Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

G -- CATHOLIC PRIEST

Notice Date
2/17/2009
 
Notice Type
Cancellation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Milan, PO Box 9999, 4004 East Arkona Road, Milan, Michigan, 48160
 
ZIP Code
48160
 
Solicitation Number
RFQ-41702-012-09
 
Archive Date
3/25/2009
 
Point of Contact
Lisa G. Erdmann, Phone: 7344394744
 
E-Mail Address
lerdmann@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation #RFQ-041702-012-09 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 29. (iv) This procurement is set-aside for Small Business. (v) Catholic Spiritual Guide within the Federal Correctional Institution. Option year 1: 10 Sessions @ _ $_______________ = _ $__________________ Duties include but are not limited to: A. BACKGROUND: The religious services department no longer employs a Catholic Priest Chaplain. Therefore, there is a need for a Catholic Priest to celebrate Mass and hear confessions. B. SUBJECT: Acquisition of a Catholic Priest who will celebrate weekly Catholic Mass and hear confession for Catholic inmates at the Federal Correctional Institution, Milan, Michigan. C. PLACEMENT OF PERFORMANCE: The services to be provided will be accomplished at: Federal Correctional Institution 4004 East Arkona Rd. Milan, Michigan 48160 D. SCHEDULE: Contractor will provide up to 8 hours each month of Catholic services. The schedule may include some weekend and/or evening hours based on program needs. The breakdown of hours will be determined locally. The contractor may also volunteer some weekly hours in the Chapel. E. SUPPLIES: All supplies that the contractor may routinely need will be provided by the Federal Correctional Institution, Milan. These supplies will normally include any materials needed to perform the services covered under this contract. F. METHOD OF INSTRUCTION: Selected contractor will provide Catholic Mass, counseling and hear confessions in accordance with Catholic doctrine. G. MANAGEMENT: The contractor will be monitored by the Supervisor of Religious Services. The contractor shall attend all training required by the Bureau of Prisons for contract workers. The contractor will not be permitted to attend institution meetings, staff recalls, or government training sessions for institution staff on contract time or as a consideration of the contract. The contractor may attend team meetings, departmental meetings, or other meetings relating to the involvement of the services to be provided by terms of the contract. Some meetings will be required and accomplished on contract time. The contractor will provide a monthly billing statement to the contract monitor that accurately reflects the days of each visit, the number of hours or sessions of each visit, the general content of the sessions, and the total dollar amount due for that months services. H. INSTITUTION SECURITY: Contractor will adhere to all regulations prescribed by the institution for the safety, conduct and custody of inmates. The contractor shall attend an orientation program prior to assuming their full duties within the institution. The contractor's performance will be monitored by the COTR. I. MINIMUM REQUIREMENTS: The contractor must possess an ordination certificate showing they are a recognized clergy or spiritual leader in good standing with the Catholic Church. The contractor must have a minimum of three years of documented, continuous full time experience as a minister with their faith community. The contractor must possess at a minimum, a Baccalaureate Degree from an accredited college or university, with a major in some form of religious studies. J. GENERAL TOPICS FOR CATHOLIC CONTRACTORS 1. Articles of Faith (Nicene and Apostles Creed) 2. Catholic Morality 3. Sacraments 4. Days of Obligation and Sunday Worship 5. Understanding Sacred Scripture 6. Annual Lectionary Readings 7. Christian Living 8. The Place of Devotion in the Life of Catholics 9. Seasons of the Church Year 10. Veneration of Saints 11. Adoration Reserved for God Alone 12. Celebration of the Eucharist (ritual practices) 13. Ecumenism 14. Understanding Sin 15. Reconciliation 16. The Role of the Family in Catholic Life 17. Spirituality 18. The Disciplines of the Church (Fasting, etc..) 19. Sacramentals 20. Catholic Social Teachings THIS IS A REQUIREMENTS CONTRACT. THE CONTRACTOR WILL BE SCHEDULED AS NEEDED BY THE GOVERNMENT. THE NUMBER OF SESSIONS IS NOT GUARANTEED. The contractor will have a specifically assigned time for performance each week. Actual dates of performance will be coordinated by a Contracting Officers Technical Representative. The contractor will not be reimbursed for lunch breaks, travel time or security related delays or impairments. The contractor will not attend institution or department functions, either social or work related. The contractor will be escorted into a correctional facility to the Life Connections Program area. The contractor may not leave area without escort. The contractor will be in contact with convicted felons. The contractor shall conduct themselves in an appropriate manner at all times, will follow all rules and regulations of the facility, and report any infractions to the Life Connections Program staff. The contractor must attend a orientation prior to entering secure facility. Reimbursement for time spent will be contingent upon passing of security background clearances and will be at the contract rate, prorated hourly. GENERAL: All equipment and supplies will be provided by the government. Award will be to the most responsible, responsive bidder offering the best value. Contractor performance will be closely monitored. THIS RESULTING CONTRACT DOES NOT CONSTITUTE AN EMPLOYEE/EMPLOYER RELATIONSHIP; THEREFORE, THE CONTRACTOR WILL NOT BE SUBJECT TO DIRECT GOVERNMENT SUPERVISION, EXCEPT FOR SECURITY RELATED MATTERS. THIS IS NOT A PERSONAL APPOINTMENT. THEREFORE, PAYMENT IS BASED ON THE PROVISION OF AN END PRODUCT OR THE ACCOMPLISHMENT OF A SPECIFIC SERVICE. This will be a Firm Fixed Price Contract. SECURITY REQUIREMENTS: THE RESULTING CONTRACT DOES NOT CONSTITUTE AN EMPLOYEE/EMPLOYER RELATIONSHIP; THEREFORE, THE CONTRACTOR WILL NOT BE SUBJECT TO DIRECT GOVERNMENT SUPERVISION, EXCEPT FOR SECURITY RELATED MATTERS. HOWEVER, COMPLETION OF DUTIES WILL BE REQUIRED AND MONITORED BY THE COTR. THE CONTRACTOR SHALL ATTEND AN INSTITUTION ORIENTATION AND PASS SECURITY BACKGROUND CHECKS, TO INCLUDE BUT NOT LIMITED TO:(1) URINALYSIS (2) NCIC (3) NACI (4) DOJ-99, NAME CHECK (5)FD-258 (6) LAW ENFOREMENT CHECK (7) VOUCHERING OF PAST EMPLOYERS (8) OPM-329-1, RELEASE OF INFORMATION. (vi) DELIVERIES WILL BE ON A "DELIVERY ORDER" BASIS. NO FEDERAL HOLIDAYS Quantity is an estimate only. (vii) Services to begin within 10 days of contract execution and continue on a delivery order basis until September 30, 2009, FOB Milan, Michigan (Destination). (viii) The provisions at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation - Commercial Items, - Price (x) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (xi) Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition including addendum. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. JAR 2852.223-70 Unsafe conditions duet to the presence of hazardous Material JAR 2852.201-70 Contracting Officers Technical Representative JAR 2852.233-70 Protests Filed Directly with the Department of Justice Contractor Certification of Compliance with Federal Tax Requirements By submitting a response to a solicitation or accepting a contract award, the contractor certifies that, to the best of its knowledge and belief, the contractor has filed all Federal tax returns required during the three years preceding certification, has not been convicted of a criminal offense under the Internal Revenue Code of 1986, and has not more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding. Department of Justice (DOJ) Residency Requirement - Bureau of Prisons clause For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. Notice of Contractor Personnel Security Requirements Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) (See Note I) entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. (1) Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term (See Note ii) contractor employee whose background investigation (BI) process begins on or after October 27, 2005:(a) Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, "Employment Eligibility Verification," and at least one document must be a valid State or Federal government-issued picture ID); (b) Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; (c) Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: -- High Risk - Background Investigation (5 year scope) -- Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI) -- Low Risk - National Agency Check with Inquiries (NACI) investigation (d) The pre-appointment BI waiver requirements for all position sensitivity levels are a: (1) Favorable review of the security questionnaire form; (2) Favorable fingerprint results; (3) Favorable credit report, if required; (See Note iii) (4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and (5) Favorable review of the National Agency Check (NAC) (See Note iv) portion of the applicable BI that is determined by position sensitivity/risk level. A badge may be issued following approval of the above waiver requirements. If the NAC is not received within five days of OPM's scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results). (e) Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the FBI results so justify, badges issued under these procedures will be suspended or revoked. (2) Short-Term Contractor Personnel: It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a.and 1b. above. The pre-appointment waiver requirements for short-term contractors are: (a) Favorable review of the security questionnaire form; (b) Favorable fingerprint results; (c) Favorable credit report, if required; (See Note v) and (d) Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated. A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process. For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered "long-term" and must be cleared according to the long-term requirements as stated in this interim policy. (3) Intermittent Contractors: An exception to the above-mentioned short-term requirements would be intermittent contractors. (a) For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract. (b) Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access. (c) Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required. (d) If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space. (e) If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year. (4) An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements. (5) The DOJ's current escorted contractor policy remains unchanged by this acquisition notice. _____________________________________________________________________________ NOTES: I)FIPS 201 is available at: www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf ii) Under HSPD-12, long-term contractors are contractors having access to DOJ information systems and/or DOJ facilities or space for six months or longer. The PIV-I identity proofing process, including initiation and adjudication of the required background investigation, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of HSPD-12 implementation (PIV-II) requires badge issuance to all affected long-term contractors. iii) For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. iv) In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations to OPM. Per OPM's instructions, to obtain an Advance NAC Report, a Code "3" must be placed in block "B" of the "Agency Use Only" section of the investigative form. This report is available for all case types. v) For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. Security of Systems and Data, Including Personally Identifiable Information a. Systems Security: The work to be performed under this contract requires the handling of data that originated within the Department, data that the contractor manages or acquires for the Department, and/or data that is acquired in order to perform the contract and concerns Department programs or personnel. For all systems handling such data, the contractor shall comply with all security requirements applicable to Department of Justice Systems, including by not limited to all Executive Branch system security requirements (e.g., requirements imposed by OMB and NIST), DOJ IT Security Standards and DOJ Order 2640.2E. The contractor shall provide DOJ access to and information regarding the contractor's systems when requested by the Department in connection with its efforts to ensure compliance with all such security requirements, and shall otherwise cooperate with the Department in such efforts. DOJ access shall include independent validation testing of controls, system penetration testing by DOJ, FISMA data reviews, and access by the DOJ Office of the Inspector General for its reviews. The use of contractor-owned laptops or other media storage devices to process of store data covered by this clause is prohibited until the contractor provides a letter to the Contracting Officer (CO) certifying the following requirements: 1. Laptops must employ encryption using a NIST Federal Information Processing Standard (FIPS) 140-2 approved product; 2. The contractor must develop and implement a process to ensure that security and other applications software is kept up-to-date; 3. Mobile computing devices will utilize anti-viral software and a host-based firewall mechanism; 4. The contractor shall log all computer-readable data extracts from databases holding sensitive information and verify each extract including sensitive data has been erased within 90 days or its use is still required. All DOJ information is sensitive information unless designated as non-sensitive by the Department; 5. Contractor-owned removable media, such as removable hard drives, flash drives, CDs, and floppy disks, containing DJB data, shall not be removed from DOJ facilities unless encrypted using a NIST FIPS 140-2 approved product; 6. When no longer needed, all removable media and laptop hard drives shall be processed (sanitized, degaussed, or destroyed) in accordance with security requirements applicable to DOJ; 7. Contracting firms shall keep an accurate inventory of devices used on DOJ contracts. 8. Rules of behavior must be signed by users. These rules shall address at a minimum: authorized and official use; prohibition against unauthorized users; and protection of sensitive data and personally identifiable information. 9. All DOJ data will be removed from contractor-owned laptops upon termination of contractor work. This removal must be accomplished in accordance with DOJ IT Security Standard requirements. Certification of data removal will be performed by the Contractor's project manager and a letter confirming certification will be delivered to the CO within 15 days of termination of contractor work. b. Data Security: By acceptance of, or performance on, this contract, the contractor agrees that with respect to the data identified in paragraph a, in the event of any actual or suspected breach of such data (i.e., loss of control, compromise, unauthorized disclosure, access for an unauthorized purpose, or other unauthorized access, whether physical or electronic), the contractor will immediately (and in no event later than within one hour of discovery) report the breach to the DOJ CO and the contracting officer's technical representative (COTR). If the data breach occurs outside of regular business hours and/or neither the CO or the COTR can be reached, the contractor shall call the DOJ Computer Emergency Readiness Team (DOJCERT) at 1-866-US4-CERT (1-866-874-2378) within one hour of discovery of the breach. The contractor shall also notify the CO as soon as possible during regular business hours. c. Personally Identifiable Information Notification Requirement: The contractor further certifies that it has a security policy in place that contains procedures to promptly notify any individual whose personally identifiable information (as defined by OMB) was, or is reasonably believed to have been, breached. Any notification shall be coordinated with the Department, and shall not proceed until the Department has made a determination that notification would not impede a law enforcement investigation or jeopardize national security. The method and content of any notification by the contractor shall be coordinated with, and be subject to the approval, of the Department. The contractor assumes full responsibility for taking corrective action consistent with the Department's Data Breach Notification Procedures, which may include offering credit monitoring when appropriate. d. Pass-through of Security Requirements to Subcontractors (MAR 2008) The requirements set forth in Paragraphs a through c above, apply to all subcontractors who perform work in connection with this contract. For each subcontractor, the contractor must certify that it has required the subcontractor to adhere to all such requirements. Any breach by a subcontractor of any of the provisions set forth in this clause will be attributed to the contractor. Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Freedom of Information Act The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests to Federal Agencies for copies of Technical/Management and Business Proposals from other than Government sources. The offeror should identify information in its Technical/Management and Business Proposals the offeror believes should be withheld from these sources, on the basis the proposals consist of "trade secrets and commercial or financial information obtained from a person and privileged or confidential" (exemption (b) (4) of the FOIA). This identification will assist in the decision by a responsible federal official to disclose or withhold the requested information. If an offeror considers elements of its proposal to be exempt under FOIA, ensure the following notice is annotated on the title page of the proposal: Elements of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. The offeror must annotate each individual item it considers privileged or confidential under the FOIA exemption with the following notice: The data or information is considered confidential or privileged, and not subject to mandatory disclosure under the FOIA. All information in an offeror's proposal not designated may be subject to automatic public disclosure if it is requested under the FOIA. It must be emphasized that under the FOIA no information is automatically exempt from public disclosure. However, no disclosures will be made without careful evaluation, giving due regard to the need for safeguarding material considered privileged or confidential by the offeror. It is Department of Justice policy to withhold whenever possible material that is genuinely privileged or confidential. COMMON LAW EMPLOYEE PROVISION (OCT 2003) This service has been determined to be that of a common law employee if awarded to an individual. Therefore, the following applies: - Individuals, other than corporations, shall submit a fully completed W-4, Employee's Withholding Allowance Certificate, along with their quotation or offer. - When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65 percent) and the withholding of the individual employee's taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65 percent will be added to the price submitted by individuals who are not incorporated. - An award made to an individual resulting from this solicitation is not subject to 52.212-4(I), Prompt Payment Act. - In addition, to any security requirements, the following forms will be provided to the contractor for completion prior to contract award: - Direct Deposit (SF-1199A) - Federal/State/City/County Tax forms (as applicable) - Employee Locator Form (DOJ-233) - Race and National Origin Identification (SF-181) - Self-Identification of Handicap (SF-256) - Employment Eligibility Verification (I-9) 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated. Such orders may be issued from February, 2009 through September 30, 2009. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 0 sessions, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of items listed in (v) above; © If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and © of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2009. (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 as a result 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 10 days from contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 30 days from the end of the term of contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ days [60 days unless a different number of days is inserted] 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 one year, six months. (d) The base year will be from date of award until September 30, 2009. Option year one will be from October 01, 2009 through September 30, 2010. (End of clause) (xii) Payment will be made net 30 days ARO by electronic funds transfer. Unless otherwise annotated. (xiii) Offers are due March 10, 2009 2:00 pm EST. (xv) Contact Lisa Erdmann (734) 439-4744, Fax (734) 439-8454.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55d5b67bf7b8b9047d7c1dcc307a2761&tab=core&_cview=1)
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, 4004 EAST ARKONA ROAD, MILAN, Michigan, 481600090, United States
Zip Code: 00090
 
Record
SN01751590-W 20090219/090217215934-927524060f3676cc3e9b06bc603d7449 (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  © 1994-2020, Loren Data Corp.