Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

99 -- Bowling Center Barbershop Concessionaire - Performance Work Statement - Contract Format

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812111 — Barber Shops
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3CL8354A001
 
Point of Contact
Marina Hobson,, Phone: 8508820363, David Serbe,, Phone: 8508820347
 
E-Mail Address
marina.hobson@eglin.af.mil, david.serbe@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
Contract Format Performance Work Statement Eglin AFB-Bowling Center Barbershop Concessionaire, Contract Format, and Provisions. Notice Date: 25 March 24, 2009 Notice Type: Concessionaire Contract Format, Provisions. NAICS: 812111-Barber Shops Contracting Office: Department of the Air Force, 96 CONS/PKBA, Eglin AFB Contracting Squadron, 308 W. D. Ave. Bldg. 260, Ste. 130, Eglin AFB, 32542 Solicitation Number: F1T3CL8354A001 Point of Contact: Marina Hobson, phone # 850-882-0363 E-mail Address: marina.hobson@eglin.af.mil Small Business Set-Aside: N/A DESCRIPTION: The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a concessionaire contract for a full service barbershop. This combined synopsis/solicitation shall constitute the only announcement for this requirement. Quotations are being requested and a written solicitation will not be issued. A Concessionaire Contract is contemplated. The solicitation reference number is F1T3CL8354A001. The FAR, DoD supplements (DFARS), and Air Force FAR supplements (AFFARS) do not apply to Non-appropriated Fund (NAF) procurement except as required by AFMAN 34-302 and AFI 64-301. Only those clauses required by law or otherwise stated in AFMAN 34-302 shall be mandatory. It is the offeror's responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification Code is 812111 with a small business size standard of $7M. The purpose of this contract is to provide a Barbershop concessionaire within Bowling Center, Eglin AFB, FL for a base period of one year beginning 06 July 2009 and ending 5 July 2010 with four one-year option periods. The hours of operation are Monday thru Friday 8:00 am to 5:00 pm with the exception of federal holidays. The NAFI will provide free of charge at existing outlets all necessary utility services required for the performance of this contract. The contractor shall carefully conserve utilities furnished. The contractor is not responsible for the charges to the direct telephone line located in the Barber Shop. The contractor shall not make any changes to the telephone service provided by the government under any circumstances. The Bowling Center manager will determine prices and increases. Current Price List: Regular Hair Cut...................... $10.00 Style Cut............... $13.00 Extra Long Hair...... $13.00 Beard Trimming...................... $5.00 Extra services optional with the bowling center manager's approval. The requirement consists of the following items: CLIN 0001- Concessionaire -Provide Barber Services in accordance with (IAW) the Performance Work Statement (PWS) at the Eglin Bowling Center (Building #51, 401North 6th St., Eglin AFB, FL 32542). The contractor shall pay the Non Appropriated Fund Instrumentality (NAFI) an amount equal to _____% of all receipts. Payment shall be made in accordance with the special payment instruction contained herein. Base Performance Period: 06 July 2009 thru 05 July 2010. CLIN 1001- Concessionaire Option #1 -Provide Barber Service in accordance with (IAW) the Performance Work Statement (PWS) at the Eglin Bowling Center (Building #51, 401North 6th St., Eglin AFB, FL 32542). The contractor shall pay the Non Appropriated Fund Instrumentality (NAFI) an amount equal to _____% of all receipts. Payment shall be made in accordance with the special payment instruction contained herein. Performance Period: 06 July 2010 thru 05 July 2011. CLIN 2001- Concessionaire, Option #2 - -Provide Barber Service in accordance with (IAW) the Performance Work Statement (PWS) at the Eglin Bowling Center (Building #51, 401North 6th St., Eglin AFB, FL 32542). The contractor shall pay the Non Appropriated Fund Instrumentality (NAFI) an amount equal to _____% of all receipts. Payment shall be made in accordance with the special payment instruction contained herein. Performance Period06 July 2011 thru 05 July 2012 CLIN 3001- Concessionaire, Option #3 - -Provide Barber Service in accordance with (IAW) the Performance Work Statement (PWS) at the Eglin Bowling Center (Building #51, 401North 6th St., Eglin AFB, FL 32542). The contractor shall pay the Non Appropriated Fund Instrumentality (NAFI) an amount equal to _____% of all receipts. Payment shall be made in accordance with the special payment instruction contained herein. Performance Period: 06 July 2012 thru 05 July 2013. CLIN 4001- Concessionaire Option #4 -Provide Barber Services in accordance with (IAW) the Performance Work Statement (PWS) at the Eglin Bowling Center (Building #51, 401North 6th St., Eglin AFB, FL 32542). The contractor shall pay the Non Appropriated Fund Instrumentality (NAFI) an amount equal to _____% of all receipts. Payment shall be made in accordance with the special payment instruction contained herein. Performance Period: 06 July 2013 thru 05 July 2014. CLAUSES: CLAUSES BY REFERENCE 52.204-7 Central Contractor Registration 52.222-3 Convict Labor 52.222-4 Contract Work Hours and Safety Standards Act-Overtime Compensation 52.222-20 Walsh-Healy Public Contracts Act 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965, as Amended 52.223-3 Hazardous Material Identification & Material Safety 52.228-05 Insurance Work on a Government Installation 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes - Fixed-Price 52.246-16 Responsibility for Supplies 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7004 Alternate A 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program CLAUSES BY FULL TEXT 52.212-1 -Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation.(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925), Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (ii) ASSISTdocs.com (http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) Addendum to 52.212-1 Instructions for submission of offers. 1. Attached Concessionaire Contract Format document will serve as the format for the contractor's proposal. 2. Fill-in the blank areas as needed. 3. Responses are limited to a maximum of 5 pages for the entire proposal. 4. Provide Past Performance for a minimum of 3 years and no more than 5 years. I. Present/Past Performance Information: 1. Each offeror shall submit relevant present/past performance information as stated in the Evaluation Criteria. The government is not bound by the offeror's opinion of relevancy. The government will perform an independent assessment of relevancy of data provided or obtained. In assessing relevancy, the government may evaluate an offeror's references for similarity of scope of award (e.g. complexity of effort and magnitude). The government reserves the right to obtain and evaluate past/present performance information from any source it deems appropriate. (End of Clause) CLAUSES BY FULL TEXT 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 factors shall be used to evaluate offers: (i) Highest percentage amount offered. (ii) License barbers from one of the 50 states. (iii) Past performance (see FAR 15.304); (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) Addendum to 52.212-2 I. Evaluation Criteria: 1. Highest percentage amount offered. 2. Licensed barbers from one of the 50 states. 3. Past Performance II. Past/Present Performance Information: 1. In assessing performance confidence, the evaluators may: (a) evaluate past/present performance information as submitted by the offeror's references: (b) use data independently obtained from other sources; (c) rely upon personal business experience with the offeror; and (d) consider any information the offeror submits which explains any problems encountered on the identified contracts and the offeror's corrective actions. Past/present Performance will be evaluated as either acceptable or unacceptable, or pass or fail. 2. In accordance with FAR 15.306 (a) (2), award will be made without conducting discussions, offeror's may be given the opportunity to clarify certain aspects of their proposals (e.g. the relevance of an offeror's past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond) or to resolve minor clerical errors. (End of Clause) CLAUSES BY FULL TEXT 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 30 days. (End of Clause) CLAUSES BY FULL TEXT 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 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 and six months. (End of Clause) CLAUSES BY FULL TEXT 5352-223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) CLAUSES BY FULL TEXT 5352-242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) CLAUSES BY FULL TEXT 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) ADDITIONAL INFORMATION: This concessionaire contract for the Eglin AFB FL, Bowling Center, will be awarded to the responsive responsible offeror who has at least three years experience as a license barber and offers the greatest percentage of gross sales to the Eglin AFB Non-Appropriated Funds Instrumentality (NAFI). For more details, please see attached documents. Any interested party must be registered in Central Contractors Registration (CCR) http://www.bpn.gov/ccr/scripts/index.html in order to be eligible for award. Please see attached Concessionaire Contract Format document and other attachments. Please fill-in the blank areas as needed. This will serve as the format for the contractor's proposal. All responses must be received no later than 2:00 P.M., Central Standard Time on 15 April 2009. The quote is at the discretion of the offeror. Offers may be emailed to marina.hobson@eglin.af.mil, or faxed to 850-882-1680, ATTN: Marina Hobson, or mailed or personally bring to308 West D Avenue, Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862. Reference the solicitation number. Please contact Marina Hobson for any questions or comments. Phone: 850-882-0363 / Email: marina.hobson@eglin.af.mil. Alternate point of contact: David Serbe, Email: david.serbe@eglin.af.mil, Phone: 850-882-0347. NOTE: "This is a non-appropriated funds purchase and it does not obligate appropriated funds of the United States Government. Non- appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military participation in military community programs. This purchase does not involve federal tax dollars." CONTRACT FORMAT Solicitation Number: F1T3CL8354A001 This Concessionaire contract by and between, Eglin AFB, FL Bowling Center, hereinafter referred to as the Nonappropriated Fund Instrumentality (NAFI) and _________ hereinafter referred to as the Concessionaire, is for the Concessionaire to provide, Barbershop services in accordance with the Performance Work Statement(PWS) to authorized patrons at the assigned space at Building #51, 401 North 6th St., Eglin AFB, FL 32542. The hours of operation of this concession will be the same as those of the NAFI where the Concessionaire has been assigned space or as specified in this contract. Concessionaire shall pay the NAFI either a sum equal to percent (____ %) of gross sales. CONCESSIONAIRE SHALL: 1. Provide products or services of a quality satisfactory to the NAFI Contracting Officer or his or her authorized representative. 2. Submit a listing of items, with corresponding selling prices, to the Contracting Officer for approval or disapproval action. The final approved listing is considered a part of this agreement. Before beginning performance, the Concessionaire shall place the price list in a conspicuous spot for patrons to see. 3. At Concessionaire's own expense, obtain all permits, give all necessary notices, pay all license fees, and comply with all municipal, prefectural, and national laws, rules, ordinances, and regulations, and any publication published by the military relating to public health or applicable to the business carried out under this agreement and assume complete and sole liability for all national, state, and local taxes applicable to the property, income and transactions of the concession. 4. Comply with all applicable laws pertaining to wages, workers' compensation, equal opportunity, Service Contract Act, and so forth, as implemented by Navy directives and required by law. 5. Comply with all memoranda, bulletins, and letters of instruction issued by or in behalf of the NAFI Contracting Officer. 6. Keep the concession area clean, orderly, attractive, secure, and in a safe and sanitary condition to the satisfaction of the NAFI Contracting Officer, but make no alterations to Government furnished property or premises. 7. Employ only persons who meet the health standards prescribed by law or regulations which pertain to the jobs for which they are hired. 8. Furnish a sufficient number of trained employees for the efficient performance of this contract. Concession personnel shall meet the health and security standards prescribed by applicable regulations, and shall obtain installation passes and permits and security clearances as applicable. Concession personnel shall give prompt and courteous treatment to authorized customers and shall be neatly dressed and meticulous in their personal grooming at all times. Concessionaire shall provide employees clean uniforms, or when uniforms are not required, ensure that all clothing worn by employees is clean and in good condition at all times. 9. Remove from employment in the concession, at the request of the NAFI Contracting Officer, any servant, agent or employee of the Concessionaire if, in the opinion of the NAFI Contracting Officer or his/her authorized representative, the conduct of such person, while in and about the premises covered by this contract, interferes with proper services or discipline. 10. Furnish, at Concessionaire's own expense (if required by the Contracting Officer) suitable bags, "sold" labels, and so forth, for securing a customer's purchase. If required, the packaging will be as approved by the Contracting Officer. All items will be marked to reflect the selling price. 11. Furnish, at Concessionaire's own expense, all trade fixtures, tools of the trade, and supplies required for performance of this contract. 12. Provide products to sell that are marketable and sufficient for use intended, and not "seconds" as the term is usually understood in the trade. As a minimum, they will be equal to products provided by first quality commercial establishments. All items will be acceptable to the customer and the Contracting Officer and will be subject to inspection and test for workmanship and quality at all times by the Contracting Officer or designee. Any item found to have a latent defect(s) may be returned to the Concessionaire for replacement or refund as determined by the Contracting Officer. 13. Agree to adhere to the NAFI policy of customer satisfaction guaranteed and shall be responsible for refunds to customers due to customer dissatisfaction with an item or due to overcharges. All customer complaints, claims, and refunds will be resolved and made at Concessionaire's expense. Any disagreement that cannot be resolved between Concessionaire and the customer will be referred to the Contracting Officer, whose decision will be final and not subject to the Disputes clause. If Concessionaire fails to timely process complaints or claims and make refunds, NAFI may settle customer complaints or claims and make such refunds, and charge the Concessionaire's account. 14. Obtain insurance for all non-Government property and merchandise used by the Concessionaire in the operation of the concession against theft, fire, storm, flood, and damage, or destruction through any other force of nature in accordance with attached clause titled "Insurance." 15. Be responsible for all operating expenses not expressly undertaken by the NAFI. Concessionaire operating expenses are to include: Facilities and Utilities. 16. Turn over the entire daily receipts of the concession to the NAFI at the end of each day or as otherwise specified in this contract. 17. Maintain control sheets, showing all income received, according to instructions prescribed by the NAFI. Any failure by the Concessionaire, its servants, employees, or agents to enter all monies received on these control sheets will be cause for immediate cancellation of this contract and the basis for criminal action against the Concessionaire. 18. Accept national charge cards customarily recognized in commercial trade for customer payment of purchases (optional). Concessionaire is responsible for the payment of any fees, charge backs, or other costs levied by the charge card companies. 19. Prepare a Concessionaire Settlement Report at the conclusion of the sales period or as specified by the Contracting Officer. Report shall be signed by the Concessionaire showing the gross sales for the period and percent due the NAFI, and giving the NAFI the fees due for that period. The Navy Audit Service personnel or any person designated by the NAFI shall have the right to inspect or audit the accounts and methods of internal control established by the Concessionaire and to make such inspections or audits as may be considered necessary to ensure strict compliance by the Concessionaire with all provisions of this agreement and with applicable Navy regulations. 20. The NAFI may charge the Concessionaire for a dishonored check received from the concessionaire, except when the bank acknowledges the return to be the result of bank error or the return is the result of a NAFI error. The amount charged by the NAFI will not exceed the administrative amount normally charged NAFI customers for dishonored checks. The Contracting Officer may require payment to be made in cash, certified check, or cashier's check. 21. The Concessionaire shall charge for merchandise or services involved only those prices established in the Price Schedule. CONCESSIONAIRE SHALL NOT: 1. Represent or permit it to be represented to the public as an agent or employee of the NAFI by the use of the name of the NAFI on letters, bills, signs, or by any other means. The Concessionaire, its servants, agents, and employees, are in no sense agents of the United States, the NAFI, the Commanding Officer of the installation within which the concession exists, or of any other entity having to do with the operation of NAFI business. 2. Sell, remove or in any way alter any property which is owned by the NAFI or any other part of the Federal Government and is used in the operation of the concession. 3. Engage in or permit gambling or possession or use of any gambling device on the concession premises. 4. Sell, deal in, or otherwise possess or transfer, on the concession premises, any form of intoxicating liquors or narcotics. 5. Loan money to or borrow money from customers or others, which includes Federal Government (including NAFI) employees and military personnel. 6. Sell merchandise or services for anything other than US currency. 7. Sell merchandise or services on credit. 8. Give or offer to any officer or employee of the NAFI, or any other part of the Federal Government, any gift, privilege, special benefit, discount, or anything else of material or personal nature whereby the individual or employee would receive preferential treatment. THE NAFI WILL: Furnish sufficient quantities of space, heat, water, and electricity to satisfy the normal needs of Concessionaire for lighting, heating, drinking, sanitation, and the operation of suitable support equipment therefore. NOTE: If the Concessionaire is required to reimburse the United States Government for utilities furnished, the reimbursement will be at rates set by the Commanding Officer. CONTRACT DURATION: 1. This agreement shall be for 1 year from the effective date of this contract unless sooner terminated as hereinafter provided. The contract may be extended for additional periods (when in the best interest of the Government, price and other factors considered). The extensions may not exceed 1 year. In no event, however, will the period of performance exceed ten (5) years. 2. This agreement will be automatically terminated in the event the NAFI is liquidated. This agreement may be terminated by either party upon 30 days written notice. If the Contractor fails substantially without good cause to perform his agreements under this contract, the NAFI may terminate this contract under the clause titled "Termination for Default." 3. Upon expiration of this contract or upon termination as provided herein, Concessionaire's property shall be immediately removed from the premises. Upon failure to do so, the NAFI may cause such property to be removed at the Concessionaire's expense. 4. Any money due and payable to the NAFI from the Concessionaire as a result of this contract shall remain due and payable. TAXES: 1. Where a state law imposes a sales tax on the sale of the item and/or service by the Concessionaire to the authorized customer, the sales tax will be separately stated from the sales price, added to the price in the price schedule and collected from the customer. A price list will be kept conspicuously posted at each place of business of the concession. Articles stocked for sale will be individually price marked. 2. The Concessionaire assumes complete and sole liability for all federal, state, host country, and local taxes applicable to the property, income, and transactions of the Concessionaire, and where required by applicable laws and regulations, will collect and remit to the state applicable sales taxes. Sales taxes which have been collected are excluded from the computation of gross receipts in the determination of the fee payable to the NAFI. The amount of taxes so excluded will not exceed the actual sum payable to the state. Where required by state law or regulation, Concessionaire shall obtain and conspicuously display the state sales tax permit. 3. The Concessionaire warrants that the contract prices or other considerations do not include any tax or duty from which the Concessionaire is exempt under the laws of the United States, State, or host country wherein contract performance is affected. If any such tax or duty has been included in the pricing or consideration through error or otherwise, the contract pricing or consideration shall be correspondingly reduced or adjusted. If for any reason after the contract date, the Concessionaire is relieved in whole or in part from the payment or the burden of any tax or duty included in the contract pricing or other consideration, the contract pricing and/or other consideration shall be correspondingly reduced or adjusted. PREMISES: The assignment of space is revocable and is not construed as the creation of tenancy. Concessionaire is liable for any damage to or loss of the premises and NAFI furnished property or injury to persons resulting from acts or omissions of Concessionaire, its employees, or agents whether or not covered by insurance. Sublet of any of the premises assigned or assignment to another concession is not authorized. Use of the premises and NAFI furnished property for any purpose other than those specifically set forth, or unauthorized use by any of its agents, representatives, or employees is prohibited. IMPORTANT: Concessionaire shall not make any alterations to Government owned equipment or facilities. Concessionaire will comply with the installation fire and safety regulations, and applicable health and sanitation regulations. Concessionaire will post or display on the premises any sign furnished by the NAFI. TERMINATION: 1. Notwithstanding the attached clause titled "Termination for Convenience" relative to termination of this Concessionaire contract, it is mutually agreed that this contract may be terminated by either party upon 30 days written notice to the other party. 2. Upon termination or expiration of this contract, Concessionaire will promptly settle its account with the NAFI, including payment in full of all amounts due, yield up the facilities and all NAFI-furnished property, clean and leave premises in as good order and condition as when received (damage due to acts of God or the US Government, and ordinary wear and tear excepted), surrender all installation passes, decals, and so forth, and complete satisfactory settlement of all customer complaints and claims. Termination of the Concessionaire contract does not release the Concessionaire from the obligation to satisfactorily settle customer complaints and claims. The Concessionaire will promptly remove all Concessionaire-furnished trade fixtures, tools of the trade, and supplies. On failure to remove the Concessionaire's property, the Contracting Officer may cause Concessionaire's property to be removed and stored in a warehouse at the Concessionaire's expense. If the Concessionaire is indebted to the NAFI, the Concessionaire authorizes and empowers the Contracting Officer to take possession of the Concessionaire's property and dispose of same by public sale without notice, and out of the proceeds of sale, satisfy all costs and indebtedness to NAFI. CLAIMS BY CONCESSIONAIRE: 1. No claim by the Concessionaire relating to this contract may be considered by the Contracting Officer unless such claim is submitted in writing to the Contracting Officer not later than 90 days after the effective date of termination or expiration of this Concessionaire contract. 2. The Concessionaire shall indemnify, save harmless, and defend the NAFI, U.S. Air Force and the Federal Government from and against any and all claims, demands, actions, debts, liabilities, and attorney's fees arising out of, claimed on account of, or in any manner predicated upon loss or damage to the property of the injuries or to death of any and all persons whatsoever, in any manner caused or contributed to by the Concessionaire, or the Concessionaire's agents, servants, or employees while in, upon, or about the military installation wherein the concession is located, or while going to or departing from the same and to indemnify and save harmless the NAFI from and on account of damages of any kind which the NAFI may suffer as the result of the acts of any of the Contractor's agents, servants, or employees in or about said military installation. CONTRACT CLAUSES: 1. The attached contract clauses (Addendum I) are hereby incorporated into this basic contract. In the event of conflict between the provisions of the basic contract and the provisions of any other addendum hereto, the provisions of the basic contract control. GOVERNING LAW: 1. If any clause or provision herein shall be ruled invalid or unenforceable, it shall not affect the validity of any other clause or provision, which shall remain in full force and effect. 2. In any dispute arising out of this Contract, the decision of which requires consideration of law questions, the rights and obligations of the parties shall be interpreted and determined according to the substantive laws of the United States of America. ADDENDUM I NONAPPROPRIATED FUND CONTRACT CLAUSES 1. DEFINITIONS As used throughout this contract, the following terms and abbreviations have the meaning set forth below: a. The term "Contract" means this agreement or order and any modifications hereto. b. The abbreviation "NAFI" means Nonappropriated Fund Instrumentality of the United States Government. c. The term "Contracting Officer" means the person executing or responsible for administering this contract on behalf of the NAFI which is a party hereto, or his successor or successors. d. The term "Contractor" means the party responsible for providing supplies/equipment and/or services at a certain price or rate to the NAFI under this contract. e. The term "Contracting Officer's Representative" (COR) means a person appointed by the Contracting Officer to monitor performance and act as a liaison between the Contractor and the Contracting Officer. f. The abbreviation "FAR" means Federal Acquisition Regulation. 2. LAW GOVERNING CONTRACTS In any dispute arising out of this contract, the decision of which requires consideration of law questions, the rights and obligations of the parties shall be interpreted and determined in accordance with the substantive laws of the United States of America. 3. LEGAL STATUS The NAFI is an integral part of the Department of Defense and is an instrumentality of the United States Government. Therefore, NAFI contracts are United States Government contracts; however, they do not obligate appropriated funds of the United States. 4. EXAMINATION OF RECORDS This clause is applicable under contracts that are entered into by means of negotiation and where price and costing data are required to support a determination of price reasonableness. This clause does not apply to commercial items or when the Contracting Officer determines that prices agreed upon are based on adequate price competition. The Contractor agrees that the Contracting Officer or his duly authorized representative shall have the right to examine and audit the books and records of the Contractor 5. GRATUITIES a. The NAFI may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this contract if it is found, after notice and hearing, by the Secretary of the Air Force or their duly authorized representative, that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the Contractor, or any agent, or representative of the Contractor, to any officer or employees of the Government or the NAFI with a view toward securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such contract. b. In the event this contract is terminated as provided in paragraph "a" hereof, the NAFI shall be entitled (i) to pursue the same remedies against the Contractor as it could pursue in the event of a breach of contract by the Contractor, and (ii) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Secretary of the Air Force or their duly authorized representative) which shall be not less than three nor more than ten times the cost incurred by the Contractor in providing any such gratuities to any such officer or employee. c. The rights and remedies of the NAFI provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. 6. TERMINATION FOR CONVENIENCE The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the best interest of the NAFI. If this contract is for supplies and is so terminated, the Contractor shall be compensated in accordance with FAR, Sub Parts 49.1 and 49.2 in effect on this contract's date. To the extent that this contract is for services and is so terminated, the NAFI shall be liable only for payment in accordance with the payment provisions of this contract for services rendered prior to the effective date of termination, providing there are no Contractor claims covering nonrecurring costs for capital investment. If there are any such Contractor claims, they shall be settled in accordance with FAR, Sub Parts 49.1 and 49.2. 7. CANCELLATION BY MUTUAL AGREEMENT Should the situation warrant, the parties upon mutual agreement and no costs, may cancel this contract. 8. TERMINATION FOR CAUSE a. (1) The NAFI may, subject to paragraphs (c) and (d) below, by written notice of cause to the Contractor, terminate this contract in whole or in part if the Contractor fails to- (i) Deliver the supplies or perform the service within the time specified within this contract or any Extension; (ii) Make progress, so as to endanger performance of this contract (but see subparagraph (a) (2) below); or (iii) Perform any of the other provisions of this contract (but see subparagraph (a) (2) below). (2) The NAFI's right to terminate this contract under subdivisions (1)(ii) and (1)(iii) above, may be exercised if the Contractor does not cure such failure within 10 days (or more if authorized in writing by the Contracting Officer) after receipt of notice from the Contracting Officer specifying the failure. Modified as of 10 Sept 07 b. If the NAFI terminates this contract in whole or in part, it may acquire, under the terms and in the manner the Contracting Officer considers appropriate, supplies or services similar to those terminated, and the Contractor will remain liable to the NAFI for any excess costs for those supplies or services. However the Contractor must continue the work not terminated. c. The Contractor shall not be liable for any excess costs if the failure to perform the contract arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include (1) acts of God or of the public enemy, (2) act of the NAFI in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and; (9) unusually severe weather. Defaults by subcontractors at any tier for any reason do not constitute causes beyond the control and without the fault or negligence of the Contractor. d. If this contract is terminated for cause, the NAFI may require the Contractor to transfer title and deliver to the NAFI as directed by the Contracting Officer, any (1) completed supplies, and (2) partially completed supplies and materials, parts, tool dies, jigs, fixtures, plans, drawings, information, and contract rights (collectively referred to as manufacturing materials in the clause) that the Contractor has specifically produced or acquired for the terminated portion of this contract. Upon direction of the Contracting Officer, the Contractor shall also protect and preserve property in its possession in which the NAFI has an interest. e. The NAFI shall pay the contract price for completed supplies delivered and accepted. The Contractor and Contracting Officer shall agree on the amount of payment for manufacturing materials delivered and accepted and for the protection and preservation of the property. Failure to agree will be a dispute under the Disputes Clause. he NAFI may withhold from these amounts any sum the Contracting Officer determines to be necessary to protect the NAFI against loss because of outstanding liens or claims of former lien holders. f. If, after termination, it is determined that the cause by the Contractor was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for convenience of the NAFI. g. The rights and remedies of the NAFI in this clause are in addition to any other rights and remedies provided by law or under this contract. 9. HOLD AND SAVE HARMLESS The Contractor shall indemnify, hold and save harmless, and defend the NAFI, its outlets and customers from any liability, claimed or established for violation or infringement of any patent, copyright, or trademark right asserted by any third party with respect to goods hereby ordered or any part thereof. Contractor further agrees to hold the NAFI harmless from all claims or judgments for damages resulting from the use of products or services listed in this contract, except for such claims for damages caused by, or resulting from negligence of NAFI customers, employees, agents, or representatives. Also, Contractor shall at all times hold and save harmless the NAFI, its agents, representatives, and employees from any and all suits, claims, charges, and expenses which arise out of acts or omissions of Contractor, its agents, representatives, or employees. 10. MODIFICATIONS No agreement or understanding to modify this contract will be binding upon the NAFI unless made in writing and signed by a Contracting Officer from the office that issued the contract or its successor. 11. TAXES a. Except as may be otherwise provided in this contract, the contract price includes all taxes, duties or other public charges in effect and applicable to this contract on the contract date, except any tax, duty, or other public charge, which by law, regulation or governmental agreement, is not applicable to expenditures made by the NAFI or on its behalf; or any tax, duty, or other public charge from which the Contractor, or any subcontractor hereunder, is exempt by law, regulation or otherwise. If any such tax, duty, or other public charge has been included in the contract price, through error or otherwise, the contract price shall be correspondingly reduced. b. If for any reason, after the contract date of execution, the Contractor or subcontractor is relieved in whole or in part from the payment or the burden of any tax, duty, or other public charge included in the contract price, the contract price shall be correspondingly reduced; or if the Contractor or subcontractor is required to pay in whole or in part any tax, duty, of other public charge which was not applicable at the contract date of execution the contract price shall be correspondingly increased. 12. ADVERTISEMENTS The Contractor agrees that none of its, nor its agent's, advertisement to include publications, merchandise, promotions, coupons, sweepstakes, contests, sales brochures, etc., shall state, infer or imply that the Contractor's products or services are approved, promoted or endorsed by the NAFI. Any advertisement, including cents off coupons, which refers to a NAFI, will contain a statement that the advertisement is neither paid for nor sponsored in whole or in part by that particular activity. 13. ASSIGNMENT A Contractor may not assign their rights or delegate their obligations under this contract without prior written consent of the Contracting Officer. 14. COMMERCIAL WARRANTY The Contractor agrees that the supplies/equipment or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies/equipment or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the NAFI by any other clause of this contract. The printed terms and conditions of such warranty will be provided to the NAFI with the delivery of any supplies/equipment or services covered. 15. DISCOUNTS FOR PROMPT PAYMENT In connection with any prompt payment discount offered, time will be computed from the date of the Contractor's invoice. Payment is deemed to have been made as of the date on the payment check or date on which electronic funds transfer is made. 16. DISPUTES a. Except as otherwise provided in this contract, any dispute or claim concerning this contract which is not disposed of by agreement shall be decided by the Contracting Officer, who shall state his/her decision in writing and mail or otherwise furnish a copy of it to the Contractor. Within 90 days from date of receipt of such copy, the Contractor may appeal by mailing or otherwise furnishing to the Contracting Officer a written appeal addressed to the immediate superior in command (ISIC) of the command one level above the Contracting Officer's command. The decision of this authority shall be final and conclusive. If no such appeal is filed, the decision of the Contracting Officer shall be final and conclusive. The Contractor shall be afforded an opportunity to be heard and to offer evidence in support of any appeal under this clause. Pending final decision on such a dispute, the Contractor shall proceed diligently with the performance of the contract and according to the decision of the Contracting Officer, unless directed to do otherwise by the Contracting Officer. b. A claim by the Contractor shall be made in writing and submitted to the Contracting Officer for a written decision. Contractors shall provide the certification specified below when submitting any claim. Any person duly authorized to bind the Contractor with respect to the claim may execute the certification. "I certify that the claim is made in good faith; that the supporting data is accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify on behalf of the Contractor." c. This "Disputes" clause does not preclude consideration of law questions in connection with decisions provided for in paragraph "an" above, provided, that nothing in this contract shall be construed as making final the decision of any administrative official, representative, or board on a question of law. 17. NONWAIVER OF DEFAULTS Any failure by the NAFI to enforce or require strict performance of any terms or conditions of this Concessionaire contract will not constitute a waiver, and will not affect or impair such terms and conditions in any way or affect the right of the NAFI at any time to avail itself of such remedies as it may have for breach or breaches of such terms and conditions. Lillie Alford Loggins ________________________ Print Name of Contracting Officer Print Name of Concessionaire ____________________________ ____________________________ Signature - Contracting Officer Signature - Concessionaire ____________________________ ____________________________ Date Date 850-882-034 ____________________________ Phone Number Address & Phone Number PERFORMANCE WORK STATEMENT BARBERSHOP CONCESSIONAIRE CONTRACT AT EGLIN BOWLING CENTER 1. DESCRIPTION OF WORK/GENERAL INFORMATION: 1.1. Description of Work: 1.1.1. The concessionaire shall have one (1) full time barber or cosmetologist on duty at all times and a part-time barber or cosmetologist to work on busy days when requested by the concessionaire unless a greater amount is agreed upon between the Resource Management Flight Chief and the concessionaire depending upon customer business. 1.1.2. Barbers/cosmetologists shall cut authorized customer's hair in accordance with the customer's desires and instructions relative to length and style. 1.1.3. The manager or designated representative shall be available during all hours of operation. 1.1.3.1. The concessionaire shall designate a representative in writing and obtain written approval of the contracting officer before the representative assumes duties. At no time shall the barbershop be without responsible management. 1.1.4. The concessionaire shall have a copy of the applicable Air Force regulation AFI 36-2903 pertaining to haircut standards available for the customer's reference. All changes to the regulations shall be updated by the Non Appropriated Funds Instrumentality (NAFI). 1.1.5. The concessionaire shall provide a variety of 4 or more magazines not more than 60 days old for customer reading. Reading material shall be in good taste, commensurate with the type of customers being served. 1.1.6. Hours of operation: The concessionaire shall be open for business Monday thru Friday 8:00 am to 5:00 pm with the exception of federal holidays. 1.1.6.1. Federal Holidays are as follows: New Years Day Martin Luther King's Day President's Day Memorial Day Independence Day Labor Day Columbus' Day Veteran's Day Thanksgiving Day Christmas Day 1.1.8. Customer eligibility: The concession shall be available for use by all military personnel and for everybody that has access to the base. 1.1.9. The concessionaire shall enumerate all services in the price schedule. 1.1.9.1. Price Schedule is as follows: Regular haircuts: $10.00 Style cuts: $13.00 Extra long hair: $13.00 Beard Trimming: $5.00 Extra services optional with the bowling center manager's approval. 1.2. BARBER QUALIFICATIONS AND TRAINING: 1.2.1. All barbers/cosmetologists employed by the concessionaire in the performance of contract shall be fully qualified to provide barber/cosmetologists services to all authorized customers without regard to ethnic origin. The concessionaire at his own expense is responsible for updating the training of the employees in the latest techniques of haircutting and hair styling on a periodic basis and/or upon request of the contracting officer. 1.2.2. Barbers/cosmetologists performing specialized services, such as hair styling, afro blowout, etc shall have completed formal training or be certified by the concessionaire that they are fully qualified to perform specialized services. 1.3. LICENSING: 1.3.1 All barbers/cosmetologists working in the concession at the Eglin Bowling Center shall have a current state barber/cosmetology license from one of the 50 states. 1.3.2 If the state provides for licensing of apprentices, licensed apprentices may be employed in the performance of this contract in numbers not to exceed the following: One- or two-person shop staff: no apprentice authorized Three-person shop staff: one apprentice authorized 1.3.3 Licenses shall be kept current and maintained on file by the Bowling Center manager. 1.4. SANITATION: The concessionaire shall ensure satisfactory sanitation inspection results. Barbershop employees and the facility are subject to regularly scheduled and unscheduled sanitation inspections. Inspections are normally performed by base level environmental health personnel. In addition the Bowling Center Manager or authorized representative may perform such inspections. 1.5. SERVICES, TOOLS AND PRODUCTS: 1.5.1. The concessionaire shall offer services on a first come, first served basis. However, appointments may be made for 1 chair only. 1.5.2. The contractor shall neither encourage nor discourage tipping. 1.5.3. Prohibited services: The following services shall not be provided at the barbershop: plastic surgery, ear piercing, and removal of superfluous hair by electrolysis, removal of warts or moles, weight-reducing treatments, eyelash dyeing or ultraviolet-ray treatments. 1.5.4. Prohibited tools/products: Eye cups, eye droppers, eye solutions, styptic pencils, common shaving brushes, neck dusters, sponges and powder puffs shall not be used. 1.5.5. Tools/products acceptable under certain conditions: 1.5.5.1. Styptic in sterile liquid or powder may be used if applied with a freshly laundered towel or sterile absorbent cotton. 1.5.5.2. Plastic hair brushes of the type that have plastic projections instead of bristles may be used provided they are disinfected in accordance with current departmental regulations. 1.5.6. The concessionaire shall provide, at each barber station, the tools necessary to perform in accordance with this Performance Work Statement. 1.5.7. Products for Resale. The concessionaire may provide hair care products for resale at the barbershop and no portion of the sale goes to the government. 1.5.8. Concessionaire shall furnish the following items: 1 ea vacuum cleaner, commercial grade w/hose service at all stations sanitizers, tools and supplies per para 1.5 Employee nameplates or nametags Employee smocks 1.5.9. The contractor shall provide the Bowling Center manager service receipts (AF 2555) on a weekly basis. Each service performed shall be signed by each customer. 1.6. GENERAL INFORMATION. 1.6.1. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY. IAW DoDI 3020.37 (Continuation of Essential DoD Contractor Services During Crisis) and aforementioned Air Force implementation, unless otherwise directed by an authorized government representative, it is determined that services as identified in this PWS are NOT essential for performance during a crisis. 2. SERVICE SUMMARY. Please see attached service summary. 3. 3. GOVERNMENT FURNISHED PROPERTY: 3. l. The following equipment will be furnished by the Government: 3 ea chairs, barber 6 ea chairs, waiting 1 ea couch 1 ea cash register, 1 ea cash register stand 4 ea cabinets with 4 sinks (barber), counter top, storage, and adequate wall mounted mirrors 2 ea end tables 1 ea telephone, incoming service only 1 ea television set inside the shop 1 rack, hat/coat 2 floor mats All utilities, electricity and water: 3.1.1. Telephone Service. Government supplied phones shall be used solely for official business and shall not be used to transact personal business by the Service Provider or his/her employees. Telephone instruments, telephone lines, data lines, and repair services for such instruments and lines are mandated for services outlined in this Performance Work Statement. The contractor shall not make any changes to the telephone service provided by the government under any circumstances. 3.1.4. Fire Prevention and Protection. The Government shall provide fire prevention protection, inspection, and maintenance of Government furnished fire extinguishers and systems. Fire Department telephone extension is 911 for emergencies. 3.1.5. Emergency Medical Service. In the event of an emergency, 911 should be contacted. If transport is necessary, the Service Provider employee shall reimburse the respective agency for any expenses for services incurred. 3.1.6. Security Forces. The Government shall provide general security service. Security Forces phone extensions are 911 for emergencies, and 882-2502 for routine calls. 4. 4. APPENDICES: 4.4.1 List of all applicable regulations: AFI 34-272 (323) Air Force Program AFMAN 34-228 (6.5) Air Force Program Procedures AFI 48-117 (7) Public Facility Sanitation 4.4.2 Room Diagram: Please see attachment A-1 Room Diagram A-2 Service Summary A-3 Work Load History Copies of the above items are available upon request.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09bd0ce54e7f950e4192802c881770dd&tab=core&_cview=1)
 
Place of Performance
Address: Eglin Bowling Center, Blg. 51, 401 North,6th St., Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01777723-W 20090327/090325220535-09bd0ce54e7f950e4192802c881770dd (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.