) 210-381-1742 Contracting Office Address Department of Homeland Security, Transportation Security Administration (TSA), Office of Acquisition, TSA-25, 601 South 12th Street, Arlington, VA 22202 United States Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation HSTS05-08-R-OSO254 is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008. This requirement will be a set aside 100% for certified HUBZone concerns and shall remain open for responsible sources to respond. The NAICS Code for this procurement is 561720 with a size standard of $15.0 million in gross annual receipts. Contractors are required to identify their company’s business size. Transportation Security Administration intends to award a firm fixed price contract with one base year and four (1) one year option periods on a competitive basis at a firm-fixed price to one responsive and responsible offeror. BACKGROUND: The TSA at San Antonio International Airport (SAT) is responsible for performing checkpoint and baggage screening services. Janitorial services, including cleaning and trash removal are required for non leased space occupied by TSA at SAT as identified in the Statement of Work (SOW). Currently, janitorial services for the checkpoint and baggage area are being provided by the City of San Antonio until September 30, 2008. Starting October 1, 2008 TSA will need a third party janitorial service contractor to assume this coverage. I. STATEMENT OF WORK: SCOPE: The Contractor shall provide janitorial services seven (7) days a week to include cleaning and trash removal for approximately 12,546 sq ft. Labor, supervision and cleaning supplies necessary for maintenance shall also be provided by the Contractor. TSA operates 3 shifts throughout the airport that are generally from 4:00 AM to 12:00 PM, 12:00 PM to 8:00 PM, and 8:00 PM to 4:00 AM. The contractor shall provide performance based services that meet the frequency and schedule necessary to accommodate the quantity of screened passengers, quantity of screened baggage, security threat levels (which may require passengers to dispose of more products leading to more waste), and weather. APPLICABLE DOCUMENTS AND REFERENCES: ATTACHMENT 1 TSA Janitorial Requirements provides the location of services, approximate square footage, description of area, tasks and available times to clean. TECHNICAL REQUIREMENTS/TASKS The following janitorial tasks shall be performed at each location as designated in ATTACHMENT 1. Daily means at least once a day but could be more than once depending on changes in conditions identified in the scope above. Monthly means once a month. Tasks to be completed by the contractor at the Checkpoints and Check Baggage areas in Terminals 1 and 2: Tasks for Day Shift: Remove all trash – As Required, so there is no overflow of trash cans Screening equipment will not be required to be cleaned by the contractor. Clean hand railings in Terminals One and Two on both sides – As Required Tasks for Night Shift (10:30pm to 3:30am): Remove trash – As Required, so there is no overflow of trash cans Dust and wipe dividers on both sides of the checkpoint and clean windows - Daily Dust and wipe all stations on both sides of the checkpoint – Daily Vacuum mats– Daily Bonnet shampoo all tiled areas – Weekly Dust mop – Daily Wet mop - Daily Selectee Corrals-Clean glass partitions - Twice Per Week Strip sealer and finish from floor – Once a Quarter Apply three coats of floor sealer and two coats of floor finish - Once a Quarter Contractor will coordinate with the TSA POC to ensure complete and seamless distinction between TSA controlled areas of ATTACHMENT 1 and City of San Antonio cleaned areas. Common areas such as queuing areas and exit lanes and building structures are not included as TSA areas. The Contractor will provide checklists at each of the passenger and baggage screening checkpoints. Such checklists will allow the Contractor to annotate the date and time each of the required activities were performed, as well as the name of the individual who performed them. This will allow TSA to help monitor whether the tasks are being done at the frequency for which they were contracted. ACCESS TO AIRPORT RESOURCES The Contractor’s access to resources will be coordinated with the airport: Access to water. Water can be accessed from any restroom within the airport. Access to water closets to dump waste water or wash/rinse tools will not be provided by TSA. The contractor is responsible for coordinating availability with the airport owner (City of San Antonio). Access to waste/trash removal services. Trash bins are located in the check points and check baggage areas in both Terminals 1 and 2.. Space to store cleaning supplies and equipment is not available at the San Antonio International Airport. The contractor is responsible for coordinating availability with the airport owner (City of San Antonio). PERFORMANCE PERIOD The period of performance is for a one year base operating period from 1 October 08 through 30 September 09, plus (4) one-year option periods. PLACE OF PERFORMANCE San Antonio International Airport Terminals 1 and 2 9800 Airport Blvd. San Antonio, TX 78216 CONTRACTOR FURNISHED RESOURCES The Contractor shall furnish all supplies and equipment necessary to accomplish tasks stated in this Statement of Work (SOW). The Contractor shall minimize the use of harsh chemicals that may release irritating fumes and use products and equipment consistent with clause 52.223-10, Waste Reduction Program (2000) and Executive Order (E.O.) 13423: Strengthening Federal Environmental Energy and Transportation Management issued on January 24th, 2007 by President Bush. The E.O. requires that Federal agencies perform all mission support activities associated with the environment, energy and transportation in an environmentally-friendly, integrated, continuously improving and sustaining manner. In compliance with this E.O., all supplies used in the scope of this service must include environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and use of paper of at least 30 percent post-consumer fiber content. GOVERNMENT FURNISHED PROPERTY (GFP) AND AVAILABLE RESOURCES There is no GFP on this contract. However, garbage cans are provided by the City of San Antonio and the Transportation Security Administration as shown in ATTACHMENT 1. The Government will not furnish GFP or any other resources such as office and storage space at the airport. The Contractor will make arrangements directly with the Transportation Security Administration, for access to trash disposal, water, storage space, and other resources necessary to provide janitorial services at TSA locations within the airport. SECURITY REQUIREMENTS Janitorial services are provided in secure areas of SAT. All employees working in this facility require Secure Identification Display Area (SIDA) badge/background investigation completed by the Airport. Contractor employees must complete security training at the San Antonio International Airport Police Department. On average, the background check takes approximately 2 to 3 weeks. The Contractor is responsible for fees associated with obtaining security requirements. There will be applicable fees for fingerprinting and badge requirements. BUSINESS REQUIREMENTS The Contractor shall meet and maintain all insurance and bonding requirements for doing business on airport property. The Contractor shall, at its own expense, obtain and submit to the Transportation Security Administration, three copies of a Certificate of Insurance from an insurance company or agency licensed in the State, showing full policy coverage of the Contractor for: a.Workers compensation b.Commercial General Liability (Occurrence Form): Minimum of $1 million combined single limit per occurrence with the State of Texas named as additional insured. All policies must provide that 30 days prior written notice of cancellation or material change in coverage be given to certificate holders stated above. Such insurance when accepted by the Director in writing shall become applicable and shall remain unmodified throughout the entire term of the contract. Such insurance aforementioned shall cover the State for all work performed under the contract, all work performed incidental thereto or directly or indirectly connected therewith, including other work performed outside of the work area and all contract modification and change orders. Any parking fees are the responsibility of the Contractor. SPILLS The Contractor is required to clean up spills under this contract. “Under no circumstances shall the Contractor touch, smell, or attempt to clean up hazardous substances. The Contractor is not a first responder; a first responder is a qualified official who has specific training in resolving hazardous material situations.” “Biohazards are a requirement under subject contract. If there is blood, vomit, urine, feces, bodily fluids, tissue, or organs involved in the spill, then the contractor is responsible to clean this." II. CONTRACT LINE ITEM STRUCTURE: The resultant contract award will contain five (5) contract line item number (CLINs). CLIN 0001 description will read that the Contractor shall provide janitorial services at SAT TSA baggage areas in accordance with the requirements/specifications of this solicitation (below). CLIN 1001 In accordance with FAR 52.217-9 Option 1 to extend the term of the contract. CLIN 2001 In accordance with FAR 52.217-9 Option 2 to extend the term of the contract. CLIN 3001 In accordance with FAR 52.217-9 Option 3 to extend the term of the contract. CLIN 4001 In accordance with FAR 52.217-9 Option 4 to extend the term of the contract. III. FEDERAL ACQUISITION REGULATION (FAR) provisions and clauses incorporated by reference or in full text apply to this solicitation and will be applicable to the resultant contract. FAR clauses and provisions are available in full text by accessing the following website http://www.arnet.gov/far/ VI. INVOICING: SUBMISSION OF INVOICES (a) The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 757-413-7314 (c) The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 3) Email Invoices: FIN-SMB-TSAInvoices@uscg.mil or www.fincen.uscg.mil (d) Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer’s Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA Contracting Officer will electronically route the invoices back to FinCen. Upon receipt of approved invoices from a TSA Contracting Officer, and the subsequent certification by an Authorized Certifying Official, FinCen will initiate payment of the invoices. (e) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form https://www.fincen.uscg.mil/secure/payment.htm VII. CONTRACT MANAGEMENT: Notwithstanding the Contractor’s responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. Then, such action must be set forth in a formal written modification to the contract. Contractors who reply on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the Contracting Officer, or Contract Specialist. VIV. FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUNE 2008). Offerors are required to submit the following: a written proposal on letterhead or the SF 1449 Solicitation/Contract/Order for Commercial Items, signed and dated that contains the unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being quoted (if applicable), solicitation number, time specified in the solicitation for receipt of proposals, name, address, and telephone number of the offeror. If the proposal is not submitted on the SF 1449, responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in this solicitation. Responses that fail to furnish the required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. ADDITIONAL INSTRUCTIONS TO OFFERORS: All Offerors shall ensure that their submission includes, at a minimum, the following information in response to this solicitation: 1)Completed 1449 or Letterhead (See FAR 52.21-1 above), 2)Reps and Certs (See FAR 52.212-3), and 3)Past Performance Information, and 4)Prices for each CLIN (0001 – 4001) PAST PERFORMANCE INFORMATION: past performance will be evaluated as a measure of the Government’s confidence in the Offeror’s ability to successfully deliver the product proposed. Offerors shall provide a list of three (3) projects/contracts/orders where the offeror has successfully contracted for similar requirements in the past three (3) years. These projects/contracts/orders can include those performed for the federal, state, and local governments, commercial industry and those performed for private organizations. For each project/contract/order that meets this description, the offeror shall provide the following information: 1.Customer Name (agency, bureau, private organization, etc) 2.Customer Address 3.Project description/contract/order number 4.Period of performance of project/contract/order 5.Point of contact for project/contract/order 6.Point of contact’s address, telephone number and email address 7.Total contract value It is the offeror’s responsibility to ensure that all past performance information is accurate, current, and complete. The information provided by the Offeror may not serve as the sole basis of evaluation of past performance. The Government reserves the right to obtain and utilize information from sources other than those identified by the Offeror. PRICE FOR EACH CLIN (0001 – 4001): Offerors shall provide the firm fixed unit price by month then compute the extended price for each CLIN. CLIN 0001: Quantity 12 MO Unit Price $______per month; Extended Price $______ CLIN 1001: Quantity 12 MO Unit Price $______per month; Extended Price $______ CLIN 2001: Quantity 12 MO Unit Price $______per month; Extended Price $______ CLIN 3001: Quantity 12 MO Unit Price $______per month; Extended Price $______ CLIN 4001: Quantity 12 MO Unit Price $______per month; Extended Price $______ The Government shall conduct award based on lowest price technically acceptable. SOURCE SELECTION: The Government will award a firm fixed price (FFP) contract for this requirement. A single award will be made to the lowest priced technically acceptable, responsive and responsible offeror, whose proposal, conforming to the solicitation, will meet the Government’s requirements. The offerors shall be considered responsible as defined within the meaning of FAR 9.104. RESPONSE TIME: All responses to this solicitation are due by 5:00 PM EST on September 16, 2008. Please ensure that signature block 22 is signed on the 1449 form. All offerors shall send their responses electronically via email directly to the Transportation Security Administration, Office of Acquisition, Security Operations Acquisition Division, Jeffrey Edwards, Contract Specialist at Jeffrey.A.Edwards@dhs.gov. An alternate method for proposal submission is to fax your proposal to Jeffrey Edwards at 703-603-0786. If your proposal is faxed please call Jeffrey Edwards to confirm receipt of your proposal. Site visits will be available all day on Tuesday, September 9, 2008. To schedule a site visit, please contact Terry Aquiles at (Work) 210-507-3153, or (Cell) 210-381-1742. NO technical or contractual questions will be answered nor will any additional instruction outside the Statement of Work be provided on the site visit. Should a vendor have questions please direct them to Jeffrey Edwards at Jeffrey.A.Edwards@dhs.gov. ELECTRONIC SUBMISSION OF PROPOSAL: (a) By submission of a proposal on electronic media, the offeror certifies that the submission is readable on the hardware and software operating system format specified in this combined synopsis solicitation, and has been verified as free of computer viruses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. However, if the defective (unreadable) media renders a significant deficiency in the offeror's proposal, the government may consider the proposal incomplete and not further consider such proposals for evaluation. (b) By submission the Offeror certifies that: (1) The electronic files of its offer submitted in response to the solicitation have been verified as readable on the hardware and software operating system format specified as follows: Microsoft Window XP Professional 2002 Operating System or compatible, Microsoft Office 2003, and/or Graphic Files may be in TIF, JPEG, PDF or BMP format. (2) The electronic files of its offer submitted in response to the solicitation have been verified as free of computer viruses using the following software: Norton Anti-virus or comparable commercial software. (c) A proposal that fails to conform to the requirements of paragraphs (a) and (b) above may be subject to interception or delay at Governmental electronic communications portals. This interception or delay may result in the proposal being lost, deleted, destroyed, or forwarded in such a manner that the proposal arrives at the target destination past the time and date of the deadline for submission established in the solicitation. In the event that a proposal is lost, deleted, or destroyed due to the offeror's failure to conform to the requirements of paragraphs (a) and (b) above, such proposal will be considered to have never been delivered to the Government. In the event that a proposal is delayed due to the offeror's failure to conform to the requirements of paragraphs (a) and (b) above, the proposal will be treated as late in accordance with the provision of this solicitation entitled Late Submissions, Modifications, and Withdrawals of Proposals found at 52.212-1. (d) Offerors will not submit proposals via any other mechanism including but not limited to post, courier, fax or orally unless specifically requested and or authorized by the Contracting Officer. By submitting a response, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. X. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following shall be used to evaluate offers: Lowest Price Technically Acceptable with acceptable past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) XI. FAR 52.212-3--OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUNE 2008). Offerors' responses shall include a completed copy of the representations and certifications at provision FAR 52.212-3 with their proposal. Offerors may obtain copies of the SF1449, representations and certifications by submitting a request via e-mail to the Contract Specialist, or by accessing the following URL: http://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 Offerors may elect to utilize the Online Representations and Certifications Application (ORCA) available at https://orca.bpn.gov/ Offerors using ORCA do not have to provide separate representations and certifications with their proposal. However, they must ensure that all required information is accurate and available on ORCA and they must state they have elected to utilize ORCA to comply with the solicitation, XII. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2007); XIII. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUNE 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: subparagraphs (2),(36). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: subparagraphs (1),(3). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) XIV. 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 fifteen (15) calendar days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar 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 5 years/60 months from date of award. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a878ee7e30767c529120abb3015187b2&tab=core&_cview=1)
 
Place of Performance
Address: San Antonio International Airport, San Antonio, Texas, United States
 
Record
SN01659638-W 20080906/080904221531-a878ee7e30767c529120abb3015187b2 (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.