Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SOLICITATION NOTICE

U -- SERVICE - TRAINING HUMAN DEVELOPMENT - SOLICITATION

Notice Date
5/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
RFP-SATTP-20101845-RD
 
Point of Contact
Rachel Dobbs, , Rachel Dobbs,
 
E-Mail Address
rachel.dobbs@psa.gov, rachel.dobbs@psa.gov
(rachel.dobbs@psa.gov, rachel.dobbs@psa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRICE SHEET This is a combined synopsis/solicitation for commercial services prepared in accordance with Subpart 12.6 as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFP-SATTP-20101845-RD issued as a Request for Proposal (RFP). The complete statement of work is available in this solicitation. This is 100% set aside for small business concerns. The District of Columbia Pretrial Services Agency (PSA) in Washington, D.C., requires the services of a Trainer for Human Development. This requirement is for non-personal services and is not a personnel appointment. The PSA intends to award a Firm Fixed Price contract. The contract period of performance will start for one month from date of award. The Government reserves the right to make multiple awards. The Contractor must provide services in accordance with the Statement of Work and the solicitation/contract. The North American Industry Classification System (NAICS) code is 611430 and the applicable size standard is $7.0M. Introduction The District of Columbia Pretrial Services Agency (PSA) is a federal executive branch investigation and supervision agency for adult defendants who are released into the community while awaiting disposition of their case(s) in both the D.C. Superior Court and U.S. District Court. Pretrial Services is an independent entity under the umbrella of the Court Services and Offender Supervision Agency (CSOSA). CSOSA is responsible for providing community supervision to offenders who have been released on probation or parole for local offenses. PSA works closely with CSOSA to provide quality community supervision of adult defendants and offenders to assure their appearance at court hearings when required and the safety of the community. The Pretrial Services Agency Training and Career Development the training is being offered as a part of PSA's Substance Abuse Treatment Training Program (SATTP). SATTP includes 12 substance abuse related training aimed at assisting Agency employees in acquiring the skills needed to work with substance dependant defendants. SATTP is also used to help employees earn substance abuse credit hours needed for certification exam and re-certification of currently certified or licensed substance abuse professionals who are PSA employees as well. The class will include up to 25 PSA employees, although the Agency reserves the right to include employees from other government agencies. This particular training will teach employees Human Development and how it is impacted by addition an recovery. 1. Personnel 1.1 The Contractor shall be qualified and experienced professional (s) who is/are certified Trainer) as specified herein. The Contractor must have excellent interpersonal and communication (verbal, non-verbal and written) skills, as well as possess a seasoned knowledge of the required class in Human Development. 1.2 The Contractor shall have no pending felony charges, nor prior criminal record of felony convictions and/or criminal justice supervision for the past ten (10) years. The Contractor must communicate any felony arrests or other related charges in criminal justice status to the Government within two (2) business days of any change in status. 1.3 Prior to, at award and throughout the life of the contract, the Contractor shall have no current, previous or pending professional suspension or revocation of certification; or other disciplinary action related to professional misconduct, malpractice, or ethical violations. 1.4 The Contractor shall remain knowledgeable of PSA and CSOSA contract requirements and have a copy of the Statement of Work readily available when its presentation is requested. 2. Description of Services 2.1 The Contractor shall provide hourly training services to Pretrial Service Officers (PSO) as described below. 2.2 The Contractor shall provide a maximum of Twenty four (24) hours for one month. These 24-hours must be spread out over the months of either June/July or August. The final dates and exact hours of the training will be determined after award of the contract. Any change of hours or days will be negotiated between the Government and the Contractor. 3. Training Objectives Goal- The goal is to provide participants with information about the stages of physical, emotional, and cognitive development in human beings. This class should focus on how the use of alcohol and other drugs impact all stages of human development, particularly objectives two through five. Applying these approaches when working with substance abusers and those with co-occurring mental health disorders must be emphasized. The course must offer diverse approaches and interventions for dealing with psychological, emotional, relationship, and adjustment problems. NOTE: The contractor shall deliver: 1. Any and all workbooks/handouts on or before the training, professionally printed, grammatically correct and with no typos. 2. All contracted classes, to be delivered at a facility in the District of Columbia, to be provided by the Government. The training must take place in either June, July or August of 2010. 3. Training that complies with contractual obligations. The vendor will be responsible for providing any and all handouts, participant manuals, etc. for 25 participants By the end of this session, participants should be able to: Objective 1 - Identify the difference between the psychoanalytic, learning, humanistic, and cognitive theories of development. Objective 2 - Identify the life-span developmental process Objective 3 - Recognize the various periods of human development to include prenatal, infancy, childhood, adolescence, and adulthood. Objective 4 - Explain the physical, emotional, cognitive and social functions of each developmental stage. Objective 5 - List how the role of family, heredity, and environment influence human development Objective 6 - Identify the impact of alcohol and other drugs on human development 4. Service Requirements 4.1 The Contractor's services shall be provided at the following District of Columbia location: 633 Indiana Avenue, NW. The Government may designate other District of Columbia locations at any time. 4.2 The Contractor shall not perform work at Government facilities on Federal holidays or other non-negotiated work days without prior written approval. The ten (10) holidays observed by the Federal Government are: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. 5.0 Technical Requirements 5.1 Instruction shall include opportunities for experiential as well as theoretical learning, exposing the employees to skills that can be immediately practiced and developed over time, for use with substance abuse dependant defendants.  Because adult learning theory suggests that individuals have different learning styles, various instructional strategies shall be employed to teach content. Group work, practice exercises and other interactive instruction shall be utilized whenever possible in order to allow for deep learning.  Contractors should use a various visual aides to present the training, preferably PowerPoint.  Contractors shall use PSA Training and Career Development Center Level 1 evaluation tools in place of their own.  All training must be in compliance with Section 624 of the Treasury, Postal Service and General Government Appropriations Act of 1997 which "Prohibits...employee training...containing [the following] elements: (1) inducing high emotional or psychological stress; (2) associated with religious, quasi-religious, or "new age" belief systems; (3) offensive to, or designed to change, participants' personal values or lifestyle; or (4) related to human immunodeficiency virus (HIV) or acquired immune deficiency syndrome (AIDS) other than that necessary for specified purposes."  The Contractor shall submit a proposal for review and approval that includes the following: o Total cost, including any travel, if applicable; o Training title; o An overview and detailed description of the class; o Any materials/handouts to be used in the training (if all material is not available at the time the proposal is submitted, at least five sample pages must be provided for evaluative purposes); o An outline of experiential learning opportunities to be employed and a description of how the learning opportunities connect to the goal(s) and objective(s); o Three references that demonstrate experience delivering related trainings, preferably one from the Federal government. o An indication of vendor's availability to train class in the months of July and/or August of 2010. o An indication that the training being provided to Pretrial Services Agency has been approved by the aforementioned boards and if so, which one (s). The place of performance must be at a DC Pretrial Services provided facility. Note: Failure to provide all of requested items may result in an unfavorable rating of proposal. 6. Instructions to Offerors: 6.1 A streamlined best value award process shall be used for evaluation of the proposals, and the award will be made on the basis of the proposal that provides the best value to the government considering price and other factors while meeting or exceeding the acceptability standards. The Government reserves the right to award without discussions. Proposal shall be evaluated on lowest price, technical acceptable (LPTA) in that order of importance. Contractor must present verification that one of the following local or national certifications boards has approved the training to be provided:  District of Columbia Certification Board for Professional Alcohol and Drug Counselors  National Associations for Addiction Professionals  International Certification & Reciprocity Consortium Proposal pages shall be 8.5 x 11 inches; single spaced with at least one (1) inch margin on top, bottom, left and right, and printed head-to-foot. The font size shall be no less than Times New Roman 12 point. 6.3 The offeror shall include all sections of the proposal in a binder with labeled tabs identifying each section of the proposal. The offeror shall submit one copy of the entire proposal 6.4 The proposal sections and sub-sections and related content are herby identified: 1. Contract and Associated Information 1B. Copies of Certifications and Diplomas 1C. Financial Reference Form - 2. Technical 2A. Offeror to address statement of work requirements 3. Past Performance 3A. Offeror to provide past performance information 4. Price 4A. Contract Pricing - 6.5 The offeror shall provide the resume/s of employees similar to those who will be providing on-site services. If the offeror is successful and receives a contract award, the resume/s submitted with the proposal will establish the standard that must be met for any replacement personnel for the life of the contract. Replacement personnel will have at a minimum the same level of experience and certifications as those submitted with the technical proposal submittal and accepted for award by the Government. 6.7 Any requirements in this solicitation that will not be met as described precisely in the solicitation must be clearly stated in the proposal as an exception to the requirements. 6.8 Offerors should highlight any proposal to make enhancements or modifications of any kind to the outlined services, service delivery structure, or service delivery schedule. 6.9 Offerors will indicate specifically how many practitioners will be utilized; and how the labor will be divided. 6.10 Offerors shall document three (3) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three (3) years. 6.10.1 The following detail information shall be provided for each past performance reference: (1) Company name (2) Service provided (3) Contracting Officer Name and Phone Number (4) Contract Number (5) Contract Dollar Amount (6) Period of Performance 7. Pricing: 7.1 Offerors shall submit a completed copy of Attachment 1 - Contract Pricing as part of their proposal submission. 8. Proposal Submission 8.1 Proposals shall be submitted in hard copy only - no faxes or electronic transmissions will be accepted. Proposals shall be sent via mail or overnight carrier and must be received on or by the deadline of 11:59 p.m. local time on June 4, 2010. Late proposals shall not be considered under any circumstances. 8.2 Proposals shall be sent to the following address and point of contact: Contract Specialist, Rachel Dobbs, D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1163, Washington, DC 20004. 9.0 Award: Award will be made to the offeror whose quote conforms to the requirements of the solicitation and offers the best value to the government considering price and other factors. Clauses and Provisions 52.212-1 Instructions to Offerors-Commercial - Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): http://www.arnet.gov/References/References.html The following clauses are incorporated by reference and apply to this acquisition: 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition.- see attached pages 52.212-4 Contract Terms and Conditions -Commercial Items (March 2009) 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the contract services 52.222-37 Availability of Funds 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-34 Payment of Electronic Fund Transfer - Other than Central Contractor Registration (CCR) 52.232-33 Payment by electronic Funds Transfer - CCR 52-203-13 Contractor Code of Business Ethics and Conduct (DEC 2008). 52.213-2 Invoices 52.247-28 Contractor's Invoices 52.214-4 False Statement in Bids 52.214-12 Preparation of Bids 52.214-15 Period of Acceptance of Bids 52.214-22 Evaluation of Bids for Multiple Awards 52.215-5 Facsimile Proposals 52.215-19 Notification of Ownership changes 52.222-12 Contract Termination Debarment 52.222-7 Withholding of Funds 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.249-4 Termination for Convenience of the Government (Services) (short term) 52.243-7 Notification of Changes 52.237-7 Indemnification and Medical Liability Insurance: 52.216-27 Single or Multiple Awards 17.0 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2009). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). X(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). _X_ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] X__ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __(9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). __ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). __ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __X (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X__ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). _X_ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/RFP-SATTP-20101845-RD /listing.html)
 
Place of Performance
Address: WASHINGTON, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN02163650-W 20100530/100528235626-3fac9ab285deefa78ab477ff6bf3fabd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.