Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

R -- Armored Car Service

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X0A44140A001ArmoredCarServices
 
Archive Date
8/9/2014
 
Point of Contact
Joshua Lee Norris, Phone: 334-953-2443
 
E-Mail Address
joshua.norris.6@us.af.mil
(joshua.norris.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, Alabama has a requirement to purchase Armored Car Services as described in this document. This is a streamlined combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This requirement is being listed as a total small business set-aside. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) for F2X0A44140A001 - Armored Car Services. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-74 effective 01 Jul 14 and the DPN 20140624 effective 24 Jun 14. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 561613, size standard $19.0 Million The Defense Priorities and Allocations System rating is S10. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. II. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase Armored Car Services. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 25 July 2014, 2:00 P.M. CST. III. SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide the service listed below, which is to be performed on Maxwell AFB and downtown Montgomery, Alabama. The Government estimates are for pick up/drop off service two days per week for the period of 12 months. CLIN 0001: ARMORED CAR SERVICE FROM BLDG 804/FM TO REGIONS BANK, 201 MONROE STREET, MONTGOMERY, ALABAMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ Base Period PoP: 01 September 2014 - 31 August 2015 CLIN 1001: ARMORED CAR SERVICE FROM BLDG 804/FM TO REGIONS BANK, 201 MONROE STREET, MONTGOMERY, ALABAMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ Option Year 1 PoP: 01 September 2015 - 31 August 2016 CLIN 2001: ARMORED CAR SERVICE FROM BLDG 804/FM TO REGIONS BANK, 201 MONROE STREET, MONTGOMERY, ALABAMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ Option Year 2 PoP: 01 September 2016 - 31 August 2017 CLIN 3001: ARMORED CAR SERVICE FROM BLDG 804/FM TO REGIONS BANK, 201 MONROE STREET, MONTGOMERY, ALABAMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ Option Year 3 PoP: 01 September 2017 - 31 August 2018 CLIN 4001: ARMORED CAR SERVICE FROM BLDG 804/FM TO REGIONS BANK, 201 MONROE STREET, MONTGOMERY, ALABAMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW). Qty: 12 Unit: Months Unit Price: $____________ Total Cost: $____________ Option Year 4 PoP: 01 September 2018 - 31 August 2019 *All work is to be performed in accordance with (IAW) the attached Statement of Work (SOW). IV. COST OF SERVICES Contractor will complete the Unit Price and Total Cost in Section III above (Schedule Of Supplies/Services). IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. V. REPRESENTATIONS AND CERTIFICAITONS AND SAM REGISTRATION If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certifications will render a proposal as non-responsive and it will not be considered. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. VI. BASIS FOR AWARD This is a total small business set-aside acquisition utilizing simplified procedures authorized by FAR 13. An offeror will be determined technically acceptable if no exception is taken to the requirements of this RFQ. Award will be based on price and technical acceptability. Each offeror's proposed price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals. To be considered for award an offeror must be listed as a small business concern under the SBA-Dynamic Small Business Search and the contracting officer's should be able to determine that a reasonable price has been offered. Award will be made to the lowest price technically acceptable. VII. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions are included: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors- Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options 252.204-7004 Alt A, System for Award Management 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are included: 52.203-3, Gratuities 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders- Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside on Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim. 52.222-43, Fair Labor Standards Act and Service Contract Act 52.222-17, Non-Displacement of Qualified Workers 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.232-7003, Electronic Submission of Payment Requests 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment By Full Text: Clause 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because 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 15 Days. Clause 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 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 66 months. (End of Clause) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 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/ AFFARS Clauses: 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001, Health and Safety on Government Installations (Nov 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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) 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) (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 Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] 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, Integrated Defense, 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) 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (Nov 2012) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Special Instruction 45 Required Insurance (June 2001) Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy. c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. Special Instruction 114 Required Posters Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/ main.htm (End of Clause) Special Instruction 119 WAWF-Electronic Submission Of Invoice Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: Select Type Of Invoice: Contract Specialist/Administrator select only one (1) of the following: X Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. Additional E-Mail Notifications: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following e-mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: nikki.klinger@us.af.mil Contract Specialist: joshua.norris.6@us.af.mil Contracting Officer: kevin.albertson.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) Points of Contact: Joshua L. Norris, SrA, USAF Contracting Administrator Phone (334) 953-2443, Fax (334) 953-3527 joshua.norris.6@us.af.mil Kevin Albertson Contracting Officer Phone (334) 953-6569, Fax (334) 953-3527 kevin.albertson.1@us.af.mil VIII. STATEMENT OF WORK (Armored Car Service): SOW for Financial Management at Maxwell AFB, Alabama 1.1 DESCRIPTION OF SERVICE. The Contractor shall provide Armored Car service for the Maxwell AFB Financial Service Office, hereafter referred to a Financial Management (FM). Contractor services shall include pick up of funds and drop off of funds (money bags and envelops will be provided by (FM) at no cost to the Contractor). There is no limit to the number of bags per pick up and a receipt of pick up/drop off will be required. 1.2 PERSONNEL. 1.2.1 POINT OF CONTACT. The Contractor shall provide a point of contact that shall be responsible for the performance of the work. The name of this person, and an alternate(s) who shall act for the Contractor when the person is absent, shall be designated in writing to the Contracting Officer. The person or alternate shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. 1.2.2 HOURS OF OPERATION. Scheduled pick up is during normal hours of operation, which are Monday through Friday, 7:00 AM - 4:30 PM. Scheduled pick up days are Tuesday and Thursday. The contractor personnel should follow announcements for scheduled pick up as it relates to inclement weather or base closures. 1.2.3 HOLIDAYS. The Contractor is not required to provide routine services on Federal holidays (or the actual day set aside for observation): 1.2.3.1. The military may designate a weekday as a family or training day, if doing so would provide a three day or four-day holiday weekend (e.g., Thanksgiving weekend, Friday is usually a military training holiday). This may result in the closure of FM, negating the need for contractor services on such days. The contract personnel will pick up on the following business day. 1.2.3.2. Services may be required to support an activation or exercise of contingency plans outside the normal duty hours. Emergency situations (i.e., accident and rescue operations, civil disturbances, natural disasters, military contingency operations, and exercises) may necessitate the contractor provide increased or reduced support as determined by the contracting officer. Contractor shall respond to a crisis call or emergency within the timeframe requested. 1.2.4. ENGLISH LANGUAGE REQUIREMENT. Personnel shall read, understand, speak, and write English. 1.2.5 APPEARANCE. Contractor personnel shall be easily recognized as Contractor employees. SECTION 2 2.1. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONISIBLE. The Contractor shall not introduce services other than those required in this SOW without prior recommendation to, and approval of, the Contracting Officer (CO). 2.2. SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 2.2.1. OBTAINING AND RETRIEVING IDENTIFICATION MEDIA. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, and FAR 52.204-9, Personal Identity Verification of Contractor Personnel, the contractor must comply with the requirements set forth in this guidance. a. The contractor shall obtain base identification and vehicle passes 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. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. c. 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. d. Failure to comply with these requirements may result in withholding of final payment. 2.2.2. PASS AND IDENTIFICATION ITEMS. The service provider shall ensure the following pass and identification item required for service performance are obtained for employees: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards for Members of the Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instructions 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. Defense Biometric Identification Systems (DBIDS) card/pass (AF Form 75 may be used only if DBIDS is inoperable). 2.2.3 ENTRY PROCEDURES TO CONTROLLED/RESTRICTED AREAS. The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 2.2.4 TRAFFIC LAWS. The Contractor and their employees shall comply with base traffic regulations. 2.2.5 CELLULAR PHONE OPERATION POLICY: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X0A44140A001ArmoredCarServices/listing.html)
 
Place of Performance
Address: 42 CPTS/FMF, 50 Lemay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03437179-W 20140726/140724235758-689bea105c02c38121c71361f0cb8c46 (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.