Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2009 FBO #2691
SOLICITATION NOTICE

R -- McClellan Garbage & Recycle Collection - Site Map

Notice Date
4/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
OM-CNCS-09-Q-0007tlc
 
Archive Date
5/2/2009
 
Point of Contact
Tracey L. Cross,, Phone: 2026066789, Leroy A. Dawson,, Phone: 202/606-7551
 
E-Mail Address
tcross@cns.gov, ldawson@cns.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Site Map for Trash/Recycle locations at McClellan Business Park COMBINED SYNOPSIS/SOLICITATION Contracting Office Address: The Corporation for National & Community Service (CNCS) 1201 New York Avenue, Room 8311D Washington, D.C. 20525 REQUIREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a Request For Quotations (RFQ) number OM-CNCS-09-Q-0007tlc, and incorporates Federal Acquisition Regulation provisions and clauses as amended in FAC 2005-31, effective on March 19. 2009. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is a 100% Small Business Set-Aside, and the applicable North American Industry Classification (NAICS) code is 562111, with a small business size standard of $12.5 Million. All firms or individuals responding must have a commercial and government entity code (CAGE Code), and must be registered with the Central Contractor Registration (CCR) www.ccr.gov to be considered responsive. A completed copy of your most recent representations and certifications is required with your offer, as is completion of your Online Representations and Certifications Application (ORCA) in the on-line database system. (Go to http://orca.bpn.gov to complete. Completion requires an active Central Contractor Registration account and a valid Marketing Partner Identification Number-MPIN. See www.ccr.gov for more information on creating and entering your MPIN.) In responding to this solicitation, please make reference to the solicitation number identified above. The Government reserves the right to make award without discussions. CNCS is soliciting quotations for twice per week, regular trash and recycling pick up in the McClellan Business Park, in McClellan, California. SERVICE DESCRIPTION (Performance, Functions) Offerors are to propose a schedule of pick up twice per week for both the garbage/waste and recycling collection for the below identified locations within the McClellan Business Park based on the provided site map and/or a site visit. (See Attached Figure 1) Locations and collection service dates as follows (See Figure 1): 1) One 4 yard WASTE bin at the following locations: • South side of Building 947 o Collection between Mondays and Thursdays • North side of Building 946 o Collection between Mondays, Wednesdays and Fridays • North Side of Building 945 o Collection between Mondays, Wednesdays and Fridays • East side of Building 943 o Collection between Mondays, Wednesdays, Thursdays and Fridays 2) One 4 yard RECYCLE bin at the following locations: • South side of Building 947 o Collection between Mondays and Fridays • North side of Building 946 o Collection between Mondays, Wednesdays and Fridays 52.237-1 SITE VISIT (APR 1984) Offerors or Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Time and Dates: (The time set aside for site visits are as follows): Thursday, April 9, 2009, between 9:00am and 3:00pm pacific time Please contact Vasco Espinoza at (916.640.0302) or vespinoz@cns.gov for scheduling. The site visit will take place at 3140 Peacekeeper Way, McClellan, CA 95652 and 3427 Laurel Street, McClellan, CA 95652. PERIOD OF PERFORMANCE The period of performance for this requirement is a one year base, from the date of contract award, and three one year option periods if exercised. TERMS AND CONDITIONS: Quotations are due by 4:00pm local time in Washington, D.C. on Friday, April 17, 2009. Email responses to: tcross@cns.gov QUESTIONS PERTAINING TO SOLICITATION (1) Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Quotation (SOL/RFQ) Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. (2) Questions will be permitted until 2:00pm Eastern Time, April 10, 2009. Questions submitted after the deadline shall not be addressed. All questions shall be addressed to the Contract Specialist at the following email address: tcross@cns.gov Quotations shall also include the following information: 1. SOL/RFQ number 2. Time specified for receipt of offers 3. Name, address, and telephone number of offeror 4. Vendor must provide proof of Insurance 5. Price for each line item in the requirement given above and any discount terms. 6. Proposed Schedule for performance 7. A completed copy of the representations and certifications at FAR 52.212-3 8. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov or by calling 1- 888-227-2423. 9. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 10. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. 11. Award evaluation shall be in accordance with FAR 13.106-2 and shall be based on price, warranty, delivery terms, and other factors most advantageous to the Government. All responsible sources may submit a quotation, which, if received prior to the expiration of the deadline, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities (FBO) www.fbo.gov website only. Offers that fail to furnish the required information and representations, or those who reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION CRITERIA Lowest Price, Technically Acceptable The offeror must submit no less than two (2) and no more than three (3) customer references for work performed that is relevant and similar in scope to this requirement. Include reference names, telephone numbers, email addresses and a brief description of the work performed. No pricing information will be included in Volume 1 the Technical Offer; a separate file Volume 2 for Pricing must be submitted to be considered responsive. A. Technical Factors (Volume I) To be technically acceptable each quote must demonstrate the capability of reliably providing the requested services, and meet all the Technical Factors set forth in the Service Description, and provide the information required to be included in the quotation. This will be evaluated as "pass" or "fail" basis. In order to receive a "pass" rating the quote must clearly demonstrate the ability to provide the item described in the Specifications. A quote that is evaluated as "fail" for any requirement will not be considered for award. B. Price (Volume II) The offeror must submit the quote with task category and rates. All quotations shall be submitted in writing via courier (ex: Fed Ex) or e-mail to the Contracting Officer listed above no later than April 17, 2009 (4:00 pm) Eastern Time. Late quotations will not be accepted. The Contracting Officer reserves the right to make award without discussions. Award to Lowest Priced Technically Acceptable Offeror - Award shall be made to the responsible offeror who meets all the Technical Factors, has Acceptable past performance, and results in the lowest evaluated price to the government. The following clauses and provisions apply to this acquisition: The Department of Labor wage determination number: 2005-2055 Rev 7 applies and is hereby incorporated. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR and 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items are incorporated by full text. Additional FAR clauses apply. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] X_ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Re-representation (June 2007) (15 U.S.C. 632(a)(2)). X_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X_ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (25) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (26)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (29) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (31) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (32) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (35) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (36) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X _ (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (38) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (39) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (40) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (41)(i) 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). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X _ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 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.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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 settelement. 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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 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)). (ix) 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.). (x) 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.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 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. (xiii) 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) 52.223-6 Drug-Free Workplace. As prescribed in 23.505, insert the following clause: DRUG-FREE WORKPLACE (MAY 2001) (a) Definitions. As used in this clause- "Controlled substance" means a controlled substance in schedules I through V of section 202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at 21 CFR 1308.11 - 1308.15. "Conviction" means a finding of guilt (including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes. "Criminal drug statute" means a Federal or non-Federal criminal statute involving the manufacture, distribution, dispensing, possession, or use of any controlled substance. "Drug-free workplace" means the site(s) for the performance of work done by the Contractor in connection with a specific contract where employees of the Contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance. "Employee" means an employee of a Contractor directly engaged in the performance of work under a Government contract. "Directly engaged" is defined to include all direct cost employees and any other Contractor employee who has other than a minimal impact or involvement in contract performance. "Individual" means an offeror/contractor that has no more than one employee including the offeror/contractor. (b) The Contractor, if other than an individual, shall-within 30 days after award (unless a longer period is agreed to in writing for contracts of 30 days or more performance duration), or as soon as possible for contracts of less than 30 days performance duration- (1) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an ongoing drug-free awareness program to inform such employees about- (i) The dangers of drug abuse in the workplace; (ii) The Contractor's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Provide all employees engaged in performance of the contract with a copy of the statement required by paragraph (b)(1) of this clause; (4) Notify such employees in writing in the statement required by paragraph (b)(1) of this clause that, as a condition of continued employment on this contract, the employee will- (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 days after such conviction; (5) Notify the Contracting Officer in writing within 10 days after receiving notice under subdivision (b)(4)(ii) of this clause, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 days after receiving notice under subdivision (b)(4)(ii) of this clause of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; and (7) Make a good faith effort to maintain a drug-free workplace through implementation of paragraphs (b)(1) through (b)(6) of this clause. (c) The Contractor, if an individual, agrees by award of the contract or acceptance of a purchase order, not to engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance while performing this contract. (d) In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraph (b) or (c) of this clause may, pursuant to FAR 23.506, render the Contractor subject to suspension of contract payments, termination of the contract or default, and suspension or debarment. (End of clause) ELECTRONIC SUBMISSION OF INVOICES (MAY 2007) (A) Definitions. As used in this clause- (1) "Electronic form" means any document that can be associated with either: (a) Microsoft Office (Word or Excel,) (b) Adobe Acrobat (PDF) software Note: Scanned documents if sent in the requested format are acceptable electronic forms for submission of payment requests. (2) "Electronic Transfer System" means any automated system that transmits information electronically from the initiating system to the submission address stated within this clause and in one of the above formats is acceptable. (3) "Payment or Invoice request" means any request sent in electronic form from a contractor requesting payment under this contract with the Corporation. (B) Submission of Invoice: Except as provided in paragraph (c) of this clause, the Contractor shall submit all requests for payment in electronic form by electronic means to the following internet address: cncsinvoices@cns.gov: (1) Electronic Form to the address indicated within paragraph (b) (2) Another electronic form authorized in writing by the Contracting Officer. (C) The Contractor may submit a payment request in non-electronic form only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. (2) In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment. (D) In addition to the requirements of this clause, the Contractor shall meet all standard requirements of the appropriate payment clauses in this contract when submitting payment requests. Point of Contact- Tracey L. Cross, Contract Specialist Phone: 202-606-6789 Fax: 202-606-3488 Email: tcross@cns.gov Place of Performance- Address: Corporation for National & Community Service AmeriCorps National Civilian Community Corps (NCCC) Pacific Region Campus McClellan Business Park (See attached site map for specific locations) 3427 Laurel Street McClellan, CA Postal Code: 95652 Country: USA [END OF SOLICITATION]
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8f1287898e2abb80c8404d0395116ed&tab=core&_cview=1)
 
Place of Performance
Address: McClellan Business Park, 3140 Peacekeeper Way, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN01787362-W 20090409/090407215718-efd6723cc7bb706dd07b8997c6895a89 (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.