SOLICITATION NOTICE
J -- ELEVATOR MAINTENANCE SERVICES - FORT SILL, OK
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L11R0014
- Response Due
- 9/1/2011
- Archive Date
- 10/31/2011
- Point of Contact
- Malisa Tubtim, 5804428891
- E-Mail Address
-
MICC - Fort Sill
(malisa.tubtim@conus.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. PART: U.S. Government Procurements SUBPART: Services, Equipment and Material CLASS CODE: J099 OFFICE ADDRESS: Mission and Installation Contracting Command 1803 Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-11-R-0014 Response Date: 1 September 2011 by 4:00 p.m. Central Standard Time (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-11-R-0014 is a Request for Quote (RFQ) for Elevator Maintenance, in accordance with the Government's requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 5 July 2011. The North American Industrial Classification System (NAICS) number is 238290 and the business size standard is $14.0 million. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR) and have the specified NAICS code listed on the CCR. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will by Wide Area Work Flow (WAWF). The government will not and cannot make payment through PayPal. The following shall be conducted at various locations on Fort Sill, Oklahoma, as described in the Performance Work Statement. Please provide your quote in space provided below: See Attached Bid Schedule Performance Work Statement: 1.0. DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, vehicles, equipment, and labor necessary to maintain and repair the elevators at Fort Sill, Oklahoma in a manner that will ensure continuous and safe operation. Elevators manufacture, size, type and locations are listed in the Bid Schedule. The word Elevator is defined herein to include elevators, sidewalk freight elevators and dumbwaiters and any other discreet pieces of vertical transportation equipment listed or accepted by supplemental agreement into the bid schedule. 2.0. MAINTENANCE SERVICES. 2.1. The contractor shall perform weekly inspections and preventive maintenance for all elevators listed in the bid schedule. The contractor shall perform preventive maintenance during each weekly inspection to ensure reliable and continuous safe operation. The maintenance work shall be in accordance with commercial practices or manufacturer's specifications and shall be intended to maintain the elevators in safe and reliable operating condition until the next scheduled maintenance. 2.2. Elevator repair includes repair of inoperable equipment, replacing of component parts and assemblies, i.e., driving and housing machinery, control mechanisms, and signaling and scheduling equipment. It also includes the repairing or replacing of all electrical wiring and conductors where required or directed by the Contracting Officer, extending to the elevator from the main line switch in the machine room and outlets in the hoist way. The mainline switch together with fuses for the same are excluded. 2.3. The Contractor shall furnish and replace all parts, subassemblies, and accessory equipment that have failed or are failing. The Contractor shall perform lubrication, cleaning and painting as established by equipment manufacturer or as conditions require. 2.4. Elevator repair parts that are provided under this contract shall be new and meet the original manufacturer's quality specifications. The refinishing, repairs and replacement of elevator car enclosures, hoist way door panels, frames and sills are excluded. 2.5. The Contractor shall accept all items and/or parts in their present condition at the start of this contract and replace them as required. 2.6. The Contractor will not be responsible for underground hydraulic piping or hydraulic jack casing. 2.7. After the maintenance and repair of an elevator, the equipment shall operate at its design and efficiency level. 2.8.The Government will furnish the necessary utilities for performance of the services stated in this contract. 2.9. The contractor shall prepare and submit a written report within two working days after the weekly inspection. The report shall identify each elevator, the location, maintenance work performed, additional repairs that may be needed in the future, date of inspection, and general overall condition of the elevator. 3.0. TESTING. 3.1. Testing of all safety devices, governors, dumbwaiters, etc., as required by the latest edition of American National Standard Safety Code for elevators and dumbwaiters, ASME/ANSI A17.1 (2010), A17.2 (2007), A17.3 (2008), A17.4 (1999), A17.5 (2004) and A17.6 (2010) shall be performed each year during the month of October. The Contractor shall promptly correct any defects found in testing and inspecting the safety devices. 3.2. The Contractor shall submit to the Contracting officer, no later than 30 calendar days after tests are accomplished, an inspection form, furnished by the Contractor, certifying that safety test have been conducted and the results thereof. 4.0. CLEANUP OF WORKPLACE. 4.1. Upon completion of any maintenance work, the elevator equipment, its components, and the general area of the machine room shall be cleaned. The Contractor shall remove all trash, broken or used elevator parts, and cleaning materials from the machine room. Cleaning materials and shop towels used by the Contractor shall be disposed of off Government property. The Contractor shall be responsible for safe guarding all Government property in his work area. At the close of each work period, facilities and equipment shall be secured. 4.2. The Contractor shall clean pit area of each elevator shaft two (2) times a year at 6 month intervals. The Contractor shall submit a cleaning schedule to the Contracting Officer for approval within five (5) working days prior to contract start date. 4.3. The Contractor shall remove accumulated dust, dirt, trash and any foreign debris to include the removal of any unintended hydraulic fluid. 5.0. HAZARDOUS MATERIALS. 5.1. The Contractor shall comply with the USAFCOEFS Hazardous Materials and Waste Management Plan (July 2010) and 40 CFR Part 260-299 (July 2010), for proper handling and storage of hazardous materials used in the elevator maintenance. 5.2. Materials Safety Data Sheets (MSDS) shall be maintained on all hazardous materials. 6.0.EMERGENCY SERVICE CALLS. 6.1. On the contract start date, the Contractor shall provide a telephone number or long distance telephone number with reverse charges to the Contracting Officer that is answered 24 hours a day, seven (7) days a week, where the Contractor can be notified or contacted for emergency work. 6.2. The Contractor shall provide emergency repair service for elevators #4 and #5 in Building 4301 within two hours of notification from the Contracting Officer or the designated representative on a 24 hour, 7 days a week basis. The Contractor shall immediately make necessary repairs to restore the elevators to operation. The Government will pay for emergency service required on the weekends and after 5:00 p.m. on weekdays at the overtime rate listed on the Bid Schedule. The Contractor shall prepare and submit a written report within two working days after an emergency repair. The report shall include the date and time of the service call, the location of the elevator, work performed and the amount of time it took to make the repairs. 7.0. QUALITY CONTROL. 7.1. Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with the ANSI/ASME A17.1 thru A17.6 as stated in section 3.1, and other applicable standards and codes, and to assure the requirements of the contract are provided as specified. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. The Quality Control Program must specify the areas to be inspected on a scheduled or unscheduled basis, how often the inspection will be accomplished, the title(s) of the individual(s) who will perform the inspection, and the methods for identifying deficiencies in the quality of service performed before the level of performance becomes unsatisfactory. As a minimum the contractor shall develop quality control procedures that address the areas identified in paragraph 8, Service delivery Summary. One copy of the Contractor's Quality Control Program shall be provided to the Contracting Officer for review and approval 15 calendar days prior to contract start date. An updated copy shall be provided to the Contracting Officer two (2) working days after any changes occur. 7.2. The Contractor shall prepare and submit to the Contracting Officer a schedule for inspection and preventive maintenance for all elevators within 15 calendar days prior to the start date of the contract. 8.0. GOVERNMENT REMEDIES. The contracting officer will follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (June 2010), and Service Delivery Summary for nonconforming service. 9.0. HOURS OF OPERATION. Normal hours of operation are from 8:00 a.m. to 5:00 p.m., Monday through Friday, except for legal public holidays. Legal Holidays New Year's Day 1 January Martin Luther King Jr's Birthday third Monday in January Washington's Birthday third Monday in February Memorial Day last Monday in May Independence Day 4 July Labor Day first Monday in September Columbus Day second Monday in October Veterans Day 11 November Thanksgiving Day fourth Thursday in November Christmas Day 25 December 10.0. PERSONNEL. 10.1. The Contractor shall provide personnel who are technically qualified to perform the skills they are assigned, who are knowledgeable of the techniques used in their work, and who keep management personnel informed of improvements, changes, and methods of operations. The Contractor shall submit resumes of the personnel that are proposed to perform the work to the contracting officer for approval within 10 calendar days prior to start of contract. The Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of elevators. Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-11-R-0014 and emailed to the Point of Contacts (POCs) listed below or faxed to 580-442-3819, no later than 4:00 p.m., CST, 1 September 2011. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will cause for rejection of the bid/offer. Contact Malisa Tubtim, Phone: 580-442-8891/Fax: 580-442-3819/Email: malisa.tubtim@us.army.mil or Karen Warner, Phone: 580-442-3904/Fax: 580-442-8014/Email: karen.l.warner@us.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. FAR 52.204-4 Printed or Copied Double-Sided on Recycle Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.228-5 Insurance Work on a Government Installation, FAR 52.232-18 Availability of Funds, FAR 52.237-3 Continuity of Services, FAR 52.246-4 Inspection of Services-Fixed Price, DFARS 252.201-7000 Contracting Officers Representatives, DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 ALT A Required Central Contractor 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 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing of Contract Modifications The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, 52.252-2 Clauses Incorporated by Reference, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following FAR clauses within clause 52.212-5 are being selected as applicable: 52.203-6, 52.204-10, 52.209-6,52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-26, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. The following DFAR clauses within clause 252.212-7001 are being selected as applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.226- 7001, 252.232-7003, 252.237-7010 and 252.243-7002. The following Local Clauses are applicable to this acquisition and incorporated by full text: AMC Agency Level Protest, DoD Level 1 Antiterrorism (AT) Standards, and Nondisplacement of Qualified Workers The following provisions are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications - Commercial Items, 252.225-7031 Secondary Arab Boycott of Israel. The following provisions are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.217-5 Evaluation of Options - As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services as the end of any performance period (base or option periods), utilizing the rates of that performance period. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items or, shall be registered in ORCA as per FAR 4.1201. CLARIFICATIONS AND ADDITIONAL REQUIREMENTS 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 0.5 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: Wage Determination No Date 05-2525 Revision 1306/13/2011 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 CLASSMONETARY WAGE-FRINGE BENEFITS* Elevator Mechanic$21.50 - 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 Officer's 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 contractor's 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. AWARD FOR BASE PERIOD ONLY Any award made as a result of this solicitation will be for the Base period only and will not include any Option period 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. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0490 (Rome) Issued By: W9124L Ship To:W44DQ7 Acceptance By: W44DQ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: WILL BE PROVIDED UPON AWARD ACCEPTOR EMAIL:WILL BE PROVIDED UPON AWARD SPECIALIST EMAIL:WILL BE PROVIDED UPON AWARD For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CONTRACT PERIOD Any contract awarded as a result of offers submitted under this RFQ shall extend from 1 October 2011, or date of contract award, whichever is later, through 30 September 2012, unless sooner terminated under the terms of the contract. NOTE: Exercise of the Government's option(s) to extend this contract may extend the above 1 October 2011 to as late as 30 September 2016. 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 Contractor's 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 Malisa Tubtim at email malisa.tubtim@us.army.mil and Karen Warner (KO) at email karen.l.warner@us.army.mil. Clarifications and/or questions are due 25 August 2011. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/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 bids 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 bids 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 offer's 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. OPTION TO EXTEND SERVICES a. Services described herein may be extended as described at FAR 52.217-8 by the Contracting Officer's written notice to the Contractor anytime before contract expiration. This option is intended to protect the Government from disruption of mission essential service in the event of unusual administrative problems or other extenuating circumstances. b. No legal liability on the part of the Government for payment of any money for performance under any option beyond 30 September of the contract year shall arise unless and until funds are made available to the Contracting Officer for such performance and notice of such availability, to be confirmed in writing by the Contracting Officer, is given to the Contractor. IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employee's name, contractor's name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract,the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that person's e-mail address includes the name of their company. 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/notices/c56c6e4c9dc0f0cb059ee476ce65fba8)
- Place of Performance
- Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Zip Code: 73503-0501
- Record
- SN02537867-W 20110819/110817235319-c56c6e4c9dc0f0cb059ee476ce65fba8 (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 |