SOLICITATION NOTICE
V -- FURNISHING MANAGEMENT DRAYAGE SERVICES between AVIANO AB/PAPA AB, HUNGARY.
- Notice Date
- 3/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
- ZIP Code
- 33081
- Solicitation Number
- F1F3A89064AM03
- Archive Date
- 4/17/2009
- Point of Contact
- Rosanna A Capasso,, Phone: 0039434304309, Francesco Saponaro,, Phone: 0039 0434 30 7132
- E-Mail Address
-
rosanna.capasso@aviano.af.mil, Francesco.Saponaro@aviano.af.mil
- Small Business Set-Aside
- N/A
- Description
- March 30, 2009 COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number: F1F3A89064AM03 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. (iv) This solicitation is set-aside as unristricted. The North American Industry Classification System (NAICS) code is 484210 Contractor shall provide non personal FURNISHING MANAGEMENT DRAYAGE SERVICES between AVIANO AB/PAPA AB, HUNGARY. Duration of contract period: Basic term - date of award through September 30, 2009 plus two (2) one year options. (Please insert prices in last page of this synopsis) Contractor shall provide all manpower, tools, equipment, materials and transportation necessary to render FURNISHING MANAGEMENT DRAYAGE SERVICES between AVIANO AB/PAPA AB, HUNGARY in accordance with the Performance Work Statement (PWS) dated MARCH 2009 - attached hereto. (v) FAR 52.212-1, Instructions to Offerors - Commerical Items (Sep 2006), and Addenda apply to this acquisition as follows: ADDENDA 1. Provision 52.212-1, paragraph j, the following information is hereby added for obtaining the DUNS number in Italy: DUN & BRADSTREET Via dei Valtorta 48 20127 MILANO Tel.: 02-284551 Fax.: 02-28455501 2. The following information is provided for obtaining Cage Code in Italy. Note that NATO Code is synonymous to Cage Code. In order to obtain the code Offerors shall submit the required form (Questionario per l'Assegnazione del Codice NATO del Costruttore o del Fornitore) to the below agency with a copy to the Contracting Officer. The form can be obtained from the Contracting Officer upon request: Ministero della Difesa Segretario Generale della Difesa e Direzione Nazionale degli Armamenti Via Sant'Andrea della Fratte 1 00187 ROMA Tel. : 06-50233096 or 50233089 Fax.: 06-50233124 e-mail: ncbit.ncage@sgd.difesa.it 3. Proposal Contents There are two factors for evaluation (l) Technical Proposal and (2) Price. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The proposal shall consist of three (2 separate parts): Part I - Technical Proposal and Part II - Price Proposal.: a. PART I - Technical Information (for other than host nation authority documents this volume shall be no more than 30 written pages, letter or A4 size, Font -Times New roman or Arial 12 pitch) : (a) Historical Chamber of Commerce certificate, or equivalent document issued by member nation of the European Community, showing the Capital of the firm, names of partners/owners and submission of financial reports and changes to partners/owners etc. (b) DURC document issued by Italian authorities or equivalent document issued by member nation of the European Community. The DURC or equivalent document shall be submitted for direct hire employees as well as any self employed person and subcontractors. (c) ISO 9001 Certificate. (d) List with characteristics of vehicles owned or available through subcontractors and intended for use under this contract. (e) Organizational chart with total number of personnel in each division and line of responsibility for subcontractors. For key position pertaining to this solicitation the Offeror shall also indicate qualifications and languages proficiency for other than the English language. (f) Brief description of quality control process. (g) National Transportation Registration for third party ( Iscrizione Albo Nazionale Trasporti conto terzi) (h) European Transportation Licence (Licenza Ministeriale Europea per Trasporti). b. PART II - Price: Insert prices for each item (last page). Insert remittance information for EFT payments. (vi) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), and Addenda apply to this acquisition as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price. (a) Basis for Award. Government evaluation objective is to award to the responsive responsible offeror whose proposal is technically acceptable and will provide the best value to the Government. This evaluation process may result in an award to other than the low offers. 1. Technical Acceptability. The Government shall evaluate the technical proposal on a pass or fail basis as follows: (a) Verifying that all required documentation listed in the Addenda to 52.212-1, Instructions to Offerors for Part II technical information has been submitted by each Offeror. Offers incomplete shall receive an "unacceptable" rating and shall receive no further consideration for award of the contract. (b) Examining the contents of the Chamber of Commerce documentation ensures that the Offeror has sufficient financial, human and vehicle resources to perform the technical requirements of this solicitation as indicated in the Performance Work Statement (PWS)(List with characteristics of vehicles and Organizational chart). (c) Examining the contents of technical documentation to ensure the Offeror has satisfied all labor payment requirements of host country laws (DURC document for Italian Companies). (d) The Offeror is registered in the host country road transporters roll for transportation services to be provided to third parties and is holder of a European Transportation Licence for this service. (e) The Offeror Quality Control process is adequate to ensure timely discovery of unsatisfactory work and timely correction to ensure only satisfactory services are tendered for inspection and acceptance. (ISO 9001 certificate). Only proposals rated "acceptable" shall receive further consideration for award of the eventual contract. 2. Price. Proposals rated technically acceptable shall then be ranked by price (See also paragraph (d) below). The proposed prices will be evaluated for realism, and reasonableness. a. Realism: For prices to be realistic, the overall price in an offeror's proposal must: (1) be realistic for the type of work to be performed (2) reflect a clear understanding of the requirements (3) reflect what it would cost to perform operating with reasonable economy and efficiency. b. Reasonableness: Reasonable prices are those that, considering the type of business concern and organizational structure, reflect market conditions for the requested work and reasonable to both parties c. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. d. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (vii) FAR 52.212-3, Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006). Alternate I (Apr 2002) applies if over $25,000 (viii) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition. No addenda to this clause. (ix) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2007) (DEVIATION). The following additional FAR clauses cited in the clause are applicable: - 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (x) The following clauses and provisions apply to this solicitation and are included by reference: - 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Jul 2006) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000) 52.232-34 Payment by Electronic Funds Transfer--Other Than Central Contractor Registration (May 1999) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Alternate A (Nov 2003) 252.212-7001 Contract Terms and conditions required to implement Statutes or Executive orders applicable to Defense Acquisitions of Commercial Items (JAN 2009) (DEVIATION) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7001 Tax Relief (June 1997) 252.229-7003 Tax Exemptions (Italy) (Jan 2002) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.232-7008 Assignment of Claims (Overseas) (June 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 5352.201-9101 Ombudsman (Aug 2005) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor access to Air Force installations (Aug 2007) * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xi) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xii) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xiii) Quotes are due to this office no later than APRIL 15, 2009, at 17:00 Eastern standard Time. Quotes can be sent via e-mail to rosanna.capasso@aviano.af.mil or francesco. saponaro@ aviano.af.mil All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. (xiv) The points of contact for this combined synopsis/solicitation are Rosanna Capasso who can be reached at 011-39-0434-30-4309 or by e-mail, rosanna.capasso@aviano.af.mil - OR - Francesco Saponaro who can be reached at 011-39-0434-30-7132 or by e-mail francesco.saponaro@aviano.af.mil ESTIMATED Currency of offeror 0001 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT PAPA AB, HUNGARY 12 TRUCKS _______ ________ BASIC CONTRACT TERM FROM DATE OF CONTRACT AWARD THROUGH TO 30 SEP 2009 (Subject to clauses 52.217-8, 52.271-9 and 52.232-18) CONTRACTOR SHALL PROVIDE NON PERSONAL SERVICES TO PERFORM FURNISHINGS MANAGEMENT DRAYAGE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (PWS) DATED MARCH 2009 ATTACHED HERETO. ESTIMATED Currency of offeror 0002 SUPPLIES AND SERVICES QUANTITY UNIT UNIT PRICE AMOUNT PAPA AB, HUNGARY 6 TRUCKS _______ ________ FIRST OPTION CONTRACT TERM OCTOBER 01 2009 THROUGH TO 30 SEP 2010 (Subject to clauses 52.217-8, 52.271-9 and 52.232-18) CONTRACTOR SHALL PROVIDE NON PERSONAL SERVICES TO PERFORM FURNISHINGS MANAGEMENT DRAYAGE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (PWS) DATED MARCH 2009 ATTACHED HERETO. ESTIMATED Currency of offeror 0003 SUPPLIES AND SERVICES QUANTITY UNIT UNIT PRICE AMOUNT PAPA AB, HUNGARY 10 TRUCKS _______ ________ SECOND OPTION CONTRACT TERM OCTOBER 01 2010 THROUGH TO 30 SEP 2011 (Subject to clauses 52.217-8, 52.271-9 and 52.232-18) CONTRACTOR SHALL PROVIDE NON PERSONAL SERVICES TO PERFORM FURNISHINGS MANAGEMENT DRAYAGE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (PWS) DATED MARCH 2009 ATTACHED HERETO. TOTAL ________ PERFORMANCE WORK STATEMENT FOR FURNISHINGS MANAGEMENT DRAYAGE Papa Air Base, Hungary March 2009 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, vehicles tools, materials, supervision, and any other item and services necessary to perform Furnishings Management (FMO) Drayage IAW this Performance Work Statement (PWS) at Aviano Air Base Italy to Papa Air Base Hungary, located 540km from Aviano AB, at various areas as shown under locations in Appendix A. The contractor shall provide the required service of Government owned furniture and appliances to and from delivery and pick up locations and the FMO warehouse (bldg 43, located in Via Monte Colombera 1, Aviano PN). The radius of the area to be serviced is 30 km from Papa AB. All work shall be performed in accordance with national and local codes, safety standard dictated by most current Italian laws and directives and industry standards. Quality Control, establish and maintain quality control plan that ensures professional maintenance services are provided. All work shall be performed in a timely and professional manner. Drayage service includes but is not limited to: 1.1. Quality Assurance Evaluator (QAE) personnel will contact the contract manager or alternate NLT 1700hrs each Thursday submitting requirement for subsequent preloading on Tuesday and delivery or pick up on Wednesday the week after. 1.1.2. The contractor shall provide 3 qualified personnel, one of which shall be an English writing and speaking Crew Lead for each crew, with a hard shell vehicle with a minimum of 40 cubic meters to accommodate multiple deliveries and pick-ups. The Crew Lead shall provide coordination between contractor's crew and customer on the provided service. The contractor's personnel shall be properly attired and arrive each required Tuesday no later than 1400hrs at bldg 43 or at the pick up location at Papa AB on the required Wednesday. All unloading of furnishings and appliances from pick ups shall be on Thursday no later than 1100hrs. Number and order of scheduled pick-ups and deliveries will be presented on the loading day to the Crew Lead by the QAE. A QAE shall be appointed to each Crew Lead in the Furnishings Management warehouse for loading/unloading instructions. The contractor shall decide the best method for loading and unloading to ensure the maximum capacity of the vehicle. Changes in this schedule must be agreed to in advance between the QAE and the crew Inspector. 1.1.3. The contractor shall notify the QAE of any delays, breakdowns, unserviceable equipment, labor strikes, inclement weather or any other reason. 1.1.4. The contractor shall be responsible for any damages caused by the contractor to Government property, customer's leased facilities and to the FMO warehouse. 1.1.5. All contractors' vehicles shall be equipped with the following items: All vehicles shall be equipped with hydraulic lifts; cellular telephones to ensure communication between Crew Leadand QAE. The Contractor shall provide the Furnishing Management Office with a list of phone numbers of his crew leads no later than the first day of performance under the contract. The Contractor shall equip each vehicle with all necessary carts, tool boxes and hand power tools necessary to assemble, connect and/or dis-assemble home furnishings and appliances. The contractor will provide an external lift when required for delivery/pick up of FMO furniture and appliances to and from upper levels apartments when narrow stairways will not allow furnishings/appliances be placed in proper rooms. 1.2. MOVEMENT OF FURNITURE AND APPLIANCES FROM FMO WAREHOUSE TO DELIVERY LOCATION. 1.2.1. QAE personnel shall instruct the contractor on what items to be loaded. The contractor shall remove items for movement from storage at the FMO warehouse. Items stored higher than 1.6 meters (1.8 meters for mattresses) will be placed on the warehouse floor for the contractor by QAE personnel. 1.2.2. The contractor shall remove new furniture from their boxes. The contractor shall breakdown boxes and place them in a container outside the FMO warehouse for disposal. The contractor shall place styrofoam and metal banding material in the designated containers outside of the FMO warehouse. All other trash shall be disposed of in the FMO dumpsters. Government pads and blankets removed from stored furniture and appliances shall be folded and places in storage (in warehouse) or shall be placed in a container for laundry as directed by QAE personnel. 1.2.3. The contractor shall disassemble all required items of Government property to ensure safe movement and delivery at destination. All nuts, bolts, screws, small hardware and other fasteners removed from furniture and appliances by the contractor, shall be placed in a bag, or similar durable container, and securely attached to the items from which removed. 1.2.4. The contractor shall protect items susceptible to damage by scratching, marring, soiling, or chafing by wrapping such items at times of loading with pads or other wrapping materials. Upholstered furniture shall be protected by wrapping with paper pads or blankets. All contact surfaces such as corners and edges shall be protected with cushioning materials. 1.2.5. The contractor shall drive the vehicle(s) to the delivery location(s). If occupants are not present, the Crew Lead shall notify the QAE which in turn shall try to notify the customer. The Crew Lead shall remain at the location for a 15-min. grace period. After expiration of grace period, the Crew Lead shall prepare and sign a "Missed Appointment Sheet" in 2 copies. 1 copy shall remain at the customer's residence for notification of the missed appointment and the second shall be attached the delivery paperwork. Furniture and appliances not delivered will be returned to the warehouse at trip completion. 1.2.6. The Crew Lead shall present him/her self to the customer, verify the customer by SSN or by ID and coordinate the placement of the furnishings/appliances. The contractor shall unload necessary items from vehicle(s) at destination. The contractor shall reassemble disassembled-items and place them in the room(s) indicated by the Crew Lead. The contractor shall align wardrobe, kitchen cabinet doors and bases, level gas range, and dry any refrigerator dripped water from floors before leaving the residence. Upon completion, the Crew Lead shall accompany the customer to all delivered item(s), will brief the proper function of the appliances, verify the condition of the item(s) and annotated all information the customer's AF Form 228. Once customer accepts the furnishings/appliances, the Crew Lead shall have the customer sign the AF Form 228 for full responsibility. The original copy will be kept and returned to the QAE and the second copy will be given to the customer. 1.2.7. Before leaving the delivery point, the contractor shall remove all packing materials, padding, and debris. Disposal shall be in disposed in accordance with local or Host Country environmental department procedures. Upon departure, the contractor shall perform any housekeeping required. 1.3. MOVEMENT OF FURNITURE AND APPLIANCES FROM PICK UP LOCATION TO FMO WAREHOUSE. 1.3.1. The contractor shall drive the vehicle(s) to the pick up location(s). If occupants are not present, the Crew Lead shall notify the QAE which in turn shall try to notify the customer. The Crew Lead shall remain at the location for a 15-min. grace period. After expiration of grace period, the Crew Lead shall prepare and sign a "Missed Appointment Sheet" in 2 copies. 1 copy shall remain at the customer's residence to notify the dwelling occupants of the missed appointment and the second shall be attached the delivery paperwork. The contractor shall proceeds the next delivery or pick up location. 1.3.2. The Crew Lead shall present him/her self to the customer, verify the customer by SSN or by ID and coordinate the pick up of furnishings/appliances. Prior to the pick up, the Crew Lead shall inspect all furnishings and appliances for serviceability and cleanliness. Items damaged by the customer will be notated in the comments section of the customer's AF Form 228 and the customer will be required to write a brief justification on how damages occurred. The contractor shall be required to disconnect the following appliances: Gas stove; Dishwasher; Washing machine; Dryer; Refrigerator; Microwave. For item(s) not clean to FMO standards, the Crew Lead will instruct the customer on proper cleaning procedures. If item(s) is/are not clean by the end of the pick up, the Crew Lead shall present the customer a non conformance pick up sheet, have the customer fill it out and sign for responsibility, the contractor shall pick up the item(s). The contractor shall remove the items identified by the Crew Lead from the pick up location. The contractor shall disassemble all Government property to ensure safe movement and delivery at destination. All nuts, bolts, screws, small hardware and other fasteners removed from furniture and appliances by the contractor in preparation for shipment, shall be placed in a bag, or similar durable container, and securely attached to the item from which removed. Upon completion, the Crew Lead shall verify the condition of the item(s) and annotated all the pick up information on the customer's AF Form 228. The Crew Lead will sign the customer's AF Form 228 for proof of pick up. The original copy will be kept and returned to the QAE and the second copy will be given to the customer. Items picked up by the contractor that does not meet FMO cleanliness standards without a non conformance sheet signed by the customer shall be cleaned by the contractor. 1.3.3. The contractor shall protect items susceptible to damage by scratching, marring, soiling or chafing by wrapping such furnishings at time of loading with pads or other approved wrapping materials. Upholstered furniture shall be protected by wrapping with paper pads or blankets. All contact surfaces such as corners and edges shall be protected with cushioning materials. 1.3.4. The contractor shall load the vehicle(s). Upon returning to the FMO warehouse, QAE personnel will verify the unloaded items for accountability, serviceability and cleanliness. The QAE will instruct the contractor on unloading procedures. The contractor shall unload the vehicle(s) and place items in the appropriate storage location as directed by a QAE. The contractor shall place items stored higher than 1.6 meters (1.8 meters for mattresses) on the warehouse floor. The contractor shall cover all furniture and appliances returned to the warehouse with pads or blankets to prevent damage and accumulation of dust. The contractor shall obtain the pads and blankets from QAE personnel. 1.3.5. At completion of the work day, the vehicle Crew Lead shall sign an FMO Surveillance Checklist provide by a QAE. 2. SERVICE DELIVERY SUMMARY. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective SOW Para Performance Threshold Time of Operation 1.1.2., 4.4.1. and 4.4.3. No more than 4 delays per month. Movement of furniture and appliances from FMO warehouse to delivery location. 1.2 95% of the monthly requirements Movement of furniture and appliances from pick up location to FMO warehouse. 1.3 95% of the monthly requirements 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. No Government furnished property provided. 3.2. Government furnished services; a. The use of restroom in the FMO warehouse; b. Use of electrical outlets for rechargeable battery operated tools. 4. GENERAL INFORMATION. 4.1. QUALITY CONTROL The Contractor shall develop and maintain a complete Quality Control Plan (QCP) that ensure the drayage services are performed IAW commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defected services. As a minimum the contractor shall develop Quality Control Procedures addressing the areas identify in para. 2, Service Delivery Summery. Record of inspections must be available to the Government upon request. A copy of the Contractor's QCP shall be submitted with the bid proposal. If changes occur, to ensure the requirements of the contract are provided as specified, changes to the QCP shall be provided to the Contracting Officer for acceptance that in-turn forwards them to 31st CES/CEAC. 4.2 PERFORMANCE PLAN. The government will evaluate the contractor's performance IAW the Performance Plan (PP). 4.3. GOVERNMENT REMEDIES. The contracting officer shall follow contract clauses for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 4.4. HOURS OF OPERATION: 4.4.1. Normal Hours of Operation: The contractor shall perform the services required under this contract during the following hours: Tuesday through Thursday from 1100 to 1800hrs. 4.5. CONSERVATION OF UTILITIES. The contractor shall make sure employees practice utility conservation. The contractor shall be responsible for operating under conditions that prevent the waste of utilities including: a. Lights shall be only used where work is actually being performed b. Employees shall not adjust equipment controls for heating and ventilation systems. c. Water faucets or valves shall be turned off when not in use 4.6. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding Government property during performance of required work. At the end of each work period, Government leased facilities, equipment, and materials shall be secured. 4.7. SECURITY REQUIREMNETS: All employees must have a base entry pass to perform work on the installation, in the FMO warehouse and in off base customer's residence. Base entry pass shall be worn in all moments of the work day. The contractor shall present to the Contracting Officer all documents necessary to secure base passes. The contractor shall submit the request for pass renewal 20 calendar days prior to the expiration to ensure there is no disruption in services.. 4.8. INCLEMENT WEATHER. During inclement weather conditions (snow or ice) the Contracting Officer and the QAE will make determination whether to delay or cancel work for that day. The contractor shall adjust the schedule for the delay or cancellation and shall not work in the affected areas. However, the contractor must maintain a service call and an emergency response capability during this time. 4.9. PERFORMANCE OF DRAYAGE SERVICES IS NOT REQUIRED DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. 4.10. SPECIAL QUALIFICATIONS. 4.10.1. The contractor must be ISO 9000 series certified. Providing certification documents to the Contracting Officer prior to contract start date and subsequently on an, annual basic. In case of certification suspension from the pertinent authority, the contractor shall notify the Contracting Officer within 5 working days from the notification of the suspension. 5. APPENDIX A. Area map. APAPENDIX A APPENDIX A AREA MAP
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7d67453f0a1f5bb69469b6166345eb8&tab=core&_cview=1)
- Place of Performance
- Address: AVIANO AB, ITALY/PAPA AB HUNGARY, AVIANO/HUNGARY, Non-U.S., Italy
- Record
- SN01781027-W 20090401/090330215558-b7d67453f0a1f5bb69469b6166345eb8 (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 |