Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

70 -- Color Copier Maintenance

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
OPNS-0007
 
Archive Date
9/21/2011
 
Point of Contact
Natasha Wells, Phone: 2022832710, Lynda Betancourt, Phone: 202-283-1411
 
E-Mail Address
natasha.wells@irs.gov, Lynda.Betancourt@irs.gov
(natasha.wells@irs.gov, Lynda.Betancourt@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
•a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •b. Solicitation is hereby issued as a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. •c. Set-Aside and NAICS Code: This acquisition is 100% small business and NAICS code 811212. •d. Description of Requirement and items: The Department of the Treasury intends to issue a Firm Fixed Price contract for maintenance on various copiers as specified in the Attachment 2 and the Performance Work Statement (PWS) entitled, "Performance Work Statement for The Treasury Color Copier Program" dated 21 July 2011 (Attachment 1). In addition to the required information required under FAR 52.212-1, offerors shall also provide the following information in their proposal: •· Company Name and Address •· Company POC & Title, Telephone No., and Email Address •· Completed Representations and Certifications or ORCA printed document in accordance with FAR 52.212-3 •· Discount Payment Terms if other than Net 30 •· Pricing for each Contract Line Item •· Delivery Schedule •· Audited Financial Statements for the last 3 years. If Financial Statements have not been audited, then Certified Tax Returns are required. •· Line of Credit information (Bank Name, Address and Telephone No.) •· Non-Disclosure Statement (Attachment 3) •· Past Performance Questionnaire (Attachment 4) The following Contract Line Items are associated with this requirement: CLIN 0001: Base Period of Performance: (1 October 2011 - 30 September 2012). The contractor shall provide all labor, equipment, and resources to perform all services associated with attached Performance Work Statement (See Attachments 1-2). Government contemplates an award of a Firm-Fixed Price Task Order. Monthly* Total Rate Months Price 0001AA: Copier Maintenance for Xerox models $ _______ 12 $_______ (9 each) (See Attachment 2 for specific model and serial numbers) 0001AB: Copier Maintenance for Canon model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial number) 0001AC: Copier Maintenance for Konica model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial numbers) 0001AD: Total Charge for Pool $________ 0001AE: Pool Overrun Charge $________ Total Task Order Value (12 month performance period) $___________ CLIN 0002: Option Year 1: (1 October 2012 - 30 September 2013). The contractor shall provide all labor, equipment, and resources to perform all services associated with attached Performance Work Statement (See Attachments 1-3). Government contemplates an award of a Firm-Fixed Price Task Order. Monthly Total Rate Months Price 0002AA: Copier Maintenance for Xerox models $ _______ 12 $_______ (9 each) (See Attachment 2 for specific model and serial numbers) 0002AB: Copier Maintenance for Canon model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial number) 0002AC: Copier Maintenance for Konica model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial numbers) 0002AD: Total Charge for Pool $________ 0002AE: Pool Overrun Charge $________ Total Task Order Value (12 month performance period) $___________ CLIN 0003: Option Year 2: (1 October 2013 - 30 September 2014). The contractor shall provide all labor, equipment, and resources to perform all services associated with attached Performance Work Statement (See Attachments 1-3). Government contemplates an award of a Firm-Fixed Price Task Order. Monthly Total Rate Months Price 0003AA: Copier Maintenance for Xerox models $ _______ 12 $_______ (9 each) (See Attachment 2 for specific model and serial numbers) 0003AB: Copier Maintenance for Canon model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial number) 0003AC: Copier Maintenance for Konica model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial numbers) 0003AD: Total Charge for Pool $________ 0003AE: Pool Overrun Charge $________ Total Task Order Value (12 month performance period) $___________ CLIN 0004: Option Year 3: (1 October 2014 - 30 September 2015). The contractor shall provide all labor, equipment, and resources to perform all services associated with attached Performance Work Statement (See Attachments 1-3). Government contemplates an award of a Firm-Fixed Price Task Order. Monthly Total Rate Months Price 0004AA: Copier Maintenance for Xerox models $ _______ 12 $_______ (9 each) (See Attachment 2 for specific model and serial numbers) 0004AB: Copier Maintenance for Canon model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial number) 0004AC: Copier Maintenance for Konica model $ _______ 12 $_______ (1 each) (See Attachment 2 for specific model and serial numbers) 0004AD: Total Charge for Pool $________ 0004AE: Pool Overrun Charge $________ Total Task Order Value (12 month performance period) $___________ CLIN 0005: Option Period 4: (1 October 2015 - 30 April 2016). The contractor shall provide all labor, equipment, and resources to perform all services associated with attached Performance Work Statement (See Attachments 1-3). Government contemplates an award of a Firm-Fixed Price Task Order. Monthly Total Rate Months Price 0005AA: Copier Maintenance for Xerox models $ _______ 6 $_______ (9 each) (See Attachment 2 for specific model and serial numbers) 0005AB: Copier Maintenance for Canon model $ _______ 6 $_______ (1 each) (See Attachment 2 for specific model and serial number) 0005AC: Copier Maintenance for Konica model $ _______ 6 $_______ (1 each) (See Attachment 2 for specific model and serial numbers) 0005AD: Total Charge for Pool $________ 0005AE: Pool Overrun Charge $________ Total Task Order Value (6 month performance period) $___________ INSTRUCTIONS TO OFFERORS •1. Your response must be submitted in accordance with the following instructions establishing the acceptable minimum requirements for the format and content of proposals. Only those offerors that possess and submit responses in accordance with this synopsis/solicitation will be considered for award. All other responses shall be deemed non-responsive and rejected. •2. The Request for Proposals(RFP) responses must be prepared in three parts: Volume I -Technical/Management, Volume II - Past Performance, and Volume III - Cost/Price. Each of these parts shall receive a separate evaluation of the other. No Volume with the exception of Volume III - Cost/Price shall contain any cost related to this RFP; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the technical submission so that your understanding of the scope of work may be evaluated. It must disclose your technical approach in sufficient detail to provide a clear and concise presentation that includes the requirements of the technical proposal instructions. The offeror shall acknowledge and return any or all amendment(s). The acknowledged amendments will be returned as part of Volume III - Cost/Price All offerors shall submit a breakdown of their cost, failure to follow these instructions may render your response as non-responsive and subject to rejection. •3. Your response to this RFP must be signed by an official authorized to bind your company. An original and four (4) copies of each Volume shall be delivered to: Internal Revenue Service Attn: Natasha Wells 6009 Oxon Hill Road, 7 th floor Oxon Hill, MD 20745 Natasha.Wells@irs.gov Each Offeror must supply 1 copy of their entire proposal on CD Note: Hand-Carried/Courier - Delivered Offer All hand carried and courier delivered offers shall be taken to building at 6009 Oxon Hill Road Oxon Hill, MD 20745. The security guard will ask for identification and have you sign the visitor's log. Personnel should enter the building and make contact with security located inside the lobby. Please ensure you have a picture ID and ask for appropriate contracting officer/specialist. Failure to properly address the outer wrapping correctly may cause an offer to be misdirected. The outer wrapping of each package/box of the offer shall cite the following information: Offeror's return address, Contracting Officer/Specialist's address: (see above) Contracting Officer/Specialist's name and telephone number: Natasha Wells 202-283-2710 RFP Number: OPNS-0007, and Date and time the RFP is due: SEPTEMBER 6, 2011 by 4:00pm Eastern Standard Time (EST) Offerors should contact the contracting officer/specialist to make advance arrangements prior to delivering their response to this RFP. 4. Your response to this RFP shall become part of the official contract file. The Government will evaluate responses in accordance with the evaluation criteria set forth in this RFP. 5. This RFP does not commit the Government to pay any cost for preparation and submission of your proposal. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. 6. Any resultant contract shall include all applicable clauses to the type of contract awarded. Any additional clauses required by public law, executive order, or acquisition regulations, in effect at the time of execution of the proposed contract, will be included. 7. All questions/inquiries concerning the RFP document must be submitted by e-mail before 2:00 p.m. Eastern Standard Time (EST) on Friday, August 12, 2011 to Natasha.Wells@irs.gov. Do not mail any questions/inquires. Questions or inquiries received by normal mail, telephone, or fax will not be accepted. The Government's response to the inquiries will be made in writing and posted as an amendment to this RFP. In addition, any resulting additions, deletions, or changes to the RFP will be made by issuance of a formal amendment. Offerors are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. Quotes are due no later than 4:00 p.m. Eastern Standard Time (EST) on TUESDAY, SEPTEMBER 6, 2011. The Government does not intend to extend the due date for proposals. 8. Proposal Format and Content. i. Paper, Page Size and Format. Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Use at least 1 inch margins on the top, bottom and side margins. ii. Text Spacing and Type. Except for the reproduced sections of the solicitation document, the text size shall be no less than 12 point. Pages shall be numbered sequentially by section. iii. Illustrations and Tables. Tables, charts, graphs, diagrams and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 8.5 x 11 inches. Foldout pages shall not be used. For tables, charts, graphs and figures, the text shall be no smaller than 16 pitch. Elaborate formats, bindings or color presentations are not required. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are not required and neither are they desired. iv. Number of Copies/Page Limits. The offeror shall prepare the quote as set forth in the Proposal Organization Table below. The "original" proposal shall be clearly marked. The titles and contents of the sections shall be as defined in the table, all of which shall be within the required page limits and with the number of copies specified. When both sides of a sheet display printed material, it shall be counted as 2 pages. Pages exceeding this page limitation set forth will not be read or evaluated and will be removed from the proposal. Volume Title Original plus # of Copies Maximum Page Limit ** Cover Letter 0 copies 2 I Technical/Management 4 20 (Excluding Resumes) II Relevant Past and Present Performance 4 10 (Excluding Questionnaires) III Cost/Price 4 10 Note: Cover pages will not count against the page limitation. Offerors must include 1 copy of their entire proposal on CD. **- Must include the phone and e-mail address of the POC 9. VOLUME I -TECHNICAL/MANAGEMENT SUBMISSION INSTRUCTIONS i. The Offeror's proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government. ii. Offerors shall submit proposals and data comprehensive enough to provide the basis for a sound evaluation. The information should be precise, factual and responsive. iii. The technical submission must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of the requirements contained in the PWS. Management and or subcontractor efforts must be contained, if applicable with your proposal. Offerors shall provide an organizational chart, which displays internal and external organization relationships and demonstrates who has responsibility for administrative oversight over each contract activity. iv. The technical submission shall reflect a clear understanding of the work to be accomplished. Proposals should clearly demonstrate the Offeror's competence, technical understanding and approach in order to accomplish the requirements set forth in the PWS. 10. VOLUME II - PAST PERFORMANCE INSTRUCTIONS i. Provide any information currently available (letters, metrics, customers' survey, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type discipline in the past three periods. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, etc. ii. Offeror shall provide the past performance questionnnaire at Attachment 5 to their references for them to complete and return directly to the contracting office at, Internal Revenue Service 6009 Oxon Hill Road Oxon Hill, MD 20745 Attn: Natasha Wells Natasha.Wells@irs.gov The Government will evaluate the quality and extent of offeror's experience deemed relevant to the requirements of this RFQ. The Government will use information submitted by the offeror and other sources such as the Federal Government offices and commercial sources, to assess experience. Provide a list of at least three (3), but no more than five (5), of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years of this solicitation closing date that demonstrate your ability to perform the proposed effort. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will be given a rating. Offerors with no relevant past or present performance history shall receive the rating "neutral", meaning the rating is rated neither favorable nor unfavorably. iii. The Government will evaluate each offeror on its performance under existing and prior contracts for similar services. The Government will use performance information for both responsibility determinations and as an evaluation factor in determining the acceptability of an offeror. The Government may contact references, other than those identified by the offeror, and use the information received to evaluate the offeror's past performance. 11. VOLUME III - COST/PRICE i. The offeror shall provide to the Government their proposed price for completing the work described in the Performance Work Statement. The Government shall evaluate offers for award purposes based on the proposed price. The Government reserves the right to seek further price reductions. Price alone will not be the determining factor. Proposed prices will not be point scored in the evaluation process. Offerors must identify the labor category, fixed- price rate associated, and provide the extended cost. Offerors must show cost for the Base and each option year. Offerors must provide a total contract price. All cost/price responses must include an itemized breakdown of cost. ii. Insert proposed unit and extended prices for each Contract Line Item Number (CLIN). The offeror shall include a fully completed price schedule in this section of their RFP. Any offer, which fails to cite a price for each item, or fails to make an entry, may be subject to rejection. The government contemplates the award of a fixed priced contract. iii. All issued amendments shall be acknowledged and returned as part of this volume. EVALUATION CRITERIA CRITERIA FOR CONTRACT AWARD : (a) Basis for Award. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered. The Offeror should show that the objectives stated in the solicitation are understood and offer a logical approach to their achievement. The evaluation shall be conducted in accordance with the evaluation criteria stated below. (b) The Government intends to evaluate proposals and award a contract without discussions with offerors (except for clarifications). However, the government reserves the right to conduct discussions if deemed necessary by the Contracting Officer. Therefore, each initial offer should contain the Offeror's best terms from a technical and cost standpoint. (c) The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. (d) Relative weight. Non-price factors (Technical/Management Approach, and Past Performance), when combined, are more important than cost/price. Technical/Management Approach is more important than Past Performance. Technical/Management Approach and Past Performance are more important than price. (e) Evaluation Factors. In selecting the best overall value, the following factors will be evaluated: Technical/Management Approach, Past Performance, and Cost/Price. The Offeror's response will be evaluated utilizing the factors below. Offerors should consider these factors when preparing proposals. The rating for each evaluation factor will be based on the Government's determination of the degree to which the RFP satisfies the requirements of each factor. The highest possible rating is Exceptional, with the lowest possible rating being Unacceptable. 1) Factor 1 - Technical/Management Approach: a. Offerors shall provide their technical/management approach to completing the work described in the Performance Work Statement. Offerors shall demonstrate in their technical/management approach that they have a clear understanding of the requirement. The Government will evaluate the offerors technical/management approach for thoroughness, clarity and understanding of the requirement. b. Offerors shall provide a delivery schedule for the deliverables listed in Section 7.0 of the Performance Work Statement. The delivery schedule shall show critical milestones and shall show the minimum time required to complete the work described in the Performance Work Statement in the most efficient manner. The Government will evaluate the offeror's delivery schedule for precision in noting critical milestones and time proposed to complete the requirement. c. Offerors shall identify by name those individuals who are being proposed as key personnel. The offeror shall describe the proposed key personnel's specific qualifications and experience relative to this requirement. The offeror shall submit resumes of key personnel, which describe the key personnel's qualifications and experience. The Government will evaluate key personnel experience relative to the experience required to perform this requirement. 2) Factor 2 - Past Performance: The Past Performance factor will be used to determine the risk of non-performance, defective performance, and/or late performance by evaluating each offeror's reported quality of work and relevant experience with the type of services being solicited. In evaluating past performance, the Government may contact some or all of the references provided by the offeror and may contact other sources of information. The Government may evaluate the past performance of the offeror's proposed key subcontractors, predecessor companies, or key personnel who have relevant experience to the extent warranted. Only relevant experience will be considered for past performance purposes. An offeror with no record of relevant past performance will be given a "neutral" rating for past performance. To assess reported quality of work and relevant experience with the type of product and services being solicited, the offerors shall submit at least three (3) but, no more than (5)sources, and include a POC name, phone number, contract number (if appropriate) and brief description of position. 3) Factor 3 - Cost/Price. The Government will evaluate the offeror's total price for performing this task order, including all option periods by using the methodology described in Section IV. (f) A definition of the evaluation ratings is as follows: Evaluation Rating Standards Rating Standard Exceptional An exceptional proposal contains significant strengths and no weaknesses. The proposal exceeds the performance and technical capability requirements defined in the PWS. The proposal offers value-added methodologies for improving service that benefits the Government. The evaluator has no doubt that the offeror can successfully achieve the requirements in the PWS if the technical approach proposed is followed. The offeror acknowledges risks and develops an approach that proactively identifies and mitigates risks, and looks to reduce or eliminate future risks. Good A good proposal contains significant strengths, and only a few minor weaknesses. The offeror's proposal meets the performance and technical capability requirements as defined in the PWS. The evaluator has a high degree of confidence that the offeror can successfully achieve the requirements in the PWS if the technical approach proposed is followed. The offeror acknowledges technical or schedule risk and develops an approach capable of mitigating all apparent risks effectively. Acceptable An acceptable proposal contains strengths that outweigh any existing weaknesses. The offeror's proposal meets the performance and technical capability requirements defined in the PWS. The evaluator is confident that the offeror can successfully achieve the requirements in the PWS if the technical approach proposed is followed. Marginal The proposal meets the bare minimum performance and technical capability requirements defined in the PWS, and at the same time has significant weaknesses. The evaluator is not confident that the offeror can successfully complete the required tasking without significant Government oversight or participation. The proposal either fails to address risks or the proposed risk mitigation approach is not deemed to be sufficient to manage the risk. Unacceptable An unacceptable proposal that contains one or more significant weaknesses and deficiencies. Proposal fails to meet specified minimum performance and technical capability requirements defined in the PWS. The evaluator is confident that the offeror will be unable to successfully complete the required tasking. The proposal does not adequately acknowledge or address risk, mitigate risk, or may actually introduce risk. •e. Delivery and Acceptance: Delivery of all reports and services will be made to: US Department of the Treasury Printing & Graphics ATTN: Ricky Pringle 1500 Pennsylvania Avenue, NW Washington, DC 20220 •f. FOB Point: The FOB POINT is Destination •g. FAR Provisions and Clauses: The following FAR Provisions and Clauses are applicable to this notice: 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-6 - Restrictions on Subcontractor Sales to the Government Alt I (Oct 1995) 52.212-1 - Instructions to Offerors - Commercial Items (JUNE 2008) 52.212-3 - Offeror Representations and Certifications - Commercial Items (MAY 2011) 52.212-4 - Contract Terms and Conditions - Commercial Items (JUNE 2010) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (MAY 2011) •§ 52.222-3 - Convict Labor (June 2003) •§ 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) •§ 52.222-26 - Equal Opportunity (Mar 2007) •§ 52.232-33 - Payment by Electronic Funds Transfer -Central Contractor Registration (Oct 2003) 52.215-6 - PLACE OF PERFORMANCE (OCT 1997) 52.216-1 - TYPE OF CONTRACT (APR 1984) ~ Firm Fixed Price Contract 52.217-8 - OPTION TO EXTEND SERVICE (NOV 1999) 52.217-9 - OPTION TO EXTEND TERM OF CONTRACT (MAR 2000) 52.225-13 - Restrictions on certain foreign purchases (jun 2008) 52.227-14 - RIGHTS IN DATA - GENERAL (DEC 2007) 52.233-2 - Service of Protest (SEP 2006) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-3 - Continuity of Services (Jan 1991) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 1052.201-70 - CONTRACTING OFFICER'S TECHNCIAL REPRESENTATIVE (COTR) APPOINTMENT AND AUTHORITY (APR 2004) •h. Applicable Agency Provisions: •· INQUIRIES •· MATERIALLY UNBALANCED PROPOSALS •i. Applicable Agency Clauses: •· CHANGE IN PERSONNEL INVOICING AND PAYMENT INSTRUCTIONS •· NOTICE: GOVERNMENT CLOSURES •j. Questions / Inquiries: Questions/Inquiries concerning this Combined Synopsis/Solicitation are due via email to Natasha Wells at natasha.wells@irs.gov no later than 2:00 pm Eastern Standard Time (EST) on 12 August 2011. •k. Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be mailed to The Department of the Treasury, ATTN: Natasha Wells, 6009 Oxon Hill Road, 7 th Floor, Oxon Hill, MD 20745 to be received by the recipient by 2:00 pm (EST) on 26 August 2011. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection. m. Special Contract Requirements: m.1. ORDER OF PRECEDENCE The contractor shall comply with the terms and conditions of this contract m.2. IDENTIFICATION/BUILDING PASS The Contractor shall coordinate with the COTR to assure that any employee requiring access to any Treasury Complex has a contractor identification/building pass before the employee enters on duty under this contract. The COTR shall complete appropriate forms specified for security clearance requirements. The Contractor shall see that all passes are returned to the Government as employees are dismissed, terminated or when the need for the employee to have access to any of the Treasury Complex no longer exists m.3. STANDARDS OF CONDUCT AT GOVERNMENT INSTALLATION The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to its employees as may be necessary. The Contractor is also responsible for ensuring that its employees do not disturb papers on desks, open desk drawers or cabinets or use Government telephones except as authorized. If due to the fault or neglect of the Contractor, his agents, or employees, any Government property, equipment, stock or supplies are lost or damaged during performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. The Contractor is responsible for maintaining all assigned space(s) in a clean and orderly fashion during the course of this contract. Furniture as may be assigned to the space(s) shall remain in place and not removed from the areas. All telephones are for conducting official Government business only. The Contractor is responsible for exercising control over all supplies, materials, and equipment of a personal or company nature. m.4. CONTRACTOR COMMITMENTS AND REPRESENTATIONS Any written commitment by the Contractor within the scope of this contract shall be binding upon the Contractor. For the purposes of this contract, a written commitment includes the proposal submitted by the Contractor, and written amendments/modifications. m.5. CONTRACTOR DRESS AND DEPORTMENT Contractors personnel shall be fully and appropriately clothed at all times and shall conduct themselves in a manner appropriate to a public place. The Contracting Officer may require removal of any individual from the premises and project for unacceptable dress, demeanor, or disruptive conduct, if the Contractor superintendent fails to correct conditions in violation of this paragraph. m.6. CONTRACTOR PARKING Arrangements for Contractors parking is the sole responsibility of the Contractor. Parking may not be available at the Treasury project site. m.7. EATING, DRINKING, SMOKING AND ILLEGAL SUBSTANCE ABUSE (a) Eating and drinking in the Treasury buildings will be allowed only in designated areas. Offenders may be subject to removal from the premises and project if the Contractor's Superintendent fails to correct conditions which in the opinion of the CO, violates this clause. b) The consumption of alcoholic beverages by the Contractor's personnel is prohibited in the building or on Treasury's premises. c) Smoking or carrying lighted tobacco products is prohibited in the Treasury building. Acceptable areas for smoking are outside of the building and will be designated by the COTR. d) The possession, sale and/or use of narcotic or other illegal substance or firearms by Contractor employees is prohibited. Working on the project under the influence of alcohol or illegal substances is prohibited. m.8. SUPERVISION OF EMPLOYEE The Contractors employees shall remain under the Contractor's direct supervision at all times. Although the Government will coordinate directions within the scope of the contract, detailed instruction for the Contractor's employees and supervision shall remain the responsibility of the Contractor. The Contractor agrees that this is a non-personal services contract; that for all the purposes of the contract, the Contractor is not, nor shall he hold himself out to be an agent or partner of, or joint venture with, the Government; and that he shall neither supervise nor accept supervision from Government employees. m.9. SAFETY PRECAUTIONS The Contractor shall be responsible for all damages to persons or property that occurs as a result of his fault or negligence. The Contractor shall take proper safety and health precautions to protect the work, the workers, the public and property of others. The Contractor shall also be responsible for all deliverables and services performed until completion and acceptance of the services. m.10. NOTICE OF DELAYS In the event the Contractor encounters difficulty in meeting performance requirements, or whenever difficulty is anticipated in complying with delivery schedules(s) or whenever the Contractor has knowledge that an actual or potential situation has delayed or threatens to delay the timely performance of any work, the Contractor shall immediately notify the COTR and the Contracting Officer in writing, giving pertinent details. Notice of delays shall be provided at least five (5) business days in advance of the due date or deadline. Any notice of delay that is not provided in accordance with this provision shall be documented in writing with the explanation for not meeting the advance notification requirement. m.11 PUBLIC RELEASE OF INFORMATION Public release of information in connection with this Task Order shall not be made by the Contractor unless prior written approval has been received from the Public Affairs Office through the Contracting Officer. m.12 CONTRACT ADMINISTRATION Except as described elsewhere in the contract, all contract administration will be effected by the Contracting Officer (CO) identified below. The CO has the overall responsibility for this contract. The CO alone is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, and requirements. No changes in or deviations from the scope of work, shall be effected without a Supplemental Agreement executed by the CO authorizing such changes. Written communications to the CO shall make reference to the contract or task order number and shall be mailed to the address listed below. The CO may delegate certain other responsibilities to his/her authorized representative or COTR. The following individual is the Contracting Officer for this contract: Ms. B. Lynda Betancourt Internal Revenue Service 6009 Oxon Hill Road Oxon Hill, MD 20745 m.13 INVOICING AND PAYMENT INSTRUCTIONS The contractor shall submit invoices as follows: (a) Invoices shall be submitted (preferably) electronically to TDP@bpd.treas.gov or sent via mail to the following address: ARC/ASD/TDP, Avery 3G P.O. Box 1328 Parkersburg, WV, 26106-1328 (b) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the task order or, in the case of an order against a task order, the CLIN and subCLIN structure of the order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (c) A copy of the invoice shall also be submitted to the Technical Point of Contact and CO simultaneously at the following address: Technical POC: To be determined at time of award Address: _____________________________ E-mail: _____________________________ CO: B. Lynda Betancourt Address: 6009 Oxon Hill Road Oxon Hill, MD 20745 E-mail: lynda.betancourt@irs.gov (d) Each invoice submitted shall be supported by appropriate documentation. Documentation necessary to substantiate an invoice shall include, but is not limited to project name and number, invoice number, percent complete, original contract amount, modification amounts, retainage amount and percent cumulative), cost of materials used this invoice, value of work in place, contractor name, and contract number/task order number. Such documentation shall meet the approval of the Contracting Officer. Note: Any invoice found to be incorrect or insufficient may be returned to the contractor for correction and/or resubmission. Any invoice returned will be accompanied by a memo identifying the discrepancies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/OPNS-0007/listing.html)
 
Place of Performance
Address: 1500 Pennsylvania Avenue, NW, Washington, District of Columbia, 20220, United States
Zip Code: 20220
 
Record
SN02556441-W 20110901/110831000942-1ccbdee50944e4bc0f5e86f6354a78fb (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.