Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
DOCUMENT

63 -- CCTV System Maintenance - Contractor Evaluation Form

Notice Date
2/18/2009
 
Notice Type
Contractor Evaluation Form
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, New York, 10007-1867
 
ZIP Code
10007-1867
 
Solicitation Number
TIRNE09Q00034
 
Response Due
3/5/2009
 
Archive Date
3/20/2009
 
Point of Contact
Norberto Duran,, Phone: 2124361528, Cheryl D Richardson,, Phone: 212-436-1518
 
E-Mail Address
Norberto.Duran@IRS.gov, cheryl.richardson@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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 this notice. This announcement constitutes the only solicitation. Under this quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNE-09-Q- 00034, which is being issued as a Request for Quotation. The Internal Revenue Service, Procurement, Office of Business Operations, Field Operations Branch – Northeast will be entering into an 100% Small Business Set-Aside Commercial Item Procurement using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses that are in effect through the Federal Acquisition Circular 05-29 ( amendment 1). This requirement is restricted for which the North American Industry Classification System Code is 561621, and The Small Business Size Standard is $11.5 Million. Award for all items under this solicitation will be made to one responsive /responsible vendor only, based upon price and best value fort the Internal Revenue Service, Brookhaven Service Campus.The successful offer, Contractor, must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. Refer to Item Number II (1 – 4 under it) for information to be returned to Contracting Officer. I. BIRSC CCTV SYSTEM MAINTENANCE STATEMENT OF WORK A.1 SCOPE OF CONTRACT The contract shall provide all services required and equipment necessary for on-call and scheduled maintenance service for Government-owned CCTV systems at Brookhaven Internal Revenue Service Campus (BIRSC), 1040 Waverly Avenue, Holtsville, N.Y. 11742. The Contractor shall be required to furnish all labor, material, supplies and supervision necessary to perform services in accordance with all terms and conditions specified herein. The Contractor shall be required to keep all equipment described in Appendix A in good operating condition by providing for the testing, preventive maintenance, and remedial maintenance of equipment, its devices and components. The Contractor is responsible for providing on-call maintenance services with a twenty-four (24) hour response time. The principal period of maintenance (PPM) is eight (8) hours per day (8:00 a.m. - 4:00 p.m.), five (5) days per week (Monday to Friday), excluding Government holidays. B.1 NON-CHARGEABLE MAINTENANCE ITEMS There shall be no additional charges for: a. Replacement parts, unless such parts are required due to the fault or negligence of the Government causes external to the equipment, or the Government elects to keep, destroy, or rework the original parts for security reasons. Defective parts, which have been replaced, shall become the property of the Contractor. b. Testing and/or preventive maintenance. c. Remedial maintenance which was begun during the Principal Period of Maintenance regardless of when the maintenance is performed. d. Time spent by the Contractor's maintenance personnel traveling either to or from BIRSC when scheduled to perform preventive maintenance. e. Time spent at BIRSC by any of the Contractor's maintenance personnel who are not able to perform maintenance until the arrival of additional maintenance personnel and/or delivery of parts, etc. f. Remedial maintenance required within a 24-hour period due to a recurrence of the same malfunction. B.2. PREVENTIVE MAINTENANCE a. The Contractor shall perform Preventive Maintenance on all devices/components every six (6) months to insure that all systems are operating at optimum performance. The following Preventive Maintenance procedures shall be performed every six (6) months. (1) Thoroughly clean all CCTV camera and housing lenses of accumulated dirt. (2) Check all devices/components for deterioration, damage or wear, and repair or replace as necessary. (3) Insure that all moveable parts are free to move and all equipment is adjusted and lubricated for proper function. (4) Check and adjust pan-tilt-zoom drives. (5) Check all mounting screws and devices, and insure that all equipment and devices/components are securely fastened and properly aligned. b. During the first month the contract is in effect, the Contractor will complete all preventive maintenance items, regardless of the frequency assigned to the individual devices/components, which are covered under the terms of this Contract. Thereafter, the preventive maintenance of these devices/components shall be accomplished according to the frequency assigned to each of them. B.3 REMEDIAL MAINTENANCE a. In the event any devices/components fail to function properly, the Contractor shall respond within twenty four (24) hours to any call for service from the COTR or his/her designee. Calls for emergency remedial maintenance may be made at any hour of the day or night, and on any day of the week including holidays but shall be subjected to the provisions outlined in C.2.6 (EMERGENCY CALL-BACK SERVICE). In response to a call for service, the Contractor shall either complete the required repairs or temporarily install replacement equipment to make the system fully operational no later than eight (8) hours after arriving at the site. All temporary equipment shall be furnished by the Contractor, and shall provide the same functional capabilities as the equipment being replaced. b. The cost of remedial maintenance calls made during the PPM, including replacement of equipment, parts, material, labor and temporary replacement parts shall be a part of the Contract and shall be accomplished at no additional cost to the Government. c. All permanent equipment repair or replacement made under the terms of this Contract shall be made with new components identical to the original equipment or parts thereof. When not available, similar replacement parts of equal quality may be substituted in effecting repairs but only with the written approval of the COTR. B.4 EMERGENCY CALL-BACK SERVICE The Contractor shall provide a minimum of 60 hours per year for emergency call-back service (ECB) to repair or replace system components where such a requirement is a result of component failure caused by external forces not attributable to normal wear and tear, age, etc. Emergency Call-Back Service will only be requested for total system malfunctions or when the situation would put the IRS facility in a state of “High Risk”. In addition, Emergency Call-Back Service will be required whenever the National Security Alert Level is raised to a Code Orange or Code Red. Such service, when requested shall be subject to the same twenty four (24) hour response and eight (8) hour resolution time frames as specified for covered maintenance. The Contractor shall provide for Emergency Call-Back Service when requested, and shall submit a separate invoice for payment for each occurrence. Invoices for Emergency Call-Back Service on work that has been requested by authorized IRS personnel shall be submitted to the COTR listing the following information. (1) Date and time notified (2) Time of arrival of contractor (3) Name of person originating call (4) Nature of trouble (5) Corrective action; list of any parts replaced (6) Total time spent on the job (7) Amount of billing The COTR will certify the invoice, stating that the work has been satisfactorily performed, prepare a receiving report, attach it to the invoice and send to the NAR Accounting Office for payment to the Contractor. C. MODIFICATIONS AND REVISIONS Should the Government cause modification to be made, or accessories or devices not covered by this Contract to be added or interconnected to equipment being maintained by the Contractor, maintenance service shall be supplied under mutual agreement between the Government and the Contractor. Should the alterations, additions and/or interconnections increase the maintenance costs to the Contractor, mutually agreeable arrangements with respect to maintenance charges shall be made. Charges for service and materials furnished by the Contractor to make Government sponsored specification changes will be billed to and paid by the Government. D. RESPONSIBILITIES OF THE GOVERNMENT a. Government personnel will not perform maintenance or attempt repairs of the equipment while such equipment is under the purview of this contract unless agreed to by the Contractor. b. Subject to security requirements, the Government will provide the Contractor access to the equipment to perform testing, preventive and remedial maintenance service. For purposes of security and safety, Government personnel will remain on-site with the Contractor's service representative at all times during the performance of all testing, and preventive or remedial maintenance service. c. It will be the COTR or his/her designee's responsibility to notify appropriate BIRSC personnel and contract personnel prior to and immediately after performing any testing, preventive or remedial maintenance of any system components. However, the Contractor or his representative is responsible for ascertaining whether such notification has taken place prior to initiation of any work covered under the terms of this agreement. E. RESPONSIBILITIES OF CONTRACTOR a. Testing and Preventive Maintenance schedules and procedures shall be submitted to the COTR for approval within 15 days after the effective date of the Contract. When devices must be tested or preventive maintenance is performed on an annual basis, these functions MUST be scheduled over a minimum of six-month period of time. Testing and preventive maintenance of devices with shorter frequencies may be scheduled as desired by the Contractor. The Contractor shall submit a quarterly report of all work accomplished during each month of the Contractor period. The report shall catalog all items requiring work under this contract, their location and the date on which any work was performed. b. Qualifications including training and experience of personnel utilized by the Contractor for work specified under the terms of the contract must be certified in writing for the Contracting Officer (hereafter referred to as CO) or his/her representative. In those instances where a license or other certificate is required by local or state jurisdiction, it will be the Contractor's responsibility to provide personnel consistent with the requirements of those jurisdictions and the work being performed. c. IRS has the right to request that all Contractor personnel who will work inside the BIRSC or inside its offsite facility at 5000 Corporate Drive, Holtsville undergo a background investigation by the National Background Investigation Center. This investigation shall be conducted by the Government, at no cost to the contractor. The Contractor shall furnish within five (5) business days of Notice of Award, completed forms and fingerprints for contractor personnel performing work on stated contract. Any contactor personnel not passing the background check will be denied access to any Government facility or grounds. d. All Contractor personnel shall be required to sign-in and sign-out when performing any work covered under the terms of this Contract. At the conclusion of any visit, the Due to the constant fluctuation within the IRS work environment, the security devices cited above are subject to change with the office environment, thus the device counts are merely close approximates and my not reflect actual counts and/or equipment. We highly recommend that vendors perform a site-walk-through prior to solicitation for the contract. e. Contractor shall submit to the COTR or his/her designee a detailed listing of the nature of the work performed and the devices/components on which this work was performed. Payment cannot be authorized unless this report, containing the signature and title of the COTR or his/her designee is submitted. This report shall be submitted in a format acceptable to the COTR. f. Due to the constant fluctuation within the IRS work environment, the security devices cited above are subject to change with the office environment, thus the device counts are merely close approximates and my not reflect actual counts and/or equipment. We highly recommend that vendors perform a site-walk-through prior to solicitation for the contract. F. Place of Performance All work shall be performed at the following IRS office: IRS / Brookhaven Internal Revenue Services Campus (BIRSC) 1040 Waverly Avenue Holtsville, N.Y. 11742 G. Period of Performance Base Year: April 01, 2009 thru March 31, 2010 Option Year One: April 01, 2010 thru March 31, 2011 Option Year Two: April 01, 2011 thru March 31, 2012 Option Year Three: April 01, 2012 thru March 31, 2013 H. Invoicing (a) The Contractor shall bill monthly, and forward the ORIGINAL invoice to the Designated Billing Office as follows: IRS Beckley Finance Center, PO Box 9002, Beckley, WV 25802-9002. Telephone No. (304) 254-3544 (b) At the same time, the original invoice is forwarded to (a) above, a copy of the invoice shall be forwarded to the Contracting Officer's Technical Representative (COTR). IRS, IRS / Brookhaven Internal Revenue Services Campus (BIRSC), Attn: Ms. Janet Kapelas, 1040 Waverly Avenue, Holtsville, N.Y. 11742. (c) Failure to submit the invoice and proper documentation to the correct office may result in delay of payment of the invoice. All invoices should include purchase order number, tax identification number and banking information. H. Point of Contact The Contractor Primary Point of Contact is: Name: Norberto Duran Telephone Number: 212-436-1528 E-mail Address: Norberto.Duran@irs.gov Address: Internal Revenue Service 290 Broadway – 3rd flr NYC, NY 10007 I. Insurance Requirement. (1) Within fifteen (15) days after the award of this contract, the Contractor shall furnish the Contracting Officer a CERTIFICATE OF INSURANCE as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below In accordance with the "INSURANCE - WORK ON A GOVERNMENT INSTALLATION" clause, Letter V. (2) The Contractor shall procure and maintain, during the entire period of performance Under this contract, the following minimum insurance coverage. (A) Comprehensive General Liability $500,000 per occurrence (b) Workmen's Compensation: As required by Federal And State worker's compensation and occupational Disease statutes. (c) Employer's Liability coverage: $100,000, except in states Where worker's compensation may not be written by private Carriers. (d) Other as required by State Law (3) The Certificate of Insurance shall provide for at least 30 days written Notice to the Contracting Officer by the insurance company prior insurance Company prior to cancellation or material change in policy coverage. Other Requirements and information are contained in the aforementioned INSURANCE Clause. This additional information will be incorporated as addendum in award. J. 52.237-1 Site Visit Apr 1984 ****Offerors are urged to inspect the sites where services are to be performed, at no additional cost to the government, and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. *** SITE VISIT: Offerors should contact the individual listed below to arrange a site and/or coordination visit in accordance with FAR 52.237-1 provision listed elsewhere: Ms. Janet Kapelas, telephone number is (631)-654-6003 and her facsimile number is (631)-654-9350. *** Site visit will take place one day only on February 24th, 2009, beginning at 10 am est. If you want to participate please contact the person above no later than 1pm est. on February 23,2009.*** K. Listing of Equipment Qty MAKE/ITEM MODEL LOCATION 4 Intellex-digital recorders DVMS 16000 Security Console 3Vicon Desktop Video Keyboards VSP 1300 Security Console Territory Mannager’s office. COTR 4 Distrib. Line control Vicon VCR 1 Universal Receiver Vicon Security Console 13Samsung SyncMaster 7275T 27” LCD monitors Security Console monitors 6LG M-4210C-BA 42” LCD monitors 1 Samsung SyncMaster 21” LCD monitor 214T Territory Mgr. 22 Vicon Pan and tilt drives VISTAR 35 series On poles in parking lot 1 Vicon Super High Matrix 66 V6680SCC Security Console Density swithching system 1IVP VM17LCD17” flat screen CCTV Security Console monitor 1 Vicon Intelligent Remote V1300-DVC and RVC Security Console Control Panal quantum TSI 5 Digital Video Multiplexers V8612H Security Console Tamperproof ceiling-mounted V860-24 Inside Cameras housings, Vicon 36 1/3 inch High-Resolution VC2860 Around Complex color CCD camera-Vicon Fiber Optic transformers and receivers 36 Vicon ½ inch motorized V8-48 / series Around campus zoom lenses 1 Modupulse interface board Vicon V1311R-MI 16 Vicon 2/3 inch high resolution VC2400-24/24C solid-state black and white CCD cameras 1Ourdoor environmental Tc9335/9394/9329/9322/9318 domed housing-Burle 16 2/3 and 1 inch M, Ms, AC series motorized poom lense-Vicon 1Discret Housing Sytem Videolarm ss201 Security console 1 Video Monitor-Sanyo VM4519 Squad room Camera mounts-Burle TC922ah/TC9214CM/TC9216WM/TC9222WN 1Vicon light duty weatherproof pan and tilt drive V3400APT 1 Vicon phase eight four position desktop enclosure VADTB-2 Vicon Multiple Drive Controls V1700C Series Vicon Pan and Tilt contols V113APT/V123APT Vicon Controls for motorized V100C/V100ZF/V108C zoom lenses Vicon Heavy Duty indoor monitor mount V1500MM 9 Vicon 19 inch VM519 high performance black and white video monitors Vicon Mark IV Omniscans V3371APTH/V3371APTH-VPP-4/V3373APTH Digital Intrusion Detectors-Vicon V716-IDS 3 Pro Video Cameras CVC-7705DNV 1 Sanyo high resolution color camera 1 Tamron 6-60 motorized zoom lens 1 Pelco Controller II. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER In order to be considered for award of this order, please submit the following completed information no later than 4;00pm ((Eastern Standard Time) Thursday, March 5th 2009. Only emailed responses will be accepted at Norberto.Duran@irs.gov. 1.Supplies or Services and Prices/Cost (Item II. A) Note: Bidders shall quote a fixed-price monthly rate. 2.Additional Information (Item II. B) 3.Representations and Certifications. Vendor must either complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. 4.Provide name, email address and telephone number of three companies that you provided similar services to in the past 3 years. Please submit the attached evaluation form to them for completion. This should be returned no later than the date proposals are do. Information Concerning RFQ All questions concerning this request for quotation should be directed to Norberto Duran, Contract Specialist, in writing only via email, at Norberto.Duran@irs.gov. Deadline for submission of questions is February 26, 2009 at 12:00 noon (Eastern Standard Time). Anticipated Award Date: On or before March 23,2009. A. SUPPLIES OR SERVICES AND PRICE/COSTS Line 0001 - BASE YEAR: Maintenance for CCTV System in accordance with Work Statement above. Qty 12 months Unit Price: ___________ Total Amount: ___________ Line 0002 - OPTION YEAR ONE: Maintenance for CCTV System in accordance with Work Statement above. Qty 12 months Unit Price: ___________ Total Amount: ___________ Line 0003 - OPTION YEAR TWO: Maintenance for CCTV System in accordance with Work Statement above. Qty 12 months Unit Price: ___________ Total Amount: ___________ Line 0004 - OPTION YEAR THREE: Maintenance for CCTV System in accordance with Work Statement above. Qty 12 months Unit Price: ___________ Total Amount: ___________ * Please add up all total amounts on the lines above and provide bottom line total * B. Additional Information Company Name: _________________ Mailing Address: _____________________________________________ Remit to Address: ____________________________________________ Telephone Number: _________________ Fax Number: _________________ Representative’s Email Address: ___________________________________ Open Market: YES NO ________ GSA Contract Number/Other Contract (if applicable):_________________________ Expiration Date: ______________________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10 Net/20 Net/30 ______ Shipping Charges if applicable: _________________________ Number of delivery days: ____________________ * Is your company a corporation? YES NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES NO If yes, which of the above _____ Size of Business: Large ______ Small ______ Please check all that applies: ____Small Disadvantaged ___ Small Women-Owned ____ HubZone Small ____ Service Disabled Veteran-Owned Small ____ Small Veteran-Owned 8(a) *Is your company registered in CCR? YES NO _____ If no, you must register at http://www.ccr.gov. The Government can only do business with a company who is registered. Federal Tax ID Number:______________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________________ Signature of Quoter: _______________________ Date: ___________________ C. Provision/Clauses The provision at FAR 52.212-1 – Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offeror Representations and Certifications – Commercial Items, apply to this acquisition. Quoters are advised to include, as specified in item II. 3 above, a complete copy of the provisions at 52.212-3 with this offer. For 52.212-2, Evaluation- 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 Government reserves the right to award the Task Order to other than the offeror with the lowest price. The evaluation of quotes will be based upon a complete assessment of the offeror’s quote. The factors will be evaluated as described below on a greatest value basis. Selection will be determined on the basis of the following: 1)how well a proposal satisfies the evaluation criteria below; 2)the strengths, weaknesses and risks a quote presents to the Government and 3)evaluation of the quotes relative to the proposed prices of the offerors. Basis for Award: The award will be made to the offeror whose quote/proposal contains the combination of criteria offering the best overall value to the government in accordance with FAR Part 12. This will be determined by comparing differences in the value of the technical features with the differences in the offerors’ prices. In making this comparison, the government is more concerned with obtaining superior technical features than with making an award at the lowest overall price. The criteria are presented in descending order of importance. These should be related to the requirements in the Statement of Work. The factors are identified as 1 through 3. Factors 1 through 3 have sub criteria under them. All sub-criteria are of equal importance. The Government may make award without conducting discussions. The following factors shall be used to evaluate offers: 1.Factor: Past Performance The offeror is to identify past or current contracts for performance similar to that described in the request for quotation. The offeror is to identify at least one contract that it has performed work similar to that described in the request for quote. Provide length of experience by providing a list of work experiences along with correspondence reference information (client name, address, and telephone numbers of the primary point of contact, a brief description of service provided and period of performance). 2.Qualifications The offeror shall provide qualifications of its key personnel that clearly describe the skills, knowledge, and ability for performing the services required by the contract. Individuals must be of unquestionable integrity and display a mature attitude and exercise good judgment. 3.Plan of Accomplishment The offeror shall provide information demonstrating its understanding of the contract requirements and explain its approach for successful performance as well as demonstrate an ability to meet the performance requirement set forth in the Statement of Work. Non-Price factors combined or individually are significantly more important than Price. Price will be evaluated in comparison to all offers received in response to the request for quote and Government Estimate. Past performance will be rated Neutral if the offeror has no record of Past Performance. EVALUATION RATINGS The Government will evaluate technical proposal information/responses. Each rating area will be assigned one of four ratings as listed below. The sub factors will also be assigned a rating. The offeror may also be rated Neutral in the area of Past Performance. Factors 1, 2 and 3 will be rated according to the below criteria. Adjectival technical scoring will be as follows RATING GUIDANCE Quoters’ responses to the factors will be rated using the following scale: ADJECTIVE RATINGDEFINITION ExceptionalA comprehensive and thorough quote of exceptional merit that meets all stated requirements (i.e., does not take issue with or ignore terms and conditions) and offers significant advantages to the Government. Presents no foreseeable or identifiable risk of failure or problems during Task Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ). Contains no weaknesses or excesses. Very GoodA quote that meets all stated requirements (i.e. does not take issue with or ignore material terms and conditions). Offers advantages to the Government. Presents little foreseeable or identifiable risk of failure or problems during Task Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ). Contains no weaknesses or excesses. GoodA quote that meets all stated requirements (i.e., does not take issue with or ignore material terms and conditions) for the factor without weaknesses. Presents moderate risk of failure or significant problems during Task Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ). Contains no deficiencies or significant weaknesses or excesses. Contains no weaknesses or excesses except those that are minor and easily correctable. PoorA quote that does not make clear that it meets all stated requirements OR presents severe risk of failure or significant problems during Task Order performance OR is inadequate in terms of the basic content and level of information the Government seeks for evaluation OR contains deficiencies and significant weaknesses, but, which appear to be susceptible of correction through discussions OR any combination of the above. Unacceptable A quote that fails to meet the stated requirements (i.e., takes issue with or ignores material terms and conditions) OR lacks essential or conflicting or unclear information or any combination of these three OR presents an almost certain risk of failure or significant problems during contract performance OR contains deficiencies which do not appear to be susceptible of correction through exchanges, including discussions, OR any combination of the above. Neutral The offeror will not be rated favorably or unfavorable if there is no record of past performance. DEFINITIONS Strength: A quote area in which results in a high level of confidence that the quoter can meet the requirement and to some extent clearly exceed what is necessary to meet the requirement. Weakness: Is a flaw in the quote that increases the risk of unsuccessful Task Order performance. Significant Weakness: Is a flaw that appreciably increases the risk of unsuccessful Task Order performance. Deficiency: Is a material failure of a quote to meet a government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful Task Order performance to an unacceptable level. 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. The clauses at 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; IR1052-01-002, PAID SYSTEMS;52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract and 52.228-5, Insurance- Work on a Government Installation. The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58f4fff94cc48fe27ced88ac41ecdc88&tab=core&_cview=1)
 
Document(s)
Contractor Evaluation Form
 
File Name: This attached document should be sent to the three contractors listed in your proposal . These responses should be submitted no later than the date your proposal is due . (APPENDIX A - Contractor Evaluation Form.doc)
Link: https://www.fbo.gov//utils/view?id=13af91a96c58cc0b5742c63797f2275e
Bytes: 28.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: IRS / Brookhaven Internal Revenue Services Campus (BIRSC), 1040 Waverly Avenue, Holtsville, New York, 11742, United States
Zip Code: 11742
 
Record
SN01752111-W 20090220/090218215349-58f4fff94cc48fe27ced88ac41ecdc88 (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.