Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
MODIFICATION

S -- OPTION - FACILITIES MAINTENANCE

Notice Date
6/9/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
520 PIERCE STREET, BLDG. 520, BASEMENT, FORT SHAFTER, HI 96858
 
ZIP Code
96858
 
Solicitation Number
W912CN-14-T-SLA6_1
 
Response Due
6/13/2014
 
Archive Date
12/10/2014
 
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 W912CN-14-T-SLA6_1 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $35.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-13 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The ECC PACIFIC RCO Hawaii requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 07/01/2014 - 06/30/2015 LI 001: CLIN 0001 - BASE YEAR JANITORIAL SERVICES FOR THE 9TH MSC RESERVE CENTER LOCATED IN AMERICAN SAMOA WEEKLY AND MONTHLY SERVICES REQUIRED SEE PWS FOR SPECIFIC INFORMATION PERIOD OF PERFORMANCE 01 JULY 2014 THRU 30 JUNE 2015, 12, MO; LI 002: CLIN 0002 - BASE YEAR GROUNDS KEEPING SERVICES FOR THE 9TH MSC RESERVE CENTER AND AAFES BLDG LOCATED IN AMERICAN SAMOA SEE PWS FOR SPECIFIC INFORMATION PERIOD OF PERFORMANCE 01 JULY 2014 THRU 30 JUNE 2015, 12, MO; Option 1 Period of Performance: 07/01/2015 - 06/30/2016 LI 001: CLIN 1001 - OPTION YEAR JANITORIAL SERVICES FOR THE 9TH MSC RESERVE CENTER LOCATED IN AMERICAN SAMOA WEEKLY AND MONTHLY SERVICES REQUIRED - SEE PWS FOR SPECIFIC INFORMATION PERIOD OF PERFORMANCE 01 JULY 2015 THRU 30 JUNE 2016, 12, MO; LI 002: CLIN 1002 - OPTION YEAR GROUNDS KEEPING SERVICES FOR THE 9TH MSC RESERVE CENTER AND AAFES BLDG LOCATED IN AMERICAN SAMOA SEE PWS FOR SPECIFIC INFORMATION PERIOD OF PERFORMANCE 01 JULY 2015 THRU 30 JUNE 2016, 12, MO; 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, ECC PACIFIC RCO Hawaii 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. ECC PACIFIC RCO Hawaii 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 bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Bids will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $35.5M. 52.228-5000 -- REQUIRED INSURANCE - Use in solicitations and contracts if a fixed-price contract is contemplated, the contract amount is expected to exceed the simplified acquisition threshold, and the contract will require work on a Government installation, unless -- (1) Only a small amount of work is required on the Government installation (e.g., a few brief visits per month); or (2) All work on the Government installation is to be performed outside the United States and its outlying areas. (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: AMOUNT TYPE PER PERSONPER ACCIDENTPROPERTY Comprehensive General Liability: $500,000 Comprehensive Automobile Liability $200,000$500,000$20,000 Workmen's Compensation and Liability Insurance: As prescribed or required by law, with minimum employer liability limit of $100,000 for accidental bodily injury or death, or for occupational disease.) (b) Prior to the commencement of work, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this paragraph (c) in all subcontracts hereunder. (d) It is the contractor?s responsibility to insure the following changes are incorporated into their submitted Certificate of Insurance: 1. The Contract Number must appear in the body of the Certificate of Insurance. 2. The Certificate holder name shall read: Army Materiel Command Regional Contracting Office, Hawaii 413th CSB 3. The certificate shall be provided to the following address Expeditionary Contracting Command 413th Contracting Support Brigade 742 Santos Dumont, Bldg 108 Schofield Barracks, HI 96857-5000 FAX 808-656-1056 (e) For all contractors using the ACORD form dated earlier than October 2009, the Certificate of Insurance cancellation statement shall be revised as follows: Delete the words ?endeavor to? and ?but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives.? The Certificate of Insurance cancellation statement shall then read: ?Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will mail 30 days written notice to the certificate holder named to the left.? 52.232-5000 -- WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES/SERVICES/ CONSTRUCTION Use in all solicitations and contracts. (a) Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow. The vendor shall self-register at the web site https://wawf.eb.mil/. Vendor training is available on the Internet at: http://wawftraining.com/ Army Help Desk -- Normal operating hours, 0630-1800 Eastern Standard time. Army WAWF Help Desk 1-877-2-DA-WAWF or 1-877-232-9293 (b) Under this contractual document, contractor is required to submit the following type of invoice utilizing WAWF. __ Select the Invoice only within WAWF as the invoice type ? Creates Stand Alone Invoice _X_ Select the 2-in-1 Invoice within WAWF as the invoice type. Creates two documents, an Invoice and a Receiving Report, within one data entry session. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. __ Select Combo --The Invoice and Receiving Report Combo enables a Vendor to create two documents from the same data entry session. The Vendor inputs contract and item data once. Two separate documents - an Invoice and a Receiving Report - are generated in the WAWF system. __ Construction ? Creates a Construction Payment Invoice from a contract for construction. Both an inspection and a contracting officer must review and accept. The following information is provided for completion of the invoice in WAWF: Issuing Office DODAAC: W912CN Admin DODAAC: W912CN Inspector/Acceptor DODAAC: WX3JQT LPO DODAAC:NA (only applicable if you have Navy funding) Pay DODAAC: HQ0490 Receiver/Acceptor: TBD Contract Specialist: SANDRA AGBAYANI, 808-656-0940 Contracting Officer: RYAN LEE, 808-656-0978 Contract Number: TBD (c ) The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms 52.233-5000 -- AMC-LEVEL PROTEST PROGRAM Use in all solicitations. (a) 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. (b) 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 Government Accountability 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. (c) 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. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 (d) The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. 52.245-5000 -- CONTRACTOR LIABILITY FOR PROPERTY Use in all solicitations and contract involving contractor property on a military installation. (a) Unless otherwise specified, the Government assumes no liability, and hereby disclaims liability for damages to or losses of, Contractor-owned or furnished property which, pursuant to the terms of his contract, is placed on a U.S. Government installation or other real property under the control of the United States Government, whether by lease, license, permit, or otherwise, except for loss or damage caused by the negligence or wrongful act or omission of a military person or civilian employee or the Department of Defense while acting within the scope of this employment under circumstances in which the United States if a private person, would be liable to the Contractor in accordance with the law of the place where the act or omission occurred. (b) Any claim of the Contractor falling within the purview of the exception, should be submitted, pursuant to the Federal Tort Claims Act, to the 413th Contracting Support Brigade, Regional Contacting Office- Hawaii, Fort Shafter, Hawaii 96858-5025. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that 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. (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. 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) (a) Definitions. As used in this clause-- Postconsumer fiber means? (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or (2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not (3) Fiber derived from printers' over-runs, converters' scrap, and over-issue publications. (b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of clause) with firms that are owned or controlled by the The Government of a Terrorist Country 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAR 2014) (a) Unless the Government determines that there is a compelling reason to do so, the Contractor shall not enter into any subcontract in excess of $30,000 with a firm, or a subsidiary of a firm, that is identified in the Exclusions section of the System for Award Management System as being ineligible for the award of Defense contracts or subcontracts because it is owned or controlled by the government of a terrorist country. (b) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party that is identified, on the List of Parties Excluded from Federal Procurement and Nonprocurement Programs, as being ineligible for the award of Defense contracts or subcontracts because it is owned or controlled by the government of a terrorist country. The notice must include the name of the proposed subcontractor notwithstanding its inclusion on the List of Parties Excluded From Federal Procurement and Nonprocurement Programs. (End of clause) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only 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 15 days (End of clause) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of clause) 52.203-5000 -- CONTRACTUAL RELATIONSHIPS Use in all solicitations and contracts involving the provision of services on an installation. The Contractor's personnel shall at all times be under the supervision of the Contractor and not under the supervision of the Government or any of its officers or employees. Any discrepancies or noncompliance with the contract provisions or specifications will be brought to the attention of the employee's supervisor or foreman in charge for necessary corrective action. 52.203-5002 -- CIVILIAN EMPLOYMENT OF MILITARY PERSONNEL EMPLOYEES Use in all solicitations and contracts. No military personnel assigned, attached or on TDY to any military unit shall be employed by the Contractor to perform work under this contract unless and until he or she has furnished the Contractor written approval of his immediate Commander, and in no event shall such personnel be utilized in a supervisory capacity in performance of the contract work. 52.236-5008 -- CONTRACTOR INSPECTION SYSTEM Insert in all solicitations and contracts involving the provision of services or minor construction work on an installation. (a) In addition to the specific contractual requirements, an inspection system acceptable to the Government shall include, as a minimum, the following, as applicable: (1) Inspection Documentation: Inspection shall be prescribed by clear, complete and current instructions. The instructions shall assure inspection of services, work in process and completed services as required by the contract. In addition, criteria for approval and rejection of services shall be included. (2) Records: The Contractor shall maintain adequate records for all inspections. The records shall indicate the nature and number of observations made, the number and type of deficiencies found, the services approved and rejected and the nature of the corrective action taken as appropriate. (3) Corrective Action: The Contractor shall take prompt action to correct assignable conditions which have resulted or could result in the submission to the Government of services which do not conform to the contract, and/or submit documentation necessary to substantiate service reperformance/conformance. (4) Changes: The Contractor's inspection system shall provide for procedures which will assure that applicable instructions required by contract, as well as authorized changes thereto, are used for inspection. (5) In-Process Controls: In-Process control procedures shall be an integral part of the inspection system when such inspections are a part of the contract. (6) Indication of Inspection Status: The Contractor shall maintain a positive system for identifying the inspection status of services. Identification may be accomplished by any appropriate control device which is of a design distinctly different from Government inspection identification. (b) Government Evaluation: The Contractor's written inspection system shall be provided to the Contracting Officer Representative within seven calendar days of contract award for review and evaluation for effectiveness by the Contracting Officer or his or her authorized representative. 52.236-5007 -- PRECAUTIONS FOR THE PROTECTION OF EXISTING UTILITIES (INCLUDES COMMUNICATIONS) AND FACILITIES. Use in all solicitations and contracts for minor construction, or maintenance or repair of buildings. (a) Contractors are required to ensure necessary precautions and obtain required permits to protect government utilities and facilities. Contracts involving dredging, excavating, blasting and grading operations, demolition of structure and the moving of heavy and/or bulky equipment shall be subject to the following procedures and conditions: (1) The Contractor shall obtain a written concurrence of the existing conditions and locations of utilities for his operations from the COR prior to beginning work and request the best information available on the location of Engineer facilities. Contractor shall verify locations of all utilities identified by the Government which affect his work. (2) The Contractor shall be required to obtain a written clearance for his operations prior to beginning work and shall have locations of signal underground facilities staked out in the field from the 30th Signal Battalion/Network Enterprise Center-Hawaii (NEC-HI), EMC, IMG (Army Telephone, Data/LAN): Bldg 600, Room 157, 148 Curtis Loop, Wheeler Army Air Field. Mr. Eugene Brown, (Primary AO) (808) 656-6656; Marion F. Robinson, Jr., (808) 656-1765 (Alt AO). Business Hours: Mon - Fri. 0830-1700. (3) If any cable/conduit is uncovered or damaged during excavation process, immediately contact: (i) the JHITS trouble desk, (808) 659-1444 (ii) the NEC-HI RNOSC, (808) 655-2999, with detailed information on situation, and (iii) the NEC-HI POCs (above) with reported dates, times and details. (4) The Contractor shall also obtain a written clearance for gas line for this operations from The Gas Company (Tel: 594-5575) prior to beginning work and shall have locations for underground facilities staked out in the field by Gas Company personnel. (5) Additional Digging Information: At least five days prior to digging please call the number below. Government Agency and Contact Person: Hawaii One Call Center Phone Number: 1- 866-423-7287. (b) The Contractor shall be liable for damages resulting from his failure to comply with (1), (2), (3) or (4) above. Use in all solicitations and contracts. (a) The Contractor agrees to utilize only experienced, responsible, and capable people in the performance of the work. The Contracting Officer may require the contractor to correct instances of misconduct by employees working on this contract. In addition, the Contracting Officer may direct the contractor employee be escorted from the Army installation if determined that such action is necessary to protect the interests of the Army. The Installation Commander or appointed designee has the authority to bar contractor employees from the installation when determined to be in the best interest of Army. (b) The Contracting Officer may require that the contractor remove from the Government job employees who endanger persons or property.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34580a910baec3a563b77038926ba7d7)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03388831-W 20140611/140609234059-34580a910baec3a563b77038926ba7d7 (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.