Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
SOLICITATION NOTICE

99 -- Restoration of five (5) historical wagons for the Fort Sill National Historic Landmark, Fort Sill, Oklahoma.

Notice Date
9/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-10-T-250
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
AshlEy Sheffield, 5804425450
 
E-Mail Address
Fort Sill DOC
(ashley.sheffield@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: 9915 NAICS CODE: 321999 SUBJECT: Restoration of Historic Wagons SOLICITATION NUMBER: W9124L-10-T-0250 SET-ASIDE CODE: Small Business CLOSING DATE: 27 September 2010 @ 4:00 PM CDST PLACE OF PERFORMANCE: To be determined based on location of awarded Contractor. POINT OF CONTACT: Ashley Sheffield, Contract Specialist, PH: 580-442-5450 or e-mail ashley.sheffield@us.army.mil (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (B.) This Solicitation W9124L-10-T-0250 is a Request for Quote (RFQ) for the Restoration of Historical Wagons in accordance with the Governments requirement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________ (Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: ____________ days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE BY WIDE AREA WORK FLOW (WAWF). QUOTE SHOULD REFLECT FOB: DESTINATION PROPOSALS SHALL BE SUBMITTED WITH SPECIFICATIONS OF THE SERVICES THAT YOU WILL BE PROVIDING. (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-43, Effective 2 August 2010. (E.) This requirement is solicited 100% set aside for Small Business. The associated NAICS code is 321999 and size standard is 500 Employees. (F.) BID SCHEDULE: CLIN 0001: Restoration of Break Wagon Quantity: 1 Unit: Each. **See Attachment A, Break Wagon Pictures for visual of current condition. Unit Price: _______________ Total Price: ______________ CLIN 0002: Restoration of Apache Hay Wagon Quantity: 1, Unit: Each. **See Attachment B, Apache Hay Wagon Pictures for visual of current condition. Unit Price: _______________ Total Price: ______________ CLIN 0003: Restoration of Ice Wagon Quantity: 1, Unit: Each. **See Attachment C, Ice Wagon Pictures for visual of current condition. Unit Price: _______________ Total Price: ______________ CLIN 0004: Restoration of Mountain Spring Wagon Quantity: 1, Unit: Each. **See Attachment D, Mountain Spring Wagon Pictures for visual of current condition. Unit Price: _______________ Total Price: ______________ CLIN 0005: Restoration of Talley Ho Wagon Quantity: 1, Unit: Each. **See Attachment E, Tally Ho Wagon Pictures for visual of current condition. Unit Price: _______________ Total Price: ______________ CLIN 0006: Quantity: 1, Unit: Each. Contract Manpower Report The contractor shall complete the Contract Manpower Report (CMR) at the time of contract completion, but no later than October 31, 2011. Refer to website http://cmra.army.mil and the Accounting for Contract Services paragraph in the Clarifications and Additional Requirements clauses Unit Price: _______________ Total Price: ______________ TOTAL BID AMOUNT FOR THIS REQUIREMENT: $________________ (G.) PERFORMANCE WORK STATEMENT- WAGON RESTORATION PROJECT: 1. INTRODUCTION. a. GENERAL. The contractor shall perform the tasks listed in accordance with terms and conditions established in the Performance Work Statement (PWS). Performance will be in support of Fort Sill National Historic Landmark, Fort Sill, Oklahoma. b. PURPOSE. This Performance Work Statement (PWS) defines the tasks a licensed Contractor will be required to perform. The contractor shall restore five (5) historical wagons. c. BACKGROUND. The Wagons are an educational exhibit program of the early Fort Sill Quartermaster. The wheels shall be restored to preserve the integrity of the exhibited piece. Fort Sill National Historic Landmark Museum are required to train and educate Soldiers and the public on the history of Fort Sill. 2. NATURE AND SCOPE OF WORK. a. PLACE OF PERFORMANCE. To be determined based on location of awarded Contractor. b. SCOPE OF WORK. The contractor shall perform the following tasks: (1) Task 1. The scope of this project involves the restoration of one Talley Ho wagon (No. SILL 94.051.001) in the museum collections. (2) Task 2. The scope of this project involves the restoration of one Ice Wagon (No. SILL 90.179.001) in the museum collections. (3) Task 3. The scope of this project involves the restoration of one Roof Break Wagon (No. SILL 89.106.003) in the museum collections. (4) Task 4. The scope of this project involves the restoration of one Apache Hay Wagon (No. SILL 89.113.001) in the museum collections. (5) Task 5. The scope of this project involves the restoration of one Mountain Spring Wagon (No. SILL 89.110.003) in the museum collections. Unless otherwise directed, the Contractor is required to repair or replace deteriorated wood with historically appropriate materials of the same size and thickness, and replace other manufactured parts and materials with historically accurate cloth, leather or metal. Unless identified as historically correct, all plywood components shall be replaced with solid wood of the correct dimensions and proportions. All metal hardware shall be cleaned, straightened, repaired or otherwise replaced with appropriate materials (hand-forged, cast, machined, cut or stamped) to match the original specifications or standards. All metal hardware (i.e. rub iron, rails, handles, hooks, catches, hinges, etc.) that is missing shall be made with appropriate materials (hand-forged, cast, machined, cut or stamped) to match the original specifications or standards and must be compatible with the manufacturing date. Replace all cross tip screws with flat tip screws. Unless identified as historically correct, all hex head nuts and bolts shall be replaced with square nuts and bolts. Wheels with missing or incomplete pieces such as metal and/or rubber tires, spokes, felloes, hubs, hub bands or other components, including associated hardware, shall be produced for an accurate and finished product. All wheel components shall be inspected and repaired as necessary with appropriate materials. Remove and replace seat pads and cushions with correctly designed pads and cushions, using appropriate specification or standard materials of period style, or fabric consistent with the era of the manufacture date. All wood or metal surfaces shall be prepared, coated with a good quality primer, and painted to original standards, to include appropriate markings. If an original painted surface is identified for preservation, it shall not be painted or repaired except as determined by the Museum. Any questions about replacement of hardware, wood, etc shall be directed to the Museum representative for clarification or resolution. Museum will provide necessary records, specifications, photos, etc to the Contractor as available and required. Basic reference for identification or specifications is: A HISTORICAL GUIDE TO WAGON HARDWARE AND BLACKSMITH SUPPLIES. Contractor is responsible for all shipping costs associated with the pick-up, restoration and delivery of the restored wagons to Fort Sill, Oklahoma Museum. 3. DELIVERABLES. a. The contractor shall provide written warrantees for work completed. b. Wagons shall be in full and safe operation at the completion of the work performed. 4. INSPECTION AND ACCEPTANCE. Final acceptance/determination of deliverables/goals met is by the Fort Sill Museum Director. 5. SCHEDULE AND GOVERNMENT REVIEW. a. Work shall start upon award of contract. b. Contract completion time is no later than 30 September 2011. 6. SPECIAL REQUIREMENTS. a. Personnel: All required work shall be provided by Licensed State Certified Contractors. License shall be provided with proposal. b. Travel. No travel required. c. The Government and the Contractor understand and agree that the work described in this task order is a Non-personal Services Contract as defined in FAR Part 37.101. Therefore, it is understood and agreed that the Contractor and or the Contractors employees: (1) Shall perform the services described herein as independent contractors, not as employees of the Government. (2) Shall NOT be placed in a position where they are under the supervision, direction or evaluation of a federal employee, military or civilian, but shall, pursuant to the Governments right to inspect, accept or reject work, comply with such general direction of the Contracting Officer or the duly appointed representative of the Contracting Officer as is necessary to ensure completion of the contract objectives. (3) Shall NOT be placed in a position of command, supervision administration or control over DA military civilian personnel or personnel of other contractors, or becomes part of the Government organization. (4) Further as this contract/task order does not create an employer-employee relationship, the entitlements and benefits applicable to such relationships do not apply. Such include, but not limited to, federal income tax withholding, Federal Insurance Contributions Act (FICA), employment compensation and workmans compensation benefits by virtue of this contract/task order. (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycle Paper FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Central Contractor Registration, DFAR 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, 252.232-7003 Electronic Submission of Payment Requests (WAWF) and DFAR 252.232-7010 Levies on Contract Payments. (I.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-44 (J.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, and 252.243-7002. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-- Commercial Items, 252.209-7001 Disclosure of Ownership or Control by the Gov of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications- Commercial Items, and 252.225-7031 Secondary Arab Boycott of Israel. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the contractor, and included in the proposal submission. FAR 52.222-49 Service Contract Act--Place Of Performance Unknown (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following (none have been requested at this time). The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by Wednesday 23, 2010 at 4:00 p.m. CST. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (N.) The following provision is in incorporated with websites: 52.252-1 Solicitation Provisions Incorporated by Reference. For further information please go to the associated websites: http://farsite.hill.af.mil http://acquisition.gov/comp/far/index.html DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. The protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment F. Wage Determination No Date 05-2525 Revision 1106/15/2010 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Exhibits Specialist I $15.35 36.25% Exhibits Specialist II$16.49 36.25% Exhibits Specialist III $17.53 36.25% Carpenter, Maintenance $20.40 - 36.25% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability 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. c. WORKER'S COMPENSATION AND EMPLOYER'S 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 Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To:W91KXL Acceptance By: W91KXL NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: To be given at time of award ACCEPTOR EMAIL: SPECIALIST EMAIL:ashley.sheffield@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Ashley Sheffield at email ashley.sheffield@us.army.mil and Shari Greggs at email shari.greggs@us.army.mil. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. NOTE: Department of Labor Wage Determination 1995-2525 is provided as a Attachment F. Wage determination will change in contract award to meet the geographic location of the awarded Contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a274c098941b8c78f6bbaa75ff041a55)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02293291-W 20100924/100923000207-a274c098941b8c78f6bbaa75ff041a55 (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.