Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
MODIFICATION

63 -- Sky Cop LPR Reader Unit

Notice Date
9/27/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
PO Box 140, Fort Leonard Wood, MO 65473
 
ZIP Code
65473
 
Solicitation Number
W911S7-10-T-0289
 
Response Due
9/25/2010
 
Archive Date
3/24/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911S7-10-T-0289 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $14.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-25 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Leonard Wood, MO 65473 The USA ACC MICC Fort Leonard Wood requires the following items, Brand Name or Equal, to the following: LI 001, SOUTH AND EAST GATE ACP EQUIPMENTFFPSkyCop/ Genetec LPR Reader Unit.FOB: Destination, 4, EA; LI 002, SOUTH AND EAST GATE ACP EQUIPMENTFFPMounting brackets and hardware fr the LPR units.FOB: Destination, 2, LOT; LI 003, SOUTH AND EAST GATE ACP EQUIPMENTFFPAuto-view, License SoftwareFOB: Destination, 2, EA; LI 004, SOUTH AND EAST GATE ACP EQUIPMENTFFP10/ 100 DIN mount switch.FOB: Destination, 2, EA; LI 005, SOUTH AND EAST GATE ACP EQUIPMENTFFPFiber media conv., PS, and Patch CordsFOB: Destination, 4, EA; LI 006, SOUTH AND EAST GATE ACP EQUIPMENTFFPMisc. conduit, hardware, cableFOB: Destination, 2, Lot; LI 007, SOUTH AND EAST GATE ACP EQUIPMENTFFPTravel, lodging, expensesFOB: Destination, 2, Lot; LI 008, SOUTH AND EAST GATE ACP EQUIPMENTFFPfreight and deliveryFOB: Destination, 2, Lot; LI 009, SOUTH AND EAST GATE ACP EQUIPMENTFFPInstallation, tools, Start-up, ProgrammingFOB: Destination, 2, Lot; LI 010, MP DESK EQUIPMENTFFPClient workstation PCFOB: Destination, 2, EA; LI 011, MP DESK EQUIPMENTFFP32 inch LCD monitorFOB: Destination, 2, EA; LI 012, MP DESK EQUIPMENTFFPMonitor MountFOB: Destination, 2, EA; LI 013, MP DESK EQUIPMENTFFPMisc. conduit, hardware, cableFOB: Destination, 2, Lot; LI 014, MP DESK EQUIPMENTFFPFreight and DeliveryFOB: Destination, 2, Lot; LI 015, MP DESK EQUIPMENTFFPInstallation, tools, Start-up, Programming.FOB: Destination, 2, Lot; LI 016, NORTH GATE ACP EQUIPMENTFFPSkyCop/Genetec License Plate ReaderFOB: Destination, 5, EA; LI 017, NORTH GATE ACP EQUIPMENTFFPMOUNTING BRACKETS AND HARDWAREFOB: Destination, 1, Lot; LI 018, NORTH GATE ACP EQUIPMENTFFPAuto-view, License SoftwareFOB: Destination, 1, EA; LI 019, NORTH GATE ACP EQUIPMENTFFP10 / 100 DIN Mount SwitchFOB: Destination, 1, EA; LI 020, NORTH GATE ACP EQUIPMENTFFPFiber media conv., PS and Patch CordsFOB: Destination, 10, EA; LI 021, NORTH GATE ACP EQUIPMENTFFPMisc. Conduit, hardware, cableFOB: Destination, 1, Lot; LI 022, NORTH GATE ACP EQUIPMENTFFPtravel, lodging, expensesFOB: Destination, 1, Lot; LI 023, NORTH GATE ACP EQUIPMENTFFPfreight and deliveryFOB: Destination, 1, Lot; LI 024, NORTH GATE ACP EQUIPMENTFFPInstallation, start up, tools, ProgrammingFOB: Destination, 1, Lot; LI 025, AIRFIELD MONITORING ENHANCEMENTSFFPDay / Night CCTV CameraFOB: Destination, 2, EA; LI 026, AIRFIELD MONITORING ENHANCEMENTSFFP25mm-75mm verifocal / auto-iris LensFOB: Destination, 2, EA; LI 027, AIRFIELD MONITORING ENHANCEMENTSFFPSkyCop video encoder moduleFOB: Destination, 1, EA; LI 028, AIRFIELD MONITORING ENHANCEMENTSFFPEnvironmental CCTV Camera EnclosureFOB: Destination, 2, EA; LI 029, AIRFIELD MONITORING ENHANCEMENTSFFPPower supplies, fuses, terminal blocksFOB: Destination, 1, EA; LI 030, AIRFIELD MONITORING ENHANCEMENTSFFPMounting Hardware and AdaptorsFOB: Destination, 1, Lot; LI 031, AIRFIELD MONITORING ENHANCEMENTSFFPFreight and DeliveryFOB: Destination, 1, Lot; LI 032, AIRFIELD MONITORING ENHANCEMENTSFFPTravel / Lodging / Misc.FOB: Destination, 1, Lot; LI 033, AIRFIELD MONITORING ENHANCEMENTSFFPInstallation, Programming, TestingFOB: Destination, 1, Lot; LI 034, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-PT-GLPRC-08 SKYCOP PAN / TILT / UNIT WITH CONTROLLER, 1, EA; LI 035, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-MDT-X700 / X700-CKIT 7 INCH IN-DASH TOUCH SCREEN WITH RADIO OPTION AND MOUNTING KITFOB: Destination, 1, EA; LI 036, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-ITXCOM-SDVR SKYCOP CONTROL PC / DIGITAL RECORDER, 1TB HARD DRIVE, FOUR CHANNEL H.264 VIDEO INPUT CARD, GSM CELLULAR INTERFACEFOB: Destination, 1, EA; LI 037, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-MSTT-08-C / SC-RTADJC TRUNK PAN ASSEMBLY AND REMOVABLE ADJUSTABLE ROOF MOUNT KITFOB: Destination, 1, EA; LI 038, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-FLIRTI-CAM FLIAR THERMAL CAMERA WITH HOUSINGFOB: Destination, 1, EA; LI 039, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-BCHR-CAM SKYCOP HIGH RESOLUTION COLOR CAMERA AND HOUSING ASSEMBLYFOB: Destination, 1, EA; LI 040, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-4CE SKYCOP H.264 FOUR CHANNEL VIDEO ENCODE FOR REMOTE TRANSMISSION AND MESH INTEGRATIONFOB: Destination, 1, EA; LI 041, EM50-SkyCop Vehicle UnitFFPEM50-SkyCop Vehicle Unit: SC-INSTALL-OS ON-SITE INSTALLATION AND SETUPFOB: Destination, 1, EA; LI 042, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: SOLAR REPEATER BASE WITH LEVELING SYSTEMFOB: Destination, 1, EA; LI 043, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: RADIO / SOLAR CONTROLLER ENCLOSUREFOB: Destination, 1, EA; LI 044, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: DUAL SOLAR POWER PLANT (TYPE 4)FOB: Destination, 1, EA; LI 045, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: 35 FT ADJUSTABLE TOWER WITH LIGHTENING KITFOB: Destination, 1, EA; LI 046, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: AIR FORTRESS RADIOFOB: Destination, 1, EA; LI 047, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPPOLLA ROAD WIRELESS TIE-IN TO FORTRESS MESH: DIRECTIONAL ANTENNAS / CABLEFOB: Destination, 2, EA; LI 048, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPSITE PREPARATION / EXCAVATIONFOB: Destination, 1, Lot; LI 049, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPSHIPPING / LIFTS / TOOLSFOB: Destination, 1, lot; LI 050, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPTRAVEL / LODGING / EXPENSESFOB: Destination, 1, Lot; LI 051, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPINSTALLATIONFOB: Destination, 1, Lot; LI 052, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPTEST AND CHECKOUTFOB: Destination, 1, Lot; LI 053, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPAIR FORTRESS RADIOFOB: Destination, 1, EA; LI 054, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPDIRECTIONAL ANTENNAS AND CABLEFOB: Destination, 2, EA; LI 055, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPFIBER MODULESFOB: Destination, 2, EA; LI 056, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPENVIRONMENTAL LOCKABLE ENCLOSUREFOB: Destination, 1, EA; LI 057, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPMISC CABLE, HARDWARE, PATCH CORDS, CONNFOB: Destination, 1, Lot; LI 058, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPSHIPPING, LIFTS, TOOLSFOB: Destination, 1, Lot; LI 059, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPTRAVEL, LODGING, EXPENSESFOB: Destination, 1, Lot; LI 060, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPINSTALLATIONFOB: Destination, 1, Lot; LI 061, POLLA ROAD WIRELESS TIE-IN TO FORTRESS MESHFFPTEST AND CHECKOUTFOB: Destination, 1, Lot; LI 062, BUILDING 3251 AREA ANTENNAS LOCATIONFFPAC/DC POWER CONVERSION SYSTEMFOB: Destination, 1, EA; LI 063, BUILDING 3251 AREA ANTENNAS LOCATIONFFPANTENNA ARRAY MOUNTING HARDWAREFOB: Destination, 1, EA; LI 064, BUILDING 3251 AREA ANTENNAS LOCATIONFFPGROUNDING / BONDING SYSTEMFOB: Destination, 1, EA; LI 065, BUILDING 3251 AREA ANTENNAS LOCATIONFFPHARDWARE, CABLE, CONDUITFOB: Destination, 1, Lot; LI 066, BUILDING 3251 AREA ANTENNAS LOCATIONFFPFORTRESS RADIO SYSTEMFOB: Destination, 1, EA; LI 067, BUILDING 3251 AREA ANTENNAS LOCATIONFFPSHIPPING, LIFTS, TOOLSFOB: Destination, 1, Lot; LI 068, BUILDING 3251 AREA ANTENNAS LOCATIONFFPTRAVEL, LODGING, EXPENSESFOB: Destination, 1, Lot; LI 069, BUILDING 3251 AREA ANTENNAS LOCATIONFFPINSTALLATIONFOB: Destination, 1, Lot; LI 070, BUILDING 3251 AREA ANTENNAS LOCATIONFFPTEST AND CHECK OUTFOB: Destination, 1, Lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Leonard Wood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Leonard Wood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following DFARS clauses apply to this solicitation: 252.204-7004252.211-7003252.232-7003 252.212-7001Blocks to check _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _X__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (5) _X_ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (23)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X_ Alternate III (MAY 2002) of 252.247-7023.. The following FAR clauses apply to this solicitation: 52.212-1By referenceINSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006) 52.212-4CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2007) 52.222-54 Employment Eligibility Verification 52.211-6 Brand Name or Equal52.252-2CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (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:Lowest price technically acceptable(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) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (End of provision) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.212-5 Blocks to check(8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (23) If over 10K(33) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (41) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (a) Definitions. As used in this clause: Executive means officers, managing partners, or any other employees in management positions. First-tier subcontract means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractors general and administrative expenses or indirect cost. Total compensation means the cash and noncash dollar value earned by the executive during the Contractors preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractors parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractors physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractors primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractors preceding completed fiscal year at http://www.ccr.gov, if (i) In the Contractors preceding fiscal year, the Contractor received (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractors preceding completed fiscal year at http://www.fsrs.gov, if (i) In the subcontractors preceding fiscal year, the subcontractor received (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fa1511e52b0541ce8e769d9ffe745ac)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473
Zip Code: 65473-0140
 
Record
SN02298503-W 20100929/100927235204-3fa1511e52b0541ce8e769d9ffe745ac (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.