Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

V -- FAMILY READINESS - EAST TN - FR RFP - FAMILY READINESS PWS

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721120 — Casino Hotels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-18-Q-0531
 
Archive Date
6/5/2018
 
Point of Contact
Rhonda Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAMILYREADINESS PWS/SOLICITATION REQUEST FOR PROPOSAL - RFP This is a combined synopsis/solicitation for the Family Readiness Group prepared in accordance with the format in Subpart 12.6 and FAR Part 15 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-18-Q-0525 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 24 Jan 2018. This requirement is being set-aside Small Business, and the North American size standard is $32.5M Industry Classification System (NAICS) Code is 721110. All responsible sources may submit an offer, which will be considered by this Agency. This award is subject to the Service Contract Act, http://www.wdol.gov/sca.aspx DAVIDSON CO/HAMILTON CO/KNOX CO/ANDERSON-ROANE CO/SULLIVAN CO CHOICE ONLY 1 LOCIATION: Chattanooga, OR Kingsport OR Johnson City, OR Knoxville OR Oak Ridge, OR Nashville TN, 22-24 JUNE 2018. Proposals are due in this office no later than 21 MAY 2017 MONDAY, @ 12:00 noon (CST) (1:00pm EST). Email proposals to rhonda.m.lien.civ@mail.mil Point of Contact (POC) referencing this solicitation is Rhonda Lien at 615-313-0530. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on lowest price technically acceptable by the government and the ability to meet the requirements of the Performance Work Statement. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be certified in www.SAM.gov. This will be a determining factor in the award process if the offeror is not current in their certification. https://www.sam.gov/portal/public/SAM/. THIS SOLICIATION WILL CLOSE 18 MAY 2018 @ 10:00am (CST) (9:00am EST). 52.212-2 EVALUATION - COMMERCIAL ITEMS •1. Guest Lodging - Vendor will provide a block of 80 (40x2) rooms requesting pre-diem rate. •2. Staff Lodging - Vendor will provide a block of 10 (20x2) rooms requesting pre-diem rate. These rooms will be paid separately, not on contract. •3. Conference Rooms - Vendor will provide 9 conference rooms total for the event (1 General Sessions 100 people, (See PWS for more details) •a. General Session maybe used for dining area for lunch •4. Small Interest Groups: Coordinate two (2) conference / break-out rooms: •5. Lobby Area for Vendors - Vendor will provide lobby area for event registration and vendor display for 10 vendors. •a. One (1) 6ft or 8ft table per vendor; •b. Two (2) chairs per table; •c. Wireless internet access; •d. Complimentary water station; •e. Located in close proximity to the General Session room Meals - Breakfast and Lunch will be included, please refer to the PWS. •6. Security Requirements - Vendor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TN-ANG. •a. Vendor will lock all conference rooms nightly when not in use. •7. Audio Visual - See PWS for details •8. Lowest Price Technically Acceptable for the Government and meet the needs of the Solicitation/Performance Work Statement. Notification of award or acceptance of an offer will be emailed to the contractor. •A. 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements •B. 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL •C. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards •D. 52.204-16 Commercial and Government Entity Code Reporting. •E. 52.204-18 Commercial and Government Entity Code Maintenance. •F. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. •G. 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) •H. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •I. 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. •J. 52.211-6 BRAND NAME OR EQUAL •K. 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS •L. 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS •M. 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS •N. 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) •O. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. •P. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION •Q. 52.222-3 Convict Labor. •R. 52.222-21 Prohibition of Segregated Facilities. •S. 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) •T. 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) •U. 52.222-36 Equal Opportunity for Workers with Disabilities •V. 52.222-41 Service Contract Labor Standards. •W. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES •X. 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) •Y. 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). •Z. 52.222-55 Minimum Wages Under Executive Order 13658. •AA. 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 •BB. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •CC. 52.225-13 Restrictions on Certain Foreign Purchases •DD. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management •EE. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •FF. 52.233-3 Protest After Award. •GG. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM •HH. 52.237-1 Site Visit. •II. 52.252-2 Clauses Incorporated by Reference. •a. http://farsite.hill.af.mil/ •JJ. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. •KK. 52.252-6 Authorized Deviations in Clauses. •LL. 252.201-7000 Contracting Officer's Representative. •MM. 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS •NN. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. •OO. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. •PP. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls •QQ. 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION •RR. 252.204-7011 Alternative Line Item Structure. •SS. 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT •TT. 252.225-7031 Secondary Arab Boycott of Israel. •UU. 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate I) •VV. 252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - •WW. 252.232-7006 Wide Area WorkFlow Payment Instructions. •XX. 252.232-7010 Levies on Contract Payments. •YY. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Performance Work Statement **REVISED** Objective: The objective of this contract is to provide a Family Readiness Leadership Training for TN-ARNG Service Members and dependents within the East TN region. The Contractor will perform a wide range of administrative tasks for the Family Programs, (J9) that include the formation and administration of various projects as detailed in this PWS. Deliverable Performance Standard Acceptable Quality Level (AQL) Method Used / Frequency Lodging 3.0 - 3.4 Lodging •· Rooms were acceptable to 93%-98%? •· Rooms were available for check-in on time? •· Rooms were clean at check-in? COR Survey after event Conference Rooms 4.0 - 4.3.1 Conference Rooms •· Conference Rooms were set-up as requested per PWS? •· Conference Rooms were clean before start of event •· All A/V request were met per PWS? Lobby 5.0 - 5.1.1 Lobby •· Lobby area was clean and clear for vendor set-up? •· Vendor tables were set-up and presentable? Meals 6.0-6.4.2 Meals •· Meals were delivered on time? •· Meals were hot and acceptable flavor? •· All meals request were met per PWS? Security 8.0-8.2 Security •· Were the children safe at all times and out of harm's way? •· Verify Proper documentation 1.0 Organizational Analysis Army National Guard (ARNG): Source: ( http://www.arng.army.mil/Pages/Default.aspx ) Vision is to be a "Ready, reliable, and accessible force that maintains its relevancy now and through the millennium". Mission is "To provide combat capability to the war fighter and security to the homeland." Specifically, to provide ready units to the state and nation in three critical roles: •· Federal Role: To support national security objectives •· State Role: To protect life and property, and to preserve peace, order, and public safety. •· Community Role: To participate in local, state, and national programs that add value to America 2.0 Technical Specifications: 2.1 LOCATION(S) Chose only - 1. Chattanooga or Kingsport/Johnson City or Knoxville/Oak Ridge or Nashville 2.2 The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 2.3 The Contractor/Vendor must be on-site for duration of event to ensure proper delivery of services. Contractor/Vendor is responsible for all fees, deposits, and taxes. The Contractor/Vendor must be able to meet all deadlines. The Contractor/Vendor is responsible to provide answers for evaluation points and delivery schedules for all items. Contractor/Vendor representation is required to be located to be on site for full performance period. 3.0 Lodging : The Contractor will: 3.1 Vendor will make available a block of ten ( 10) (10x2=20) guest rooms for two nights each. Guests will check in on Friday, 22 June 2018 and check out Sunday, 24 June 2018. 10 guest rooms will be designated for TN-ARNG Family Readiness event staff. Guest rooms will be blocked for TN-ARNG Event Staff and will not be under the same room block for participants. 3.1.1 The ten ( 10) total guest rooms reserved will not be included in the final quote and will be paid outside of the contract by individual guests. However, the guest rooms will be needed at the same location and on the same dates, and will be considered part of the award consideration. 3.1.2 Vendor may release administrative block of 10 guest rooms for event no sooner than 12pm, 15 June 2018. 3.3 Vendor will provide forty 40 (40x2=80) guest rooms for two (2) nights each. Guests will check in on Friday, 22 June 2018 and check out Sunday, 24 June 2018. 40 guest rooms will be designated for TN-ARNG Family Readiness event participants. 3.3.1 The 40 guest rooms for Family Readiness event participants WILL be included in the final quote and WILL bill to the master account on the contract. 3.3.2 Any costs charged to the room such as telephone usage, movies, video games/equipment rental, mini bar usage, room service or any other charge above and beyond the daily rate, will be at the occupants expense and will not be allowable under this contract. (Hotel is liable to collect any additional charges) 3.3.3 TNARNG will provide Vendor a rooming list for contract guest rooms NLT 12pm, 15 June 2018; after which all unassigned rooms will be released and credited back to the contract. 3.4 TNARNG requests the federal per diem rate for all standard rooms (staff & participant) for the Family Readiness Support Training event. 4.0 Conference Rooms: The Contractor will: 4.1 General Session : Coordinate one (1) conference room to comfortably seat 100 people. Contract will include: •· Table arrangement in banquet layout with preference of eight (8) people per table, but no more than ten (10) people per table; •· Table arrangement will have a center isle; •· One (1), 6 ft. or 8 ft. table placed at the front of the room; •· Two (2), 6ft. or 8ft tables placed at the rear of room; •· One (1) podium; •· One (1) American Flag; state flag is optional; •· Complimentary water station in room; •· Audio Visual (ref 7.1); •· If possible, vendor will offer linens in white, purple, & yellow colors; •· This room may be used as dining area for the lunch banquet. 4.1.1 Two (2) 6 ft. or 8 ft. tables, with chairs, are required outside of the general session conference room for registration purposes. 4.1.2 General Session conference room is required from 10:00am, 22 June through 4:00pm, 24 June 2018. 4.1.3 Vendor will lock room each evening when not in use. 4.2 Small Interest Groups : Coordinate two (2) conference / break-out rooms: •· Each room will comfortably accommodate 30 adults. •· Seating will be arranged in a classroom style; •· Rooms will be located in close proximity to the general session room; •· One (1) 6ft or 8ft table placed at the front of the room; •· Audio Visual (ref 7.2). 4.2.1 Room designated for Adult groups is required from 10:00am, 22 June 2018 through 4:00pm, 24 June 2018. 4.2.2 Vendor will lock room each evening when not in use. 4.3 Childcare Breakout Rooms : Coordinate two (2) conference/ break-out rooms: •· Room will accommodate 15 children with both tables & chairs and open play space •· One (1) small table and one (1) chair needed for program administrator. •· Room requires an in-room lavatory or be located within immediate access to public restrooms. •· In-room water station is required. •· Rooms will be used for Youth lunch banquet; •· Audio Visual (ref 7.3). 4.3.1 Room designated for Youth Programs is required from 10:00am, 22 June 2018 through 4:00pm, on 24 June 2018. 5.0 Lobby/ Vendor Display Areas: 5.1 Vendor Display : Compose one (1) area to accommodate ten (10) vendors: •· One (1) 6ft or 8ft table per vendor; •· Two (2) chairs per table; •· Wireless internet access; •· Complimentary water station; •· Located in close proximity to the General Session room. 5.1.1 Space is required from 4:00pm, 22 June 2018 through 4:00pm, on 24 June 2018. 6.0 Meals: 6.1 Evening Dinner : Vendor will provide a light dinner service on Friday 16 June for 80 people. Dinner items will include a variety of both hot and cold foods such as, slider-style sandwiches, kabobs or deli trays, chicken fingers with dipping sauces, pasta salad, fruit salad and dessert items, etc. Beverages will consist of both caffeinated and decaffeinated coffee, tea (both sweet & un-sweet), a variety of chilled sodas (both diet & regular) and pitchers of water with ice and cups (no bottled water). 6.1.1 Dinner will be served casually in the general session room from 6:00pm - 7:30pm. 6.2 Breakfast : Vendor will provide a full breakfast buffet on Saturday, 23 June, and 24 June 2018, for 115 people (235 total) consisting of a variety of the following: •· Beverages will consist of: caffeinated and decaffeinated coffee, hot tea assortment, iced water(not bottled), orange juice, and milk; •· sliced seasonal fruit; •· ham, bacon, or sausage; •· breakfast potatoes; •· eggs- any style; •· muffins, bagels or pastries. 6.2.1 Breakfast will be served: 7:30 - 8:30am. 6.2.2 Breakfast pastries/muffins, fruit, coffee, and tea will be left for consumption after the breakfast service has closed. Items will be removed only after depletion or to prepare for the service of the next meal. 6.2.3 Coffee and tea will be refreshed between meals. 6.3 Lunch: Vendor will provide lunch on Saturday, 23 June, and Sunday, 24 June 2018, for 100 people (200 total). Lunch items will include: salad, a choice between two (2) entrees/meats and a minimum of two (2) vegetables/side items, bread/rolls, one (1) dessert, and a drink per person. The salad will not be considered as one of the vegetable/side item requirements. Beverages will consist of ice water, sweet tea (no un-sweet), chilled soft drinks offered in both diet & regular varieties, and coffee. Vendor will provide linen table cloths for each dining table. Meal will be served buffet style. Vendor will provide servers for beverage refreshment and dish removal during mealtime. •· Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz. each. •· Lunch will be made available from 11:30am - 12:30. •· Saturday, 23 June - Dessert and coffee will be included in the total cost of the lunch meal but will be offered to event participants for consumption at 2:00pm. 6.3.1 Lunch: Vendor will provide a lunch on Sunday, 24 June 2018 for 100 people. Meal will consist of a "grab-and-go" variety of boxed lunches. Boxed lunches will consist of a sandwich, chips, fruit salad, dessert, and a beverage. •· Sandwiches will be a variety of meats & cheeses on an artisan style bread; •· condiments will be served on the side; chips will be an individually packaged variety; •· fruit will be portioned in individual containers; dessert will be individually wrapped (ref 6.3.2); •· Beverages will consist of bottled soft drinks offered in both diet & regular varieties, as well as non-carbonated options such as tea or lemonade. •· Serving portions will be a minimum of the following: meat - 6oz.; cheese - 1oz.; fruit - 6oz. each; dessert -6oz. each; beverage - 20oz each. •· Boxed lunches will be made available NLT 12:00pm. 6.4 Lunch : Vendor will provide a lunch meal for 15 children on Saturday, 23 June and Sunday, 24 June 2018 (30 total). 6.4.1 Children's menu will include, but not be limited to, entrees, side items and desserts generally considered " kid friendly". Meals may include a combination of entrees & side items such as grilled ham & cheese sandwiches, chicken tenders, pizza, French fries, macaroni & cheese, pasta salad, fruit salad, fruit flavored gelatin, cookies, etc. Beverages will consist of ice water, milk and lemonade. •· Serving portions will be a minimum of the following: meat - 5oz.; vegetables /side items- 3oz. each; bread - 1 dinner roll; dessert - 1 serving, 3oz each. 6.4.2 Children's lunch will be served from 11:00-12:00pm in the designated youth classroom area each day. 6.5 Dinner: Vendor will provide dinner on Saturday, 23 June for 115 people. Dinner items will include: salad, a choice between two (2) entrees/meats and a minimum of two (2) vegetables/side items, bread/rolls, one (1) dessert, and a drink per person. •· The salad will not be considered as one of the vegetable/side item requirements. •· Beverages will consist of ice water, sweet tea (no un-sweet), chilled soft drinks offered in both diet & regular varieties, and coffee. •· Vendor will provide linen table cloths for each dining table. •· Meal will be served buffet style. •· Vendor will provide servers for beverage refreshment and dish removal during mealtime. 6.5.1 Dinner will be made available from 6:30pm - 8:30pm. 7.0 Audio Visual/Internet: 7.1 General Session: Vendor will provide: One (1) of each item: podium, speaker's platform, projector, 10ft screen (approximate), hand-held microphone, wireless microphone, speakers/sound system, and any required ancillary or necessary equipment required for operation. 7.2 Small Break-outs: Vendor will provide: One (1) of each item: podium, projector, 5ft screen (approximate), speakers/sound system, and any required or necessary ancillary equipment required for operation. 7.3 Childcare Breakout room: Vendor will provide one (1) of each item: TV, DVD player and any ancillary equipment required for operation. 7.4 Vendor will allow TN-ARNG Military & Family Readiness Office use of any additional private audio visual equipment as needed. 7.2 Wireless internet capabilities required to efficiently support vendors, general sessions, and small breakout sessions. 8.0 Security Requirements: 8.1 The contractor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TNARNG. 8.2 Vendor will lock all conference rooms nightly when not in use. 9.0 Miscellaneous: 9.1 When submitting a proposal all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of proposal. 9.1.2 Contract Specialist for this Request for Proposal is Rhonda Lien, rhonda.m.lien.civ@mail.mil, and Phone: 615-313-0530. Please call if there are any questions pertaining to this request. 9.1.3 Contracting Officer's Representative (COR) for the event is MAJ Tim Roberts, TNARNG State Family Program Director, timothy.e.roberts7.mil@mail.mil, Phone: 615-313-0994. 10.0 Hours of Operation : 10.1 The contractor will perform the services during the "Family Readiness Training" event beginning 10:00am, 22 June, through 4:00pm, 24 June 2018. 10.1.1 Check-in for the hotel guests will be NLT 3:00pm on day of arrival. 10.1.2 A late check-out will be extended to all event participants and staff on day of departure. 10.2 Vendor will not contract with any other party for use of the same occupied space during anytime of specified hours of operation. 11.0 Contractor Manpower Reporting. 11.1 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://www.ecmra.mil/Login.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's 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 dollars 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 purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an 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 deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 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 by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Quality Assurance Plan : The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of "Green" on all measured deliverables unless otherwise notified. The quality rating may change from "Green" to "Red" without notice. We anticipate the COR utilizing the "Yellow" quality rating to alert the contracting office and the COR of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of "Green" unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-18-Q-0531/listing.html)
 
Place of Performance
Address: 3041 SIDCO DRIVE, NASHVILLE, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04926365-W 20180519/180517230942-8ec6c845e6cc6fc9612e3875398d00a0 (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.