Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOLICITATION NOTICE

Z -- The contactor shall provide repair services including preventative maintenance to keep the five Kawaski Mule Mod 3010 4x4 vehicles running in good condition during the life if this contract

Notice Date
12/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE10-T-0003
 
Response Due
1/11/2010
 
Archive Date
3/12/2010
 
Point of Contact
Gene J. Moran, 618 220 5068
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(gene.j.moran@us.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 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number for the Request For Quotation is W81GYE-10-T-0003. This requirement is being issued under the Simplified Acquisition Procedures. The Request for Quotations (RFQ) is for the refurbishment and preventative maintenance service plan for 5 ea Kawasaki Mules Mod 3010 4x4 located at the 832rd Transportation Bn, Maritime Str, Blount Island, Jacksonville FL 32226. The period of performance is from the date of award through 365 days thereafter plus two additional option years. The Statement Of Work is located at the end of this announcement. Quotes shall be clearly marked W81GYE-10-T-0003 Mule Maintenance and Repair and emailed to Mr. Gene J. Moran gene.j.moran@us.army.mil or via facsimile (618) 220-5740 no later than 11 January 2010 at 1:00 PM local time, St. Louis MO. The provisions and clauses in the RFQ are those in effect through FAC 2005-38. This procurement is set aside for small businesses. The NAICS Code for this procurement is 441221 and the SBA Size Standard is $7 million. All responsible sources may submit an offer which shall be considered by the agency. The place of performance shall be either at 832rd Transportation Bn, Maritime Str, Blount Island, Jacksonville FL 32226 or the Contractors facility. The awarded contract will be a firm fixed price contract including all parts transportation and labor. The contract will be for a one year base period and two one year option periods. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009). In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the lowest priced technically acceptable offer. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Dec 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.219-6, Notice of Total Small Business Aside (June 2003) FAR 52.217-8, Option to Extend Services (NOV 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days of the end of the current contract period. FAR 52.217-9, Option to Extend The term of the Contract (MAR 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days of the end of the current contract period ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52. 222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50 Combating Trafficking in Persons (Aug 2007), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007), FAR 52-232-36, Payment by Third Party (May 1999). DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). Alternate III (May 2002), Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 14 duty days instead of 45 days. Potential offerors will be responsible for downloading their own copy of this combined synopsis / solicitation and amendments. For questions contact Gene J. Moran e-mail gene.j.moran@us.army.mil or (618) 220-5068. Estimated Performance Period is from the Date of Award through 365 days Thereafter plus two one year option periods. Item NoDescription of ServiceQtyUnitUnit Price Amount 0001Base Year Standard 1 Lot $__________ $_________ Maintenance IAW the Attached PWS Para 5. Pricing includes all Parts and Labor. 0002Base Year Preventative 1 Lot$________$_______ Maintenance IAW the Attached PWS Para 6. Pricing includes all Parts and Labor. 0003Refurbishment of 5 1 Lot$________$_______ Kawasaki Mod 3010 4x4 Mules IAW the Attached PWS Para 4. Pricing includes all Parts and Labor. 1001Option Year 1 - Standard Maintenance IAW the Attached PWS Para 5. Pricing includes all Parts and Labor Base Year 1 Lot$________$_______ 1002Option Year 1 - Preventative Maintenance IAW the Attached PWS Para 6. Pricing includes all Parts and Labor. 1 Lot$________$_______ 2001Option Year 2 - Standard Maintenance IAW the Attached PWS Para 5. Pricing includes all Parts and Labor Base Year 1 Lot$________$_______ 2002Option Year 2 - Preventative Maintenance IAW the Attached PWS Para 6. Pricing includes all Parts and Labor. 1 Lot$________$_______ PERFORMANCE WORK STATEMENT FOR THE SERVICE AND PREVENTATIVE MAINTENANCE OF FIVE KAWASAKI UTILITY VEHICLES LOCATED AT THE 832ND TRANSPORTATION BATTALION, BLOUNT ISLAND, FLORIDA 1.0 GENERAL REQUIREMENTS This Performance Work Statement (PWS) describes the performance requirements for ongoing repair and preventative maintenance of five mules. 2.0. GERNERAL 2.1. Objective: The contactor shall provide repair services including preventative maintenance to keep the five vehicles running in good condition during the life if this contract. This work will be performed at either Building Numbers 8675 and 8675-100 (Trailer Compound) Maritime St, Blount Island, and Jacksonville, Florida, 32226 or the contractors business address. The contractor shall provide all personnel, management, supervision, equipment, tools, supplies, materials, transportation, and any other items and services necessary to perform the functions of this PWS except those which are made available by the Government and specified in this document. The contractor shall fully comply with the most recent and current federal, state, and local laws and regulations, 832nd Transportation Battalion directives and instructions, and other documents set forth in this document. 2.2. Background: Preventative Maintenance Service was provided for the five Kawasaki 3010 4x4 mules. 2.3. Warranty of services. The contractor shall warrant all services (workmanship) performed under this contract for a period of at least ninety days. All costs associated with rework are the responsibility of the contractor. 2.4. Parts. The contractor shall only use replacement parts that are equal to or better than the Original Equipment Manufacturers (OEM) parts. 3.0. PERSONNEL 3.1. General Contractor personnel shall obtain and maintain in good standing all certifications, inspections, and licenses necessary or appropriate to perform all work contained in this PWS. The contractor shall maintain the training skills and qualifications of all personnel throughout the award period. 3.1.2. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the Government reservation, shall abide by all the regulations of the installation where the maintenance services will be performed, which may be in effect during the contract period. 3.1.3. The Government has the right to restrict the entry under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, or general well being of the Jacksonville Port Operation Area and Military Surface Distribution and Deployment Command (SDDC) compound, buildings and its population. 3.1.4. Death of or Injury to Personnel. The Contractor must immediately notify the COR and Contracting Officer of the absence of his personnel due to injury or death, or for purposes of receiving medical attention due to an injury during or arising from performance under the contract while on the Jacksonville Port Operation Area or the Military Surface Distribution and Deployment Command (SDDC) buildings. In addition the Contractor agrees to furnish the Contracting Officer and the Local Police and Safety Officer with a written/typed report of each and every accident occurring to the Contractors employees in the manner prescribed by the Contracting Officer or COR within twenty-four (24) hours after the occurrence. 3.2. Contractor Point(s) of Contact The contractor shall provide primary and alternate on-site points of contact (POC) if applicable, to the Contracting Officers Representative (COR) during normal operating hours. The contact number(s) are to be furnished prior to beginning contract performance and shall not be changed without reasonable prior notice to the COR. 4.0. INITIAL REFURBISHMENT OF VEHICLES 4.1 Upon award of this contract the Contractor shall have 30 days to bring all 5 vehicles up to normal operation condition based on the manufactures recommendations. Exceptions to the 30 day limit may be approved by the COR. 4.2. Specific Tasks: The initial refurbishment of vehicles required under this contract will bring all five units up to acceptable operating condition in accordance with the manufactures recommended specifications (includes all parts and labor). 4.2.1 The initial repair services shall include but not be limited to full diagnostics, oil change including filter, tune up, repair the brakes as needed, replace the battery as needed, idol - throttle checks, repair or replace the gauges as needed, lube, replace coolant, flush and fill radiator (repair as needed), replace the windshield wiper blade, repair or replace windshield latch and tail gate latch as needed, repair or replace all axels as needed, complete refurbishment of engine and transmission, replace or repair tires as needed. 4.2.2. If work is performed at the port, the work areas shall be cleaned up upon completion of work in that area or at the end of each working day. 4.2.3. DISPOSAL AND REMOVAL: The Contractor will dispose of all litter, debris, oil pans boxes, oil etc. and trash collected from all areas worked. 4.3. If the vehicle is to be removed for repair for more than a 24 hour period, the contractor shall include pick up, return and provide a loaner vehicle of like type and model of vehicle being repaired based on the needs of the 832nd Transportation Battalion. The pick up, return and providing a loaner vehicle are at no additional cost to the government. 5.0. STANDARD YEARLY MAINTENANCE PLAN ALL YEARS 5.1. Upon notification that a vehicle has broken down or needs repair, the Contractor shall respond to the COR or designated representative within 24 hours of the notification not including weekends and holidays. The Contractor shall coordinate with the COR or designated representative a time and date to begin repairs of the vehicle. 5.2. Yearly Maintenance Plan will include tire change (four tires), transmission refurbishment, drive axel replacement, and complete engine refurbishment as needed. All listed items in this block are on a once per year basis on all five utility vehicles. 5.3. If the vehicle is to be removed for repair for more than a 24 hour period, the contractor shall include pick up, return and provide a loaner vehicle of like type and model of vehicle being repaired based on the needs of the 832nd Transportation Battalion. The pick up, return and providing a loaner vehicle are at no additional cost to the government. 6.0. PREVENTATIVE MAINTINANCE SERVICE PLAN ALL YEARS 6.1. Specific Tasks: The Preventative Maintenance shall be completed twice yearly and shall include but not be limited to the manufacturers recommended PM including but not limited to complete oil change including filter, tune up, valve clearance check and adjustment, brake change and checks, battery checks and change, idol and throttle checks, gauge checks, lube, coolant, radiator, light windshield wiper blade, windshield latch and tail gate latch replacement. The PM Schedule shall be approved by the COR. 6.2. If work is to be completed on site, the work area shall be cleaned up upon completion of work in that area or at the end of each working day. 6.3. DISPOSAL AND REMOVAL: The Contractor will dispose of all litter, debris, oil pans boxes, oil etc. and trash collected from all areas worked. 6.4. If the vehicle is to be removed for repair for more than a 24 hour period, the contractor shall include pick up, return and provide a loaner vehicle of like type and model of vehicle being repaired based on the needs of the 832nd Transportation Battalion. The pick up, return and providing a loaner vehicle are at no additional cost to the government. 7.0. QUALITY CONTROL AND ASSURANCE 7.1. QUALITY ASSURANCE SURVEILLANCE PLAN. The Government will evaluate the effectiveness of the contractors performance in accordance with the Quality Assurance Surveillance Plan (QASP). The Governments QASP is not a substitute for Quality Control by the contractor. Critical TaskStandard MetricSurveillance MethodIncentives/De-Incentives 1. The contractor shall repair all vehicles and bring them up to the manufacturers recommended operating standards. Para 4The contractor will repair all vehicles and bring them up to the manufacturers recommended operating standards. Para 4100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 2. The contractor shall maintain all vehicles according to the manufacturers recommended operating standards. Para 5The contractor will perform all repairs to keep the vehicles running.100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 3. The contractor shall perform preventative maintenance to all vehicles in accordance with the manufacturers recommended operating standards. Para 6The contractor will perform preventative maintenance to all vehicles in accordance with the manufacturers recommended operating standards. 100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 8.0. STORAGE LIMITATIONS IN GOVERNMENT FACILITIES: No storage facilities are available for contractors supplies and equipment. 9.0. LOST AND FOUND: All articles found by contractor personnel to whom a reasonably prudent person would assign monetary, personal, or other value (including possible contraband items) shall be turned in to the COR. The contractor shall obtain receipts for articles turned into the COR. 10.0. SECURITY (PHYSICAL, PERSONNEL, INFORMATION, ANTI-TERRORISM AND FORCE PROTECTION REQUIREMENTS) 10.1. The work associated with this PWS is UNCLASSFIED. 10.2. The contractor will coordinate all security, pass and identification requirements with the COR. All required identification and passes will be determined by the COR and the Jacksonville Port Operations Authorities. Contractor is responsible for any pass fees imposed by the Port Authority. 10.3. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the Jacksonville Port Operations Area and Military Surface Deployment and Distribution Command (SDDC) Compound/installation, shall abide by all security regulations. 10.4. All contractor employees and representatives will maintain in their possession all issued/assigned identification badges and passes. 10.4.1. The contractor must provide a listing of employees and vehicles to the COR for approval at least three (3) working days prior to the expected arrival date that will include: 10.4.2. Contractors vehicle model, year, color, and license plates numbers. 10.4.3. List office, mobile, and cellular phone numbers at which contractor manager and supervisors can be reached. 10.4.4. The government will provide general on-base Security services. For on-base Emergencies, dial 911. 11.0 CONTRACTOR MANPOWER REPORT (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall 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 Officer's Technical Representative; (2) Contract number, including task and/or 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 date; (5) Estimated direct labor hours ( including sub-contractors); (8) Predominant Federal Service Code (FSC) for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. If you need assistance or have questions about CMR, please contact the CMR Helpdesk by phone at 703-377-6199 or E-mail contractormanpower@hqda.army.mil. QUALITY ASSURANCE SURVEILLANCE PLAN 28 DECEMBER 2009 PERFORMANCE WORK STATEMENT FOR THE REPAIR AND MAINTENANCE OF FIVE KAWASAKI UTILITY VEHICLES LOCATED AT THE 832ND TRANSPORTATION BATTALION, BLOUNT ISLAND, FLORIDA 1. PURPOSE. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Governments responsibility to be objective, fair, and consistent in evaluating performance. In addition, the QASP should recognize that unforeseen and uncontrollable situations may occur. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Updates shall ensure that the QASP remains a valid, useful, and enforceable document. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES. The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractors performance. b. Contracting Officers Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractors performance. The COR shall keep a quality assurance file. At the conclusion of the contract or when requested by the KO, the COR shall provide documentation to the KO. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Governments behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. c. Other Key Government Personnel - None 3. PERFORMANCE STANDARDS. Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, paragraph 4 in the Performance Work Statement includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Critical TaskStandard MetricSurveillance MethodIncentives/De-Incentives 1. The contractor shall repair all vehicles and bring them up to the manufacturers recommended operating standards. Para 4The contractor will repair all vehicles and bring them up to the manufacturers recommended operating standards. Para 4100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 2. The contractor shall maintain all vehicles according to the manufacturers recommended operating standards. Para 5The contractor will perform all repairs to keep the vehicles running.100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 3. The contractor shall perform preventative maintenance to all vehicles in accordance with the manufacturers recommended operating standards. Para 6The contractor will perform preventative maintenance to all vehicles in accordance with the manufacturers recommended operating standards. 100% of the time.Customer Complaints. (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 4. METHODS OF QA SURVEILLANCE. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. Regardless of the surveillance method, the COR shall always contact the contractor's task manager or on-site representative when a defect is identified and inform the manager of the specifics of the problem. The COR, with assistance from the KO, shall be responsible for monitoring the contractors performance in meeting a specific performance standard/AQL. a. VALIDATED USER/CUSTOMER COMPLAINTS. (Relies on the user of the service to identify deficiencies. Complaints are then investigated and validated. Highly applicable to services provided in quantity and where quality is highly subjective.) Surveillance results may be used as the basis for actions (to include payment deductions) against the contractor. In such cases, the Inspection of Services clause in the Contract becomes the basis for the KOs actions. 5. DOCUMENTING PERFORMANCE. a. ACCEPTABLE PERFORMANCE. The Government shall document positive performance. A report template is attached. Any report may become a part of the supporting documentation for fixed fee payments, award fee payments, or other actions. b. UNACCEPTABLE PERFORMANCE. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO. 6. FREQUENCY OF MEASUREMENT. While the contractor is fully expected to comply with all requirements in the PWS, the governments assessment of contractor performance will focus mainly on the objectives listed in the AQL column of the Performance Standards Summary Matrix. The COR will monitor the contractors performance to ensure it meets the standards of the contract. Unacceptable performance may result in the Contracting Officer taking any of the following actions: Require the contractor to take necessary action to ensure that future performance conforms to contract requirements, reduce the contract price to reflect the reduced value of the services, issue a Contract Discrepancy Report, or require the contractor to reperform the service. In addition, the contractors performance will be recorded annually in the Contractor Performance Assessment Report (CPAR). _____________________________ Signature Contracting Officers Representative _____________________________ Signature Contracting Officer CONTRACT DISCREPANCY REPORT (CDR) 1. Contract Number: - insert number 2. TO: (Contractor Task Manager or on-site representative) --insert name 3. FROM: (Name of COR) -insert name 4. Date and time observed discrepancy: 5. DISCREPANCY OR PROBLEM: Describe in detail. Identify any attachments. 5. Corrective action plan: A written corrective action plan ( is / is not ) required. (If a written corrective action plan is required include the following. The written Corrective Action Plan will be provided to the undersigned not later than # days after receipt of this CDR.) Prepared by: - Enter CORs name _____________________________________________ Signature Contracting Officers Representative Date Received by: _____________________________________________ Signature - Contractor Task Manager or on-site representative Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8dec0ef08751e9441561d8aca4792a87)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE Bldg 8675 Trailer Compound, Maritime street Blount Island FL
Zip Code: 32226
 
Record
SN02031589-W 20091230/091228233725-8dec0ef08751e9441561d8aca4792a87 (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.