Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

68 -- OPTION - N6831616RC027GR 16TG070 RSG R9 GASES AND BOTTLE RENTAL W OPT

Notice Date
2/26/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018916TG070
 
Response Due
3/14/2016
 
Archive Date
9/10/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0018916TG070 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-03-14 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Groton, CT 06340 The FLC Norfolk - Groton requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/01/2016 - 03/31/2017 LI 001: BULK LIQUID NITROGEN Bulk Liquid Nitrogen for RSG NSSF R-9 Division Estimated Monthly Usage 455 Gallons Estimated Monthly Quantity 42,366 SCF Estimated Annual Usage Liquid Nitrogen 5,284 Gallons for 12 Month Period Estimated Annual Usage 492,000 SCF Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Base Year, Period of Performance 1 April 2016-31 March 2017 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 002: COMPRESSED NITROGEN BOTTLES XHP 3600 LBS Compressed Bottle Nitrogen Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Base Year, Period of Performance 1 April 2016 - 31 March 2017 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 003: N2 C.N. BOTTLE RENTAL FFP Compressed Bottle Rental of NitrogenN2 Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual tank-cylinders delivered to the customer and that are on-hand at the Government Facility. Payment is authorized after each delivery in arrears. Base Year, Period of Performance 1 April 2016 - 31 March 2017 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 004: INSTALLATION AND CHANGE OVER SYSTEM FFP Installation Labor, Materials for Change Over System of Bulk Liquid Nitrogen, Compressed Bottle Nitrogen required to Install CLINs 1001 and 1002 of Base Year Only for RSG NSSF R-9 Division Base Year, Period of Performance 1 April 2016 - 31 March 2017 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 1, Job; Option 1 Period of Performance: 04/01/2017 - 03/31/2018 LI 001: BULK LIQUID NITROGEN Bulk Liquid Nitrogen Grade NF RSG NSSF R-9 Division Estimated Monthly Usage 455 Gallons Estimated Monthly Quantity 42,366 SCF Estimated Annual Usage Liquid Nitrogen 5,284 Gallons for 12 Month Period Estimated Annual Usage 492,000 SCF Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Option 1, Period of Performance 1 April 2017-31 March 2018 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 002: COMPRESSED NITROGEN BOTTLES XHP 3600 LBS Compressed Bottle Nitrogen Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Option 1, Period of Performance 1 April 2017 - 31 March 2018 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 003: N2 C.N. BOTTLE RENTAL Compressed Bottle Rental of NitrogenN2 Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual tank-cylinders delivered to the customer and that are on-hand at the Government Facility. Payment is authorized after each delivery in arrears. Option 1, Period of Performance 1 April 2017 - 31 March 2018 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; Option 2 Period of Performance: 04/01/2018 - 03/31/2019 LI 001: BULK LIQUID NITROGEN Bulk Liquid Nitrogen Grade NF for RSG NSSF R-9 Division Estimated Monthly Usage 455 Gallons Estimated Monthly Quantity 42,366 SCF Estimated Annual Usage Liquid Nitrogen 5,284 Gallons for 12 Month Period Estimated Annual Usage 492,000 SCF Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Option 2, Period of Performance 1 April 2018 - 31 March 2019 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 002: COMPRESSED NITROGEN BOTTLES XHP 3600 LBS Compressed Bottle Nitrogen Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual gas delivered to the customer. Undelivered gas will be deobligated at the end of each performance period. Payment is authorized after each delivery in arrears. Option 2, Period of Performance 1 April 2018 - 31 March 2019 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; LI 003: N2 C.N. BOTTLE RENTAL Compressed Bottle Rental of NitrogenN2 Standard XHP 3600 lbs. Size 200 for RSG NSSF R-9 Division Estimated Monthly Usage 15 Bottles per month Estimated Annual Usage 180 Bottles per year Vendors shall invoice in accordance with actual tank-cylinders delivered to the customer and that are on-hand at the Government Facility. Payment is authorized after each delivery in arrears. Option 2, Period of Performance 1 April 2018 - 31 March 2019 See Incorporated Statement of Work Specifications for Details. ((((SELLERS MUST PROVIDE MANDATORY SITE VISIT REGISTRATION DUE NLT 01 MARCH 2016.))) Sellers must complete SF1449 and bid in accordance with Instructions to Quoters to include all mandatory technical review criteria and mandatory attachments., 12, Months; 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 325120 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) One site visit will be held prior to the receipt of quotes so that all perspective vendors may view and inspect the existing Nitrogen tank and Compressed Nitrogen Bottle System at RSG NSSF R-9 AC & R Shop Naval Submarine Base, Lower Base, Building 89, Groton, CT 06349. Due to Rapid Gate and Base Security requirements, failure to make reservations for base entry by Tuesday, 1 March 2016 may prohibit a vendor/contractor from attending the site survey. Contractors are limited to (2) representatives for the site survey. Date of Site Visit: Thursday, 10 March 2016 Time of Site Visit: 11:00 a.m. / 1100 In order to attend the site visit, all site visit attendees (vendors) shall enter Lower Base from the vendor Gate 2, Lower Base on Barbel Road off Shark Boulevard not later than 10:30 a.m. on Thursday, 10 March 2016 and proceed to Building 89. Due to base security requirements, failure to make a reservation may prohibit a vendor from attending the site visit. Vehicle passes will be waiting for all registered vendors are limited to two representatives for the site visit. Site Visit Location Regional Support Group RSG Naval Submarine Support Facility NSSF R-9 Air Conditioning and Repair AC & R Shop Naval Submarine Base Lower Base Squadron Headquarter Building 89 Groton, CT 06349 Pass & ID Office located at Naval Submarine Base New London, Crystal Lake Road, Groton, CT 06349. Note: Vendors must obtain the base access pass prior to the site visit. Late vendors will not be permitted to attend. Interested vendors must provide background security information via secure encrypted e-mail to Sharon Dexter and Christopher Stocker no later than 1:00 p.m. on Tuesday, 1 March 2016 by e-mail at sharon.dexter@navy.mil and christopher.stocker@navy.mil to register a site visit appointment. Vendors shall provide full names, social security numbers, place and date of birth, make/model/state/license for vehicle (if rental, indicate "Rental Car"), company name and phone number of individuals who will attend the site visit (10) days prior to the site visit so that background security checks are completed and base access to the Naval installation may be granted. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO VISIT ON OTHER THAN THE SCHEDULED DATE. (1) The vendor shall provide a statement that it shall meet all requirements and takes no exceptions to the specifications listed in the Request for Quote (RFQ). (2) Price Information: Vendors shall complete Contract Line Item Number (CLIN) 1001 through 3003. (3) Site Visit Registration Deadline Tuesday, 1 March 2016. Vendors shall register for the Site Visit on or before Tuesday, 1 March 2016 at 1:00 p.m., EST by contacting sharon.dexter@navy.mil and christopher.stocker@navy.mil. (4) Site Visit Security Background information due on or before Tuesday, 1 March 2016 at 1:00 p.m., EST. Vendors shall complete the attached Excel spreadsheet and send by a secure encrypted e-mail (not FedBid) to ensure compliance with safeguarding Personal Identity Information (PII) in accordance with the Privacy Act of 1974. The vendor shall send (PII) by a secure and encrypted e-mail to sharon.dexter@navy.mil and christopher.stocker@navy.mil Site Visit Date: Thursday, 10 March 2016 at 11:00 p.m., EST RFQ close Date: 14 March 2016 at 12:00 p.m.,EST (5) Vendors attending the site visit shall provide full names, social security numbers, place and date of birth, make/model/state/license for vehicle (if rental, indicate "Rental Car", Company name, and phone number of individuals who will attend the Site Visit (10) days prior to the site visit so that background security checks are complete and base access to the Naval installation may be granted. EVALUATION FOR AWARD (LOWEST COST, TECHNICALLY ACCEPTABLE) HAZARD WARNING LABELS (DEC 1991) (a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labeling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labeled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL (If None, Insert "None.")ACT _______________________________________________________________ _______________________________________________________________ (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract). (End of clause) EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR CERTAIN SERVICES--CERTIFICATION (MAY 2014) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Signature: ___________________________ Name: ______________________________ Title: ______________________________ Date: ______________________________ PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS?REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Signature: ___________________________ Name: ______________________________ Title: ______________________________ Date: ______________________________ WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) System for Award Management JUL 2013 System for Award Management Maintenance JUL 2013 Evaluation Of Options JUL 1990 Hazardous Material Identification And Material Safety Data JAN 1997 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 System for Award Management Alternate A FEB 2014 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DEC 2015 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 Disclosure of Information to Litigation Support Contractors FEB 2014 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2012 Export-Controlled Items JUN 2013 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAY 2015) Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). 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 1 DAY. (End of clause) 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 1 Day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 Day 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) PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS. (OCT 2015) SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) SOLICIATION PROVISIONS INCORPORATED BY REFERENCE CLAUSES INCORPORATED BY REFERENCE Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916TG070/listing.html)
 
Place of Performance
Address: Groton, CT 06340
Zip Code: 06340
 
Record
SN04033305-W 20160228/160226235148-fc878a0d7b72d2c2ee5e5c63d2a65a77 (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.