SOLICITATION NOTICE
G -- Requirement for Full Roman Catholic Priest to provide religious services.
- Notice Date
- 7/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K0009T0225
- Response Due
- 7/16/2009
- Archive Date
- 9/14/2009
- Point of Contact
- Roland Jasso, 210-221-4964<br />
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W81K0009T0225 is issued as a request for quotation (RFQ), for one Base year and four option periods. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This acquisition is 1005 Small Business Set-Aside under NAICS code 813110 and the small business size standard is 7.0 Millon. The requirements in this solicitation are: BASE YEAR CLIN 0001 Quantity Unit Price 52 ea ________ Sunday Mass: 1st Sunday Mass. CLIN 0002 Quantity Unit Price 52 ea ________ Sunday Mass: 2nd Sunday Mass CLIN 0003 Quanity Unit Price 254 ea _______ WeekDay Masses CLIN 0004 Quanity Unit Price 24 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 0005 Quantity Unit Price 7 ea _______ Holy Day Mass: 1st Mass CLIN 0006 Quantity Unit Price 7 ea _______ Holy Day Mass: 2nd Mass CLIN 0007 Quantity Unit Price 520 ea ______ Weekday Ministrations 2 each units Per 8 hour day CLIN 0008 Quantity Unit Price 520 ea ______ On call Weekday 2 each units of minstations per 16 hour day CLIN 0009 Quantity Unit Price 345 ea ______ On call weekend/nights 3 each units of minstrations per 24 hour day; including Federal and installation holidays. CLIN 0010 Quantity Unit Price 1 Hours ______ Contract Manpower Report. FIRST OPTION PERIOD: CLIN 1001 Quantity Unit Price 52 ea ______ Sunday Mass: 1st Mass CLIN 1002 Quantity Unit Price 52 ea ______ Sunday Mass: 2nd Sunday Mass CLIN 1003 Quantity Unit Price 254 ea ______ WeekDay Masses CLIN 1004 Quantity Unit Price 24 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 1005 Quantity Unit Price 7 ea _______ Holy Day Mass: 1st Mass CLIN 1006 Quantity Unit Price 7 ea ______ Holy Day Mass: 2st Mass CLIN 1007 Quantity Unit Price 520 ea ______ Weekday Ministrations 2 each units Per 8 hour day CLIN 1008 Quantity Unit Price 520 ea ______ On call Weekday 2 each units of minstations per 16 hour day CLIN 1009 Quantity Unit Price 345 ea ______ On call weekend/nights 3 each units of minstrations per 24 hour day; including Federal and installation holidays. CLIN 1010 Quantity Unit Price 29 Hours _______ Contract Manpower Report. SECOND OPTION PERIOD: CLIN 2001 Quantity Unit Price 52 ea ______ Sunday Mass: 1st Mass CLIN 2002 Quantity Unit Price 52 ea ______ Sunday Mass: 2nd Sunday Mass CLIN 2003 Quantity Unit Price 254 ea _______ Weekday Masses CLIN 2004 Quantity Unit Price 24 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 2005 Quantity Unit Price 7 ea _______ Holy Day Mass: 1st Mass CLIN 2006 Quantity Unit Price 7 ea _______ Holy Day Mass: 2st Mass CLIN 2007 Quantity Unit Price 520 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 2008 Quantity Unit Price 520 ea _______ On call Weekday 2 each units of minstations per 16 hour day CLIN 2009 Quantity Unit Price 345 ea _______ On call weekend/nights 3 each units of minstrations per 24 hour day; including Federal and installation holidays. CLIN 2010 Quantity Unit Price 29 Hours _______ Contract Manpower Report. THIRD OPTION PERIOD: CLIN 3001 Quantity Unit Price 52 ea _______ Sunday Mass: 1st Mass CLIN 3002 Quantity Unit Price 52 ea ______ Sunday Mass: 2nd Sunday Mass CLIN 3003 Quantity Unit Price 254 ea ______ Weekday Masses CLIN 3004 Quantity Unit Price 24 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 3005 Quantity Unit Price 7 ea _______ Holy Day Mass: 1st Mass CLIN 3006 Quantity Unit Price 7 ea _______ Holy Day Mass: 2st Mass CLIN 3007 Quantity Unit Price 520 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 3008 Quantity Unit Price 520 ea _______ On call Weekday 2 each units of minstations per 16 hour day CLIN 3009 Quantity Unit Price 345 ea _______ On call weekend/nights 3 each units of minstrations per 24 hour day; including Federal and installation holidays. CLIN 3010 Quantity Unit Price 29 Hours _______ Contract Manpower Report. FOURTH OPTION PERIOD: CLIN 4001 Quantity Unit Price 52 ea ________ Sunday Mass; 1st Mass CLIN 4002 Quantity Unit Price 52 ea ________ Sunday Mass: 2nd Mass CLIN 4003 Quantity Unit Price 254 ea _______ Weekday Masses CLIN 4004 Quantity Unit Price 24 ea _______ Lay Minister Team Coordinator The Eucharist CLIN 4005 Quantity Unit Price 7 ea _______ Holy Day Mass: 1st Mass CLIN 4006 Quantity Unit Price 7 ea _______ Holy Day Mass: 2nd Mass CLIN 4007 Quantity Unit Price 520 ea _______ Weekday Ministrations 2 each units Per 8 hour day CLIN 4008 Quantity Unit Price 520 ea _______ On call Weekday 2 each units of minstations per 16 hour day CLIN 4009 Quantity Unit Price 345 ea _______ On call weekend/nights 3 each units of minstrations per 24 hour day; including Federal and installation holidays. CLIN 4010 Quantity Unit Price 29 Hours _______ Contract Manpower Report. PERFORMANCE WORK STATEMENT ROMAN CATHOLIC PRIEST CONTRACTOR 1. GENERAL: 1.1 The Department of Ministry and Pastroal Care, Brooke Army Medical Center (BAMC), Fort Sam Houston, has a requirement for the non-personnal Services of a full-time Roman Catholic Priest to provide religious services in accordance with the established prinicples and ethics of the Roman Catholic Church. 1.2 Contractor/Provider shall be an organization, (i.e., Archiocese Order, other organization), or an individual. This organization/individual shall be in good standing with the Catholic Archdiocese for Military Services (AMS). 1.3 Contractor shall provide a fully ordained Roman Catholic Priest endorsed by the Archdiocese for Military Services. 1.4 Priest provided by contractor shall: 1.4.1 Have a minimum of four units Clinical Ppastoral Education or an acceptable equivalent in terms of formal post graduate education (D.Min), professional training and experience or combination of the above; and five years full time experience in hospital ministry. Certification by the National Association of Catholic Chaplains will assist in meeting this requirement. Request for exceptions must be addressed with full justification ot BAMC Chief, DMPC. 1.4.2 have knowledge and ability in the following areas: pastroal counseling, trauma ministry and resolution, sermon preparation and delivery, Roman Catholic law and ecclesiology, liturgy, ministrations, and marriage and family ministry. 1.4.3 Be able to minister in an inter-faith setting; plan, coordinate, and proivde Catholic Masses, administer sacraments, perfrom routine visitations, respond to emergency visitation requests, and when required conduct memorial services, funerals, burials, weddings, baptisms, and hear Confessions for individuals eligible for military benefits. 1.4.4 have a minimum of five (5) years of experience working with Lay Catholic Mministers of Holy Communion; to include the ability to provide training, supervision, evaluation/assessment of indivduals and program. 1.4.5. Speak, read, and write English fluently. 1.5. Priority will be given to Spanish-speaking priests in addition to the English-speaking requirement, because of the density of Spanish speaking population in the BAMC area. However, this requirement may be waived at the discretion of BAMC Chief, DMPC or his designated representative. 1.6. Priority will be given to a Catholic Priest with minimum experience of four (4) years of working within the Level One Burn Unit as well as the ability to provide ministry to Warriors In Transition, civilians, families, and staff. 2. DEFINITIONS. 2.1. CONTRACTING OFFICER: Person with the authority to enter into, administer, terminate contracts and make related determinations and findings. 2.2. CONTRACTING OFFICER REPRESENTATIVE (COR): A government employee selected and designated in writing by the Contracting officer to act as his designated representative in administering a contract. 2.3. CONTRACTOR: A person or business firm offering services to the Government under this contract. 2.4. UNIT OF MINISTRATION: A daily visit of act of ministry to areas or persons designated by BAMC Chief, DMPC, for patient visitation and pastoral care, including distribution of communion to patient rooms. 3. PERFORMANCE EVALUATION MEETINGS AND OTHER MEETINGS. 3.1 Contractor shall meet with the BAMC Chief, DMPC or his designee once per quarter. The contractor shall contact the BAMC Chaplain's office to make appointments for this meeting. This requirement may be fulfilled by telephonically if the Chief, DMPC or his designee agree. However, if either the contractor or Chief, DMPC or his designee determine there is a need for a physical meeting - then this requirement will be scheduled through the hospital chaplain's office. 3.1.1. The purpose of these meetings will be to discuss the needs of the Catholic population located at BAMC and review services rendered pertaining to this contract. The contractor and/or the COR shall notify the Contracting officer of any discrepancies, disputes, or indications of poor performance. The Chief, DMPC, BAMC, shall also notify the COR of such indications. 3.2 The full time priest shall meet with the BAMC Chief, Department of Ministry and Pastoral Care or his designee once per week. This requirement may be fulfilled by attending the department weekly staff meeting for long range planning. 3.2.1. The purpose of these meetings will be to discuss needs of the Catholic population located at BAMC; program evaluation and program/activity scheduling and coordination. 3.2.2. Contractor's full-time priest will attend other meetings as required by BAMC Chief, DMPC to coordinate/plan/in-process-review special events and programs pertaining to the Catholic religious program. 3.2.3. Contractor shall attend in-service training when deemed necessary by the BAMC DMPC Staff Chaplain. 4. SCHEDULED DAYS AND HOURS OF OPERATION. 4.1. Contractor shall provide one qualified full-time priest, capable of satisfying the work requirements specified herein on a daily basis (Monday through Friday) during normal duty hours, 0730-1630. 4.2. Contractor shall provide one qualified priest for services during non-duty hours (Duty Priest or On-Call Priest), 1600-0730 from Monday through Friday, and 0730-0730 (24 hours) weekends (Saturday and Sunday) and Federal/Installation holidays. This means the contractor must have a priest available for the entire period for immediate pastoral response to patients, families, and staff, due to crises such as seriously ill, very seriously ill, imminent death, or unexpected death. 4.2.1. Duty Priest during above specified hours is not required to stay on BAMC premises. However, he must be available by pager and/or phone to the Army Duty Chaplain with numbers provided in advance and listed on DMPC bulletin board. If phone and pager is not possible - then physical presence is required. 4.2.2. Response time shall be 40 minutes physically present at BAMC after receipt of call. 4.2.3. During normal duty hours (0730-1630), contracted priests present for duty shall respond to mass casualties, alerts, and emergencies as specified by BAMC Chief, DMPC. For non-duty hours, the Protestant Duty chaplain shall notify the Duty Priest to respond for mass casualty, alert, and emergency situations as specified above. 4.2.4. The Duty Priest will contact the Protestant Duty Chaplain and ensure services provided during the duty period, if any, are logged in the Duty Chaplain Log. 4.3. Priest provided by contractor will conduct Masses at BAMC chapel located on the lower level. Other Sacramental Ministrations shall be performed as required in accordance with the norms of the AMS and Local Ordinary, and recorded in the patients chart or log. 4.4. Contractor shall provide two (2) Sunday Masses for 52 Sundays per year, for total of 104 Sunday Masses. 4.5. Contractor shall provide 1 Mass per weekday (Monday through Friday) for 52 weeks per year - less six holy days, eight Federal Holidays, and three training holidays for a total of 237 weekday masses. 4.6. Contractor shall provide a maximum of two (2) Masses per holy day. Holy days for this contract are as follows: Ascension, Immaculate Conception, Assumption, Christmas, All Saints, and New Year. Ash Wednesday is included, but not understood as a holy day. 4.7. Contractor shall provide direct supervision of all personnel he provides under this contract, and shall act as a liaison between BAMC Chief, DMPC --- and contracted priests, substitute priests, Catholic Coordinators, and the Military Archdiocese. 4.8 Contractor and all priests provided under this contract will not accept fees for performing ministrations, sacraments, and ordinances which are performed and enumerated under the terms of this contract. Gifts and honorariums shall be considered as donations or offerings and transferred to the custodian of the Fort Sam Houston Consolidated Chaplains' Fund through the BAMC DMPC Contracting Officer Representative. 4.9 Contractor shall perform and document all services in accordance with U.S. Army and BAMC Regulations and policies, to include receipt of chapel offerings and adherence to safety and fire policies. Chapel offering shall be transferred to the custodian of the Fort Sam Houston Consolidated Chaplains Fund through the BAMC DMPC Contracting Officer Representative. 4.10. Contractor shall refer requests involving military administrative actions to the BAMC DMPC Staff Chaplain. 4.11. Priest provided by contractor will also be the Lay Ministers of the Eucharist Team Coordinator. Priest will assure maximum participation in training required by Chief, DMPC, BAMC and the Military Archdiocese. 4.12. If the contractor supplied priest becomes ill or is otherwise unable to fulfill the obligations of this contract, the BAMC DMPC Staff Chaplain shall be notified as soon as possible. It is essential that continuity of services be maintained. An approved substitute, shall be provided by the contractor in the event of priest absences. This contract has no provisions for paid absences and payment will be made only for services rendered. Travel will not be paid separately. 5. GOVERNMENT-FURNISHED PROPERTY AND UTILITIES. 5.1. Office and Equipment. The government will furnish office space in the BAMC DMPC. Appropriate office furnishings and equipment for support of contractor in the actual performance of products and services will be provided. The provided office is not permanent or dedication solely to the use of contractor. 5.1.1. Appropriate office furnishings and equipment includes: desk, chair, seating for visitors, telephone, computer, filing cabinets, and limited storage space. 5.2. Liturgical Items. The Government will provide all required consecrated and liturgical items of equipment and supplies needed in the conduct of Roman Catholic Worship Services, providing of the Sacraments, and other Ministrations. 5.3 BAMC will provide identification badges to contractor supplied priests. 5.4 Utilities. The Government will provide all utilities, such as electrical and water, to perform the services required by the contractor, only at BAMC as the site of delivery of the services on federal property. The Government will not make any modifications to utility outlets to accommodate contractor equipment. 5.5 The Government shall not furnish the contractor with Government living quarters. 6. CONTRACTOR FURNISHED PROPERTY AND UTILITIES. 6.1. The contractor shall furnish his/her own transportation to and from the work site. 6.2. The contractor may use personal ecclesiastical, liturgical supplies in order to accomplish the requirements of this contract except as specifically noted and with approval of BAMC DMPC Staff Chaplain. The Government will not be liable in any way for personal equipment including loss, damage, theft, or maintenance. 7. ADMINISTRATION. 7.1. Definition. Administration for the purpose of this contract is the completion of reports, Government Forms, and other input, that may be required for each contract produce or service. 7.2. Documentation of Work/Reports. The contractor shall maintain a log of the work performed under this contract, and shall provide a copy of the log to the Staff Chaplain on a monthly basis. 7.3. Contractor shall document services performed under this contract on an Invoice or Request for payment. 7.4. Contractor shall provide a list of priests and support personnel, and resumes for all. During the contract term, contractor shall notify and submit resumes to BAMC Chief, DMPC, for any new or substitute personnel and any changes in existing personnel. 7.5. Requests for leaves and scheduled absences shall be submitted in writing by the contractor at least one (1) week in advance, except emergency leave, and must be approved by BAMC Chief, DMPC or his designee. A list of substitutes and phone/page contract numbers must be provided by the contractor for posting on DMPC bulletin board. 7.6. Request for Supplies/Equipment. The contractor shall provide the Staff Chaplain with the proper requests for ordering supplies and equipment to support all priests in accordance with the Fort Sam Houston Consolidated Chaplains' Fund SOP (for Non-appropriate Fund supplies) and the BAMC DMPC Chaplain Resource Manager's Instructions (for Appropriated Fund supplies). 7.6.1. The Fort Sam Houston Consolidated Chaplains' Fund Manager (for Non-appropriated funds) and the BAMC DMPC Resource Manager (for Appropriated Funds) will provide applicable forms, SOPs, and instructions to the contractor. 7.7. Privacy Act. The contractor shall be familiar with and insure compliance with provisions of the Privacy Act, Freedom of information Act, and limitations on Government collection of personal and statistical data on non-affiliated personnel. 7.7.1. Applicable Government regulations concerning these acts will be made available to the contractor for review by the BAMC DMPC Staff Chaplain. FAR clauses and other provisions throughout this solicitation can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. EVALUATION OF QUOTES (a) The Government will award a contract resulting from this solicitation to the responsible quoter with satisfactory past performance whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). The following factors will be used to evaluate quotes: Technical acceptability, past performance, and price. 1. Technical Capability. Explain how your company will meet the scope of work in the Performance Work Statement. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating 2. Past Performance. Offerors are required to provide Past Performance Questionnaires from Two (2) firms/entities for which they are currently or have recently provided the same or similar supplies and/or equipment. Provide with your quote, the company names, telephone numbers, and points of contact that will provide the completed questionnaires for your quote. If an Offeror provides more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the offerors responsibility to ensure past performance references submit completed questionnaires directly to the Great Plains Regional Contracting Office (see below) by the solicitation closing sate and time., the Contracting Officer may also consider any additional past performance information that is available to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the offerors. 3. Price 4. Evaluation process. All quotes will be evaluated on its technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 16 July 2009, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-4964, Attn: Roland Jasso; e-mail: roland.jasso@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964; email: roland.jasso@us.army.mil. Past Performance Questionnaire The Great Plains Regional Contracting Office (GPRCO), Fort Sam Houston, Texas is conducting a commercial item acquisition. Please complete the following questionnaire to assist our evaluation of the contractors past performance and return to the attention of Mr. Roland Jasso at fax number (210) 221-5359, or email completed questionnaire to: roland.jasso3@amedd.army.mil Name of Contractor being evaluated: ______________________________________________________ 1.How long has your company/organization had a contract with this contractor?___________________ 2.Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 3.Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ __________________________________________________________________________________ 4.Business/Customer Relations - Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customers interest. (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________________ Rating System: (1)Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. (2)Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3)Marginal - Performance does not meet some contractual requirements. The contractors proposed actions to correct any problems appear only marginally effective or were not fully implemented. (4)Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature: _______________________ Date: _____________________________ Print Name: ______________________ Company: _________________________ Title: ___________________________ Telephone: _________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0225/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01870975-W 20090711/090710000846-b7f08001427db5761865e1786016ed89 (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 |