SOLICITATION NOTICE
D -- DIGITIZATION OF 1 MILLION PAGES OF RARE BOOKS, DOCUMENTS, MAPS, PHOTOGRAPS AND ETC...
- Notice Date
- 9/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L09T0226
- Response Due
- 9/25/2009
- Archive Date
- 11/24/2009
- Point of Contact
- Mae Snyder, 580-442-8895
- E-Mail Address
-
ACA, Fort Sill
(mae.l.snyder@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PART:U.S. Government Procurements SUBPART:Digitizing Services CLASS CODE:D315 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 1803 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation Total Small Business Set-Aside SOL #: W9124L-09-T-0226 Response Date: 25 September 2009 by 4:00 p.m. CST 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. This Solicitation W9124L-09-T-0226 is a Request for Quote (RFQ) for Digitization of Morris Swett Technical Library, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 10 September 2009. The North American Industrial Classification System (NAICS) number is 511199. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. In addition to CCR, pursuant to FAR 4.1201(a), prospective Contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov. Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. Please provide quote in spaces provided below: Description: CLIN 0001 Digitize 1 million pages of rare books from the Morris Swett Library. Books will be selected by the Morris Swett Library Staff personnel. One (1) Million pages X $___________Unit Price = Extended Price ____________ $ __________. CLIN 0002 Contractor Manpower Report; The Contractor shall complete the Contract Manpower Report (CMR) at the time of contract completion, but no later than October 31, 2010. Refer to website: http://cmra.army.mil 1 Report X $________Unit Price = Extended Price _________$__________ SCOPE OF WORK WEBSITE CREATION AND DIGITIZATION MORRIS SWETT TECHNICAL LIBRARY DIRECTORATE OF TRAINING AND DOCTRINE 1. INTRODUCTION a. GENERAL: The contractor shall perform the tasks in this scope of work in accordance with the terms and conditions established herein. Performance will be to digitize 1 million pages from the Morris Swett Technical Librarys collection. This will include digitization of rare books relating to the origins of the Artillery profession and the early history of Fort Sill, OK, documents published by both the ADA and FA branches, complete with photographs, map, diagrams, battle schemes, etc. Estimated breakdown of documents is 8% color, 1% fold-out, 2% maps/oversized, 5% photographs (grayscale), 1% slides. Items may not be disbounded. b. PURPOSE: This scope of work (SOW) defines the tasks selected contractor will be required to perform. c. BACKGROUND: The Morris Swett Technical Library was established in the early 1900s, and was well recognized by 1915 within United States Army circles. The library was first created by 1LT (later Major General) Ralph Pennell, Secretary of the School of Fire, by order of CPT Dan T. Moore, the first Commandment of the School of Fire at Fort Sill in the Oklahoma territory in 1911. Since its founding, the library has continued to be a leader within military circles in collecting papers, battle analyses and memorabilia, with a heavy emphasis on artillery, from throughout the worlds armies. We have significant volumes from French, German, and Russian artillery corps operations. Correspondence between post commanders and the armys leadership during the Civil War period and continuing through Oklahomas statehood is also held by Morris Swett Library. Of particular interest are the original source materials on treaties with Native American tribes. Our archival holdings are of great interest to military historians, Native American scholars, those engaged in the artillery profession, and others who simply design to study the original documents from the founding of Fort Sill. We desire to create a digital library which will facilitate study in these areas, and highlight our collection or original records, manuscripts, photographs, treaties and other documents, with particular emphasis on battle analysis from the artillery perspective. 2. NATURE AND SCOPE OF WORK a. Place of Performance: Work will be done at the Morris Swett Technical Library, Snow Hall, Bldg 730, Fort Sill, Oklahoma. b. Period of Performance: One year from date of contract. c. Scope of Work: The library wishes to receive digital versions of approximately 1 million pages of rare books, documents, maps, photographs, etc. All items are in fair to good condition. Breakdown of pages is in paragraph 1 of this document. The specific facsimile, scanning, and metadata requirements are described below under Technical Requirements. The contractor shall perform these services on site (the Morris Swett Technical Library) and will insure that all items are handled with care and due diligence while in their possession. d. Intended Audience: This digital collection is designed primarily for the use of military scholars, historians, members of the artillery and air defense artillery professions, and students, staff, and faculty of the United States Army Fires Center of Excellence. e. Technical Requirements: A. Preparation and Scanning 1, The contractor shall inspect each item page by page for anomalies, and flags will be inserted with instructions for scanning. For example, missing pages, or damaged pages shall be flagged. 2. The contractor shall insert flags if any text is obscured, for example, by tape or staining, with instructions for special material handling or image adjustment. The document feed is not recommended for many of the titles due to poor condition of paper. 3. The contractor shall remove staples, paper clips, or any other extraneous material. 4. The contractor shall scan (digitize) the entirety of each item, including cover and every page with image or text. Blank pages not included in the pagination do not need to be scanned, in order to reduce the file size. Any page or cover containing color (unless it is just a security marking) shall be digitized with a color scanner. 5. The contractor shall take care in scanning bound volumes. Do not disbound any volumes. 6. The contractor shall scan from paper, onion skin, and microfiche. 7. Grayscale, bi-tonal, and color scanning shall be performed at a digital resolution of 400 d.p.i. The bit depth should follow accepted archival standards, such as 8-bit for grayscale and 24-bit for color. If difficulty arises in initial test scans, these parameters may need to be adjusted for a quality scan. 8. The contractor shall provide electronic cleanup of scanned pages and images such as de-skewing, cropping images, etc. B. Digital Output 1. The output of the scanning shall be TIFF format according to accepted archival standards. 2. The contractor shall profess the TIFF images through OCR (optical character recognition) encoding and output I searchable bound PDF files, bound (bundled) for each volume or document. 3. The contractor shall provide all files (digitized images in TIFF and searchable PDF) on CD or DVD. C. Other 1. The contractor shall provide CD or DVD storage of digital files for backup, and will provide the capability of MSTL ordering additional CD or DVD copies. 2. The contractor shall return all originals. 3, The contractor shall provide references pertaining to 3 facsimile creation projects. 3. Reporting Requirements Weekly status reports shall be given to MSTL on Fridays. The number of items and pages scanned and status of items created shall be included in the report. 4. Inspection and Acceptance Requirements MSTL expects that the work performed will fully comply with this statement of work. MSTL will inspect the work. If MSTL identified an error, the MSTL project manager will consult with the contractor, and the item will be reaccomplished by the contractor for corrections. The contractor shall do so at no additional cost or charge. With request for payment or invoice, supplied by the contractor at the time of billing, the contractor shall provide MSTL with either a copy of the invoice or an individual listing of the items scanned and facsimiles produced for the period of the invoice. This will be reviewed against the log kept by MSTL. Any discrepancies must be clarified and resolved prior to payment. 5. Estimated Project Duration One year, beginning with the issuance of the contract. All Proposals shall be clearly marked with RFQ number W9124L-09-T-0079 and emailed to the POCs listed below or faxed to 580-442-3819, no later than 4:00 PM, CST, 28 August 2009. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Mae Snyder, Phone: (580) 442-8895 Email: mae.l.snyder@conus.army.mil, Fax: (580) 442-8014 or Lisa Slagle at Phone: (580) 442-3653, Fax: (580) 442-8014, Email: lisa.g.slagle@conus.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractors Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.201-7000 Contracting Officers Representative, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contractors Registration, DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.252-2 Clauses Incorporated by Reference and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-9, 52.219-14, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-44, 52.225-13, and 52.232-36. FAR 52.222-41 Service Contract act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, and FAR 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.203-7000, 252.203-7002, 252.205-7000, 252.219-7004, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7003, and 252.247-7023. The following provisions are incorporated by reference: FAR 52.212-1 Instructions to OfferorsCommercial Items, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.214-31 Facsimile Bids, DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders, DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7031 Secondary Arab Boycott of Israel.. The following provisions are incorporated by full text: 52.212-3 Offeror Representations and CertificationsCommercial Items and 52.252-1, 252.212-70001, 252.225-7031 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201 (a) Prospective Contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. The protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment A.) Wage Determination No Date 2005-2525 (Rev 9) 07/09/2009 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Library Aide/Clerk $10.31 36.25% Document Preparation Clerk $11.57 36.25% Duplicating Machine Operator $11.57 36.25% ACCOUNTING FOR CONTRACT SERVICES 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://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor 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 hours (including sub-contractors); (6) Estimated direct labor dollar 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 purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a 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 employed in theater this reporting period (by country). 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 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD LOW PRICE TECHNICALLY ACCEPTABLE: Award will be made to the technically acceptable proposal with the lowest evaluated price. The following factors shall be used to evaluate offers: Price Technical Past Performance Technical will be more important than past performance. Past performance will be considered to ensure the offeror has the ability to perform based on its prior demonstrated performance record (acceptable/unacceptable) and the relevancy of the work performed. An offeror with no past performance, or with no relevant past performance, will be rated as neutral. Offerors shall provide no more than three (3) references for past performance which shall be included with the offer/proposals. Information shall include: Point of Contact Name, telephone number, contract number and description of services for contracts you have completed or are currently working which are of the same or similar services and have been performed within the last three years (36 months). The order of preference for past performance information is as follows: (1) government (2) state and (3) commercial contracts. PAST PERFORMANCE SUBMISSION INFORMATION The Contractor shall provide a list of no more than three (3), of the most relevant contracts performed for government agencies and commercial customers within the last 3 years. Only references for same or similar type contracts are desired. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX and telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Mae Snyder at email: mae.l.snyder@us.army.mil and Lisa Slagle at email: lisa.g.slagle@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. on Friday, 22 August 2009. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK35/W9124L09T0226/listing.html)
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Zip Code: 73503-0501
- Record
- SN01965034-W 20090924/090923000842-ed70eb00f77d183cfa8df7e9849b0f00 (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 |