SOLICITATION NOTICE
68 -- BULK OXYGEN AND TANK RETNTAL SERVICES
- Notice Date
- 9/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-10-T-2060
- Response Due
- 9/24/2010
- Archive Date
- 11/23/2010
- Point of Contact
- Sebrena L. Hackley-Lane, (706)787-2211
- E-Mail Address
-
Southeast Regional Contracting Office
(sebrena.lane@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-10-T-0260. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System Code (NAICS) for this procurement is: 325120; and the small business size standard are 1000. This requirement is Unrestricted. Moncrief Army Community Hospital, Fort Jackson, SC, has a base plus four (4) option year requirements for the following: PERFORMANCE WORK STATEMENT (PWS) SECTION 1 GENERAL 1.1 This requirement is for procurement of bulk medical oxygen to be utilized in a Military Medical Treatment facility (MTF), Moncrief Army Community Hospital, and Fort Jackson, SC. Procurement of Medical Bulk Oxygen is vital to the daily operation functions of Moncrief Army Community Hospital in order to provide a high standard of medical Healthcare to the military community. 1.2 BACKGROUND INFORMATION. The contractor shall provide service consisting of product, and one annual inspection to both Government owned primary (1500 gallon tank) to include calibration, labor, parts, materials, and time, excluding disposable and consumable supply items. Additional services provided to include remote service/application diagnostic support for the primary and back up vessel. Additional inclusions (i.e. includes file modifications such as safety corrections by the Contractor or requested by the Government. 1.3PERSONNEL. The Contractor shall provide to include any special personnel qualifications required of contract employees, (i.e. speak English, professional licenses, drivers licenses, security clearance, permits, uniform or badge requirements, neatness or cleanliness requirements, etc.). When writtencertifications or licenses are included here, cross reference the requirement to a Technical Exhibit, and require the contractor submit the documentation as a required report. 1.4PHYSICAL SECURITY. N/A. 1.5QUALITY CONTROL. 1.5.1 The contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified in this PWS. 1.6 QUALITY ASSURANCE. The government will evaluate the contractors performance under this contract using the method of surveillance specified in the Quality Assurance Surveillance Plan (QASP) at Technical Exhibit 1. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the COR will obtain the contractors initials on the record of the observation. 1.7HOURS OF OPERATION. 1.7.1 Normal Hours. Hours of operation are 0800 to 1500 EST Monday through Friday. Facility observes all Federal Holidays as follows: January 1stNew Years Day 3rd Monday in JanMartin Luther King, Jr. Birthday 3rd Monday in FebPresidents Day Last Monday in MayMemorial Day July 4thIndependence Day 1st Monday in SepLabor Day 2nd Monday in OctColumbus Day November 11thVeterans Day 4th Thursday in NovThanksgiving Day December 25thChristmas Day Facility also observes various Training Holidays in conjunction with Federal Holidays. Moncrief Army Community Hospital observed Training Holidays are updated annually. Contact the COR for the current list of observed Training Holidays. 1.7.2 Emergency Services. The contractor shall be able to provide and comply with a 24- hour emergency, urgent on-site response when required. 1.8 CONSERVATION OF UTILITIES. The contractor will be required to participate in government energy conservation programs. 1.9 HOURS OF PERFORMANCE. Bulk Oxygen shall be delivered the last Tuesday of every month by 11:00 a.m. In the event of an emergency delivery needed, the order will be place by the COR/Alternate COR only. Bulk Oxygen will be filled within 24 hours upon receipt of request. SECTION 2DEFINITIONS 2.1STANDARD DEFINITIONS. 2.1.1 Carbon Dioxide. A colorless, odorless, incombustible gas formed during respiration, combustion and organic decomposition. 2.1.2 Contracting Officer (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 2.1.3 Contracting Officer Representative (COR). An individual designated by the contracting officer to act as his representative to assist in administering a contract. The source and authority for a COR are contained in the written letter of designation. 2.1.4 Customer Complaint. A means of documenting certain kinds of contract service problems. A government program that is explained to every organization that receives service under this contract which is used to evaluate contractors performance. 2.1.5 Defective Performance. A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary (PRS). 2.1.6 Government Property. All property owned or leased to the government or acquired by the government under the terms of the contract. Government property includes both government furnished property and contractor acquired property as defined in Federal Acquisition Regulation (FAR) 45.101. 2.1.7 Liquid Nitrogen. Nitrogen that is in a liquid state and is about 200C. It is used for cryopreservation, cryosurgery, and cryomedicine. 2.1.8 Medical Gas. A gas that is manufactured, packaged, and intended for administration to a patient in anesthesia, therapy and diagnosis. 2.1.9 Material Safety Data Sheet (MSDS). A document that contains information on the potential health effects of exposure to chemicals, or other potentially dangerous substances, and on safe working procedures when handling chemical products. 2.1.10 Nitrogen. A colorless, odorless, tasteless gas that is biologically important. Nitrogen is a constituent of protein and nucleic acids and is present in all living cells. Nitrogen does not support respiration and is fatal if breathed alone. 2.1.11 Nitrous Oxide. A colorless, sweet-tasting gas used as a mild anesthetic in dentistry and surgery. 2.1.12 Oxygen. A colorless, odorless and tasteless gas that makes up about 20% of the air we breathe and which combines with most of the other elements to form oxides. 2.1.13 Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. 2.1.14 Quality Assurance (QA). Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. 2.1.15 Quality Assurance Surveillance Plan (QASP). An organized written document used for the quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. 2.1.16 Quality Control (QC). Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. SECTION 3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. SECTION 4 CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1 The contractor shall provide all labor and equipment necessary to perform the required medical gas refill services. SECTION 5SPECIFIC TASKS. 5.1 The Government will specify annual inspection functions authorized (i.e. annual inspection); who can authorize service and when the service is to be performed. 5.2 The Government will identify the notification process, required inspection data, scheduling process and response time. State how to calculate the completion dates and response time. Identify reports related to response and performance. Identify exceptions to the specified process; and state Government remedies for failure to meet response times. 5.3 Contractor shall maintain vessel-station at no charge; process required documentations, i.e. inspection reports with Medical Maintenance Branch of the MACH facility. 5.4 The Contractor shall deliver bulk medical oxygen in compliance with State and Federal codes. 5.5 Contractor shall fill the following medical gas cylinders 7 days from the receipt of the order: a. Carbon Dioxide Size G # MCDGC: b. Lung Diffus Gas Mix Size #020331 c. Calibration Gas Size E # 730135 d. Calibration Gas Size G #730337 e. Liquid Nitrogen #LMNFDC f. Medical Air #MBAGC g. Carbon Dioxide Size E # MCDEC h. Helium Size E # MHEEC i. Nitrogen Size E # MNIEC j. Nitrogen Size G # MNIGC k. Nitrous Oxide Size D # MNODC 1. l. Nitrous Oxide Size E # MNOEC m. Nitrous Oxide Size G # MNOGC n. Oxygen Medical Size 251 G #MO200C o. Oxygen Medical Size D # MODC p. Oxygen Medical Size E #MOEC q. Oxygen Medical Size G # MOMC r. Oxygen Medical Size M # MOM 5.6 Contractor shall provide Hydrostatic testing: a. Testing shall be completed for all cylinders within one year from the last Hydrostatic test. Moncrief Army Hospital will be the proponent to request Hydrostatic testing. The Hydrostatic tests on the cylinders will be completed within 14 days of the request from Moncrief Army Community Hospital. The Hydrostatic testing will be performed in accordance with The Methods for Hydrostatic Testing of Compressed Gas Cylinders, CGA Pamphlet C-1, available from the Compressed Gas Association (CGA). This pamphlet provides the detailed information on the retesting (requalification) of compressed gas cylinders. b. Hydrostatic testing shall also follow Title 49 CFR for the Methods for Hydrostatic Testing of Compressed Gas Cylinders and C-13 Guidelines for Visual Inspection and Requalification of Acetylene Cylinders. c. Hydrostatic Test Equipment will be capable of performing the desired testing in a range of 25 to 75 percent of its designed maximum capability with an accuracy of 1 percent of any designated test pressure and resultant expansion value. 5.5 Contractor shall provide quarterly reports or any required maintenance services to be performed at the Medical Treatment Facility (MTF) if applicable. 5.6 Deliveries shall be no later than 11:00 a.m. Any deviation from Delivery Schedule at Technical Exhibit 3 requires prior coordination with the COR. 5.7 Contractor shall ensure that both Government owned tanks (1500 gallon primary) are filled to the maximum capacity per delivery. Product (medical oxygen) must be tested by customer prior to tank being filled by Contractor. 5.8 Delivery ticket must be signed by customer after product is delivered and must be accompanied by Certificate of Analysis to state purity of product (not less than 98%) when delivered. 5.9 Contractor shall inform COR/Alternate COR of any changes in delivery schedules one week in advance. 5.10 Emergency Service. The contractor shall be available 24 hours a day, seven days a week, including all holidays, to meet emergency requirements. The contractor shall provide an on-call number, acknowledge receipt of call within one hour, and make required deliveries within eight hours of emergency call. 5.11 Inspection/Acceptance. The contractor shall only tender for acceptance those items that conforms to the requirements of this contract. The government reserves the right to inspect or test any supplies or services that has been tendered for acceptance. The government may require repair or replacement of non-conforming supplies/equipment or re-performance of non-conforming services at no increase in contract price. The government must exercise its post delivery acceptance rights (1) within 24 hours after the defect was discovered or should have been discovered; and (2) before substantial change occurs in the condition of the item, unless the change is due to the defect in the item. 5.12 The contractors paperwork (e.g., shipping order) accompanying each delivery shall give the total amount by type, including list of serial numbers (if applicable), lot numbers and expiration dates of product for all deliveries. 5.13 Contractor shall provide all applicable Material Safety Data Sheets (MSDS) upon initial delivery or as revisions, updates, or amendments become available for each product/end item, applicable materials, components/supplies utilized in the production/fabrication of each end item/product being delivered requiring a MSDS, to include but not limited to gases by type, paint, threading compound/sealant, lubricant, etc. IAW the fill contract delivery order/contract delivery requirements. 5.14 Records of scheduled maintenance shall be made on DD Form 250 or similar tabulation provided by the contractor. 5.15 Permanent Markings: The permanent marking requirements for the compressed gas cylinders will be in accordance with DOD specification in Part 178 of Title 49 CFR and in the Government procurement specification. These markings must be maintained in legible condition as required by Part 173 of Title 49 CFR. 5.16 Contractor shall supply all the required identifying medical gas cylinder labels, and lot # labels and personally verify before delivery to Moncrief Army Community Hospital that the labels adhere to the cylinders without any coming off. 5.17 Upon request Contractor shall sandblast the cylinders, sandblast the caps, repaint the cylinders and repaint the caps. a. The sandblasting of the cylinders will be completed and shipped back to Moncrief Army Community Hospital within 14 days of the original request from Moncrief Army Community Hospital. b. The sandblasting of the cylinder caps will be completed and shipped back to Moncrief Army Community Hospital within 14 days of the original request from Moncrief Army Community Hospital. c. The painting of the cylinder caps will be completed and shipped back to Moncrief Army Community Hospital within 14 days of the original request from Moncrief Army Community Hospital. d. The painting of the cylinders will be completed and shipped back to Moncrief Army Community Hospital within 14 days of the original request from Moncrief Army Community Hospital. e. The use of color coding is mandatory for Departments and Agencies of the Department of Defense, with regards to the purchase and use of compressed gas cylinders in accordance with MIL-STD-101B (3 December 1970) DOD Color Code for Pipelines and Compressed Gas Cylinders (see attached addendum). 5.18 The quality of the exterior finish shall be based on the following criteria: a. Rust, scale, caked paint, and all remnants of adhesive labels or decals will be removed prior to painting as outlined in MIL-STD1411, Notice 1, Inspection and Maintenance of Compressed Gas Cylinders. b. Valves shall be free of insects, insect webs, dirt, corrosion, oil, or grease. The bore, the throat and the threads of the valve outlet shall be free of any paint splatter or over spray caused by lack of protection when painting the cylinder. There shall be minimal concern for paint on other parts of the valve unless it effects its operation. Do not mistake thread compound as oil or grease or vice versa. c. Valve Protection Caps. Requirements are as follows: d. Valve protection caps shall be installed on all cylinders designed with neck rings or flanges. e. Protection caps shall be of correct size and installed hand tight with full thread engagement. f. Caps shall he painted to comply with the color code of the cylinder on which they are installed. g. Cleanliness: Cylinders shall be free of oil, grease and all foreign matter. Antiseize compound may be found where the valve is inserted into the cylinder: All excess thread compounds shall be removed and the area wiped clean. h. Cylinder Labels and tags: Cylinders shall be labeled or tagged and shipping documents annotated in accordance with the requirements of the contract/delivery order to comply with Title 49 CFR, Part 173. Subpart E. Title 40 CRT, Part 82 and with MIL-STD-129. Marking For Shipment and Storage, latest edition. Cylinders shall also have a label or tag attached with the statement Dangerous Compressed Gas Cylinder-Only Trained Personnel Should Handle. Condition Codes A, D, F. I, J. K. or L as defined in Title 49 CFR will be assigned as applicable. 5.17Leakage Test: A leakage test shall be performed on all cylinders that have been filled with a compressed gas in accordance with the fill contract/delivery order. Each cylinder shall be tested at all points that may provide a point of escape for the cylinder contents. Points to inspect are the pressure relief devices in the head and bottom of acetylene cylinders; points on each cylinder valve, such as the stem; the pressure relief device; the valve inlet threads: and the valve outlet. Tests shall be performed in accordance with paragraph 5.4.4 of MIL- STD-1411. 5.18Oxygen Tank, MRI, Aluminum type: Will be filled and delivered within 7 days of order receipt from Moncrief Army Community Hospital. The Oxygen Tank, MRI type will be leased from National Welders. 5.19On order Contractor shall provide Moncrief Army Community Hospital with new aluminum cylinders based on the potential new requirement for all metal cylinders to in the future is replaced by aluminum cylinders. SECTION 6ADMINISTRATIVE CONTROLS. 6.1The following Government personnel are authorized to request services: Mr. Keith Harris (Point of Contact)(803) 751-0237 Ms. Sylvia Jordan (COR)(803) 751-0352 6.2 The assigned COR/Alternate COR is the only authorized individual (s) to make changes to the delivery schedules after contract award. The COR/Alternate COR will contact the Southern Region Contracting Office to inform of required changes in delivery schedule requesting a contract modification if applicable. 6.3 Contractor shall report any delivery delays to the assigned COR/Alternate COR 24 hours in advance if applicable. 6.4Contractor shall enter Gate 3 (Boyden ARBOR) on Fort Jackson, SC to make deliveries for Moncrief Army Community Hospital presenting the following: valid drivers license of all individuals entering the military installation. CLIN 0001: BASE YEAR POP 1 OCT 2010-30 SEP 2011 CLIN 0001AA: MEDICAL BULK OXYGEN, ITEM#: BULK, QTY: 34,000 GL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AB: TANK RENT-CYRO VESSEL STATIONARY, Contractor rental tanks required, QTY: 24 EA UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 0001AC: CONTRACTOR MANPOWER REPORTING (CMR). Manpower Reporting to be reported in accordance with Para Addendum 52.212-4(p) and PWS. UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 1001: OPTION YEAR 1 POP 1 OCT 2011-30 SEP 12 CLIN 1001AA: MEDICAL BULK OXYGEN, ITEM#: BULK, QTY: 34,000 GL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 1001AB: TANK RENT-CYRO VESSEL STATIONARY, Contractor rental tanks required, QTY: 24 EA UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 1001AC: CONTRACTOR MANPOWER REPORTING (CMR). Manpower Reporting to be reported in accordance with Para Addendum 52.212-4(p) and PWS. UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 2001: OPTION YEAR 2 POP 1 OCT 2012-30 SEP 2013 CLIN 2001AA: MEDICAL BULK OXYGEN, ITEM#: BULK, QTY: 34,000 GL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 2001AB: TANK RENT-CYRO VESSEL STATIONARY, Contractor rental tanks required, QTY: 24 EA UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 2001AC: CONTRACTOR MANPOWER REPORTING (CMR). Manpower Reporting to be reported in accordance with Para Addendum 52.212-4(p) and PWS. UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 3001: OPTION YEAR 3 POP 1 OCT 2013-30 SEP 2014 CLIN 3001AA: MEDICAL BULK OXYGEN, ITEM#: BULK, QTY: 34,000 GL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 3001AB: TANK RENT-CYRO VESSEL STATIONARY, Contractor rental tanks required, QTY: 24 EA UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 3001AC: CONTRACTOR MANPOWER REPORTING (CMR). Manpower Reporting to be reported in accordance with Para Addendum 52.212-4(p) and PWS. UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 4001: OPTION YEAR 4 POP 1 OCT 2014-30 SEP 2015 CLIN 4001AA: MEDICAL BULK OXYGEN, ITEM#: BULK, QTY: 34,000 GL UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 4001AB: TANK RENT-CYRO VESSEL STATIONARY, Contractor rental tanks required, QTY: 24 EA UNIT PRICE: $__________, TOTAL CLIN $_________ CLIN 4001AC: CONTRACTOR MANPOWER REPORTING (CMR). Manpower Reporting to be reported in accordance with Para Addendum 52.212-4(p) and PWS. UNIT PRICE: $__________, TOTAL CLIN $_________ Quote all or none. The government anticipates awarding a single award for this requirement. To be delivered to: Moncrief, Building 4500, Stuart St, Fort Jackson, SC 29207-5720. The following FAR Clauses and provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items (Jun 2008) Addendum 52.212-1(m). The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.233-2, Service of Protest (Sep 2006)52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far. 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country (Jan 2009); 252.212-7000, Offer Representations and Certifications Commercial Items (Jun 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Jan 2009); 52.212-2, Evaluation Commercial items (Jan 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c ) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on equivalent technical capabilities as outlined in each line item description and award will be based on lowest price technically acceptable will have greatest weight on final decision. 52.212-3, Offer Representations and Certifications-Commercial items, (Aug 2009) Alternate I (Apr 2002) Offerors shall complete the representations and certifications-electronically at http://orca.bpn.gov/login.aspx; 52.212-3 (Mar 2005), Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer unless the offeror confirms the firm is registered in the ORCA database then submit only what the clause requires. 52.212-4, Contract Terms and Conditions Commercial Items; Addendum 52.212-4(u): The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference: 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; DFAR 252.232-7003 Electronic Submission of Payment Requests, (6) 52.204-7 Central Contractor Registration (Jul 2006); (7) DFAR 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Nov 2003)(8)Wide Area Work Flow Addendum to 52.212-4 Contract Terms and Conditions--Commercial Items DFAS Location Change as indicated: Electronic Submission of Payment Request; the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION)after the name of the regulation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jul 2010) DEVIATION. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) DEVIATION also apply to this solicitation. Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office and the payment office. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) Questions concerning payments should be directed to the DFAS POC and Phone: DFAS Rome Phone#: (315)330-6926. FAX#: (315)330-6964. You can access payment and receipt information using the DFAS website http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice will be required to inquire status of your payment. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. The submitted offer must include the following: a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award information requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. 52.217-8 Option to Extend Services 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 rages 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 30 days of expiration date, 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Sebrena L. Hackley Lane via fax at (706) 787-6573 or e-mail: Sebrena.LaFaye.HackleyLane@us.army.mil by 24 Sep 2010, 4:00 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-10-T-2060/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02288026-W 20100920/100918233755-a6bd9520c7dbff7215a13e0c38fa01af (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 |