Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
SOLICITATION NOTICE

S -- Pump out waste water - Package #1

Notice Date
7/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
pumpoutwastewater
 
Point of Contact
Mary LouWalther, Phone: (210)671-1732, Jorge Canavati, Phone: 210-671-1771
 
E-Mail Address
marylou.walther@us.af.mil, jorge.canavati@us.af.mil
(marylou.walther@us.af.mil, jorge.canavati@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Texas Administrative Codes/Rules Attachment 2 Texas Commission on Environmental Quality Core Data Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate Request for Proposal (RFP) will not be issued. The solicitation number is #F2M3CB5127AW01 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and DFARS change notice 20140825. This purchase is restricted to Small Business concerns. This NAICS code is 237110 and the size standard is $36.5 millions. This is a requirement for pump out Camp Bullis Waste Water Treatment Plant as indicate below. PUMP OUT CAMP BULLIS WASTE WATER TREATMENT PLANT (The quote shall be effective for 30 days after submission of quote) Please respond to this RFQ by emailing response to: MARY LOU WALTHER, email address: mary.walther@us.af.mil no later than 2:00pm CST, Wednesday 22 July 15 in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. Please contact Mary Lou Walther with additional questions at the above noted email address or call (210)671-1732. (Please provide a quote for the line items listed below. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award. ITEM DESCRIPTION QTY Unit Unit Price Extended Amount 0001 Pump out Camp Bullis Waste Water Treatment Plant. See attached Performance Work Statement 01 Each $_____________ $_____________ TOTAL COST $___________ Please provide the information below: Pricing Quoted: Includes Open Market prices ONLY. Payment Terms Delivery Date Company Name: DUNS # Required Cage Code Number: POC: Telephone # E-Mail Address: Tax ID#: Warranty Informaiton:____________________________________________________ Do you have capacity to invoice electronically (invoicing through WAWF)?_________ Special Notes and Instructions : •1. This is a notice that this order is a total set-aside for small business concerns. Only quotes submitted by small business will be accepted by the Government. Any quote that is submitted by a contractor that is not small business will not be considered for award. •2. Basis for Award. 502d CONS/JBKAA will issue a purchase order to the vendor who is determined to have the lowest offer. •3. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations). To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. •4. Delivery/Assembly: The items must be fully assembled and ready for use upon delivery. •5. The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.) 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52-219-6 Notice of Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-50 Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-23 Assignment of Claims 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52. 252-1 Solicitation Provisions Incorporated By Reference 52.253-1 Computer Generated Forms 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 5352.201-9101 OMBUDSMAN (APR 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUL 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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 settlement. 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) 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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil or www.arnet.gov (End of Clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION. (DEVIATION 2015-O0010) (FEB 2015) •(a) In accordance with section 743 of Division E, title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. •(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. •(c) Representation. By submission of its offer, the Offeror represents that it does not requirement employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such wasted, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS. (DEVIATION 2015-O0010) (FEB 2015) •(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. •(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. •(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. •(d) (1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of provision) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007)(DATE 2012) •(d) In accordance with section 514 of Division H of the Consolidate Appropriations Act, 2012, none of the funds made available by the Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State 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 further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILLITY OR A FELONGY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Approriations 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; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ADDENDUM TO 52.212-4 (LACKLAND 0007) (FEB 11) Paragraph (c) of Clause 52.212-4 is tailored as follows: (c) Changes. Changes in the 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government. (End of clause) JBSA CLAUSES (LACKLAND 0009) (NOV 13) Smoking in AF Facilities Contractors are advised that the AF has placed restrictions on the smoking of tobacco products in AF facilities. AFI 40-102, Tobacco Use in the Air Force, outlines the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Joint Base San Antonio (JBSA) Traffic Code All applicable Traffic Codes will be enforced and apply to all personnel operating vehicles on a JBSA installation. The governing instruction for all Traffic Codes is AFI 31-218(I) and AFMAN 31-116. For a complete listing of all JBSA Traffic Codes and all other applicable traffic policies and procedures, please contact the Contracting Office. Cell Phone Usage Contractors are advised that DoD Instruction (DoDI) 6055.04 prohibits cellular telephone usage when approaching, entering or exiting any installation gate. Cell phone usage by drivers on installations is prohibited in moving vehicles unless used with a hands-free device. The installation Security Forces Squadron (SFS) is strictly enforcing this regulation. Those found in violation of this regulation are subject to be ticketed. Base Fire Prevention Program The contractor will be required to comply with the applicable Fire Prevention Program, for JBSA Lackland the applicable directive is AFI 91-203. Contact the Contracting Office for a copy of AFI 91-203. (End of Clause) SECURITY REQUIREMENTS FOR UNCLASSIFIED SOLICITATIONS AND CONTRACTS (LACKLAND 0010) (FEB 11) 1. Base Entry and Vehicle Control Requirements. Contractor shall comply with AFFARS Clause 5352.242-9000, "Contractor access to Air Force installations" which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. 2. Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check with Inquiries (NACI) request, before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny computer access. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed to perform duties requiring computer access. After submission of the complete security package through the security office and completion of an adjudicated NACI, contractor employees may obtain their "Common Access Card" (CAC) for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. Contractor shall comply with AFFARS Clause 5352.242-9001 Common Access Cards (CACs ) for Contractor Personnel which is hereby incorporated by reference if not otherwise included. The contractor shall comply with DODD 5200.08R Physical Security Program, (Chapter 3, Section C.3) requirements. 3. Installation Access. Criminal History Check will be conducted on all prime/subcontractor employees requiring base access. The contractor shall provide the Contracting Officer and the Information Protection Office a current list of employees needing access within 3 working days after receiving award or Notice of Award. The list shall include employee's name, date of birth, social security number, state driver's license/state ID number and state of issue. Notifications of contractor employee additions and deletions shall be provided with the same information listed above and within 3 working days. Within 10 business days after receipt of the list the Government will notify the Contractor that installation access passes are available for those employees clearing the criminal history check. The duration of any pass issued will not exceed one year or the duration of the contract, whichever is shorter. This process will be repeated at the exercise of any option period. 4. Government Data. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW with the records management procedures in Air Force Instruction (AFI) 33 - 322, Records Management Program, Air Force Manual (AFMAN) 33-363, Management of Records, and the Air Force Records Disposition Schedule (AFRDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/rims.cfm 5. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters and AFI 31-401 (Chapter 8). Contractor shall report to Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 6. Freedom of Information. The contractor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the Contracting Officer. 7. Physical Security. The contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 8. Key Control. The contractor shall safeguard all keys issued by the government and ensure they are used only by authorized contractor personnel. The contractor shall not duplicate issued keys and shall report lost keys to the contracting officer immediately. The contractor will be charged for lost keys, re-keying, and lock replacement as applicable. 9. Additional Security Requirements. NACI's will be IAW Homeland Security Presidential Directive 12 (HSPD-12). If this contract requires access to classified materials the contractor shall comply with DOD 5200.1-R, AFI 31-401, AFI 33-201, Volume 1, and Volume 2 (COMSEC), AFSSI 7700 (Emission Security), AFSSI 8502, (Organizational Computer Security), and AFPD 16-14, (Information Protection), and Operations Security (OPSEC) Instructions. 10. Unescorted Entry to Restricted/Controlled Areas. If this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with DOD 5200.2-R, Appendix 1, and AFI 31-501, Personnel Security Program Management (Paragraph 3.24). If the performance of this contract requires unescorted entry to a restricted/controlled area, personnel must have a favorably adjudicated NACI investigation. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to restricted/controlled areas. In this instance the Contracting Officer will notify the contractor of the denial. That individual will not be allowed to perform duties requiring access to restricted/controlled areas. Upon receipt of a favorable investigation results and authorization by the appropriate commander, the contractor member will receive appropriate entry credentials for access to restricted/controlled areas, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. 11. Credentials Turn-In. Upon completion of performance, termination of the contract or termination of performance on this contract by any individual for any reason, the contractor shall turn in all CAC Cards, Base Identification Passes, Restricted Area Badges, and any other documents issued by the government to the Issuing office, COR, or Project Manager. 12. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on JBSA Lackland. (End of Clause) CONTRACTOR PERSONNEL CONDUCT (LACKLAND 0013) (FEB 11) The contractor will ensure that its employees conduct themselves in a professional manner while on the installation and refrain from disruptive, offensive, or otherwise improper behavior that undermines order and discipline. The contracting officer may direct the contractor to remove from performance of this contract on this installation any contractor employee engaging in such misconduct. (End of Clause) CONTRACT WORK HOURS (LACKLAND 0014) (MAY 2011) 1. The contractor shall provide service on the dates and at the times specified in the contract. Any deviation to these dates and times will be only as authorized by the Contracting Officer. Contract performance requirements are governed by the contract. Contractor personnel shall take their direction concerning their duty status and hours of performance from their contractor management chain and not from government personnel. 2. The contractor is advised that special activities including but not limited to commander's calls, sports days, employee quality of life meetings, late reporting, staggered reporting times, early release, down-days (goal days), physical fitness time, office picnics, and holiday parties are for government personnel only and do not apply to the contractor employees unless expressly stated otherwise in the contract. If any special activity occurs, the contractor will continue to perform contract requirements unless expressly excused by the contracting officer. In the event that the contracting officer excuses performance, the contractor understands that its employees' participation in such event will not be at government expense. The contractor is further advised that any special time off granted by the president or other competent authority is for government personnel only and does not apply to the contractor employees. 3. If the contractor is prevented from performing due to acts beyond the contractor's control including emergency base closure the standards in clause 52.212-4(f) and or 52.249-8/9/10 as appropriate will be applied to determine if the non-performance is excusable. In the event of an emergency base closure due to weather or other contingency situation the contracting officer will notify the contractor of any changes in performance requirements. The Contractor shall be responsible for instructing contractor personnel concerning their duty status. Under no circumstances will the contractor be paid for supplies or services not delivered. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/pumpoutwastewater/listing.html)
 
Place of Performance
Address: Waste Water Treatment Plant, Camp Bullis, San Antonio, Texas 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03803489-W 20150722/150720235511-a54b8213f901a691e8ed664b3f73234a (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.