Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
SOLICITATION NOTICE

73 -- BPA- KITCHEN SETS

Notice Date
2/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332214 — Kitchen Utensil, Pot, and Pan Manufacturing
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
 
ZIP Code
20523
 
Solicitation Number
BPA-SOL-OAA-12-000026
 
Archive Date
3/3/2012
 
Point of Contact
Callie M. Johnson, Phone: 2025675322, Lance Butler III, Phone: 202-567-5304
 
E-Mail Address
cmjohnson@usaid.gov, lbutler@usaid.gov
(cmjohnson@usaid.gov, lbutler@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
USAID/OFDA OAA STATEMENT OF WORK Procurement of Kitchen Sets •1.0 - Introduction : Ongoing humanitarian emergency support around the world requires the procurement of Kitchen Sets. •2.0 - Background and Justification : The capacity of the United States' Government (USG) to quickly respond to international emergencies is dependent on having commodities on hand. To accomplish this, USAID/ Office of Foreign Disaster Assistance (OFDA) maintain stockpiles of commonly requested materials. As the timing, location, and scope of international disasters are unpredictable, USAID/OFDA must maintain sufficient amounts of stockpiles at their warehouses throughout the year. After a disaster response stockpiles are drawn down and must be replenished. The USAID/OFDA warehouses must be able to respond effectively to international disasters, and this requires the ability to procure and replenish commodities in a timely manner after, before, or during a disaster response. Kitchen sets are a vital commodity during humanitarian relief efforts and are considered a core, commonly requested commodity. Each set provides materials necessary for basic food preparation for a family of five. This capability is important not only for the obvious health reasons, but also for the independence it provides displaced individuals and families during unstable times. 3.0 - Technical Requirements and Specifications: Kitchen Sets: OFDA specifications for the kitchen sets contents are as follows (metric equivalent packages may vary slightly): The Kitchen Sets must be manufactured in the United States. Material Specifications: The type of metal, either aluminum or stainless steel, used in the fabrication of kitchen set should be one of the following types. (1). Aluminum type Al99,0, ISO209-1 (minimum 99% Aluminum) - Wrought aluminum and aluminum alloys - part1: chemical composition. EN602 - Aluminum and aluminum alloys-Wrought products-Chemical composition of semi products used for the fabrication of articles for use in contact with food. (2). Stainless steel must be of the type 1.4016 (X6Cr17, 430) or of the higher quality type 1.4301 (X5CrNi18-10, 304). -Much higher quality steel like 1.4401 or 1.4404 (CrNiMo17-12-2, 316) is not required. For culinary grade metal specification please reference EN 10088-1, American ASTM standard grades, and French/German ISO standard grades. The contractor must provide supporting documentation specifying the material specifications of the Kitchen Set. Specifications per item: 1 x COOKING POT, 7L, with lid/frying pan Capacity: 7 liters Material: Aluminum or stainless steel, as per above material specifications Diameter: min: 27cm max: 28cm Thickness: Aluminum min 1.75 mm or steel min 0.8mm Handles: 2 Aluminum or stainless steel handles, attached with strong rivets, bent up to allow a hanging bar to pass through Lid: see 'fry-pan' Edges: no sharp edges 1 x FRYING PAN, 2.5L, lid for the 7L cooking pot Capacity: 2.5 liters Material: Aluminum or stainless steel, as per above material specifications Diameter: adaptable as a lid for the 7 liter cooking pot Handle: 1 detachable aluminum or stainless steel handle Thickness: Aluminum min 1.75mm or steel min 0.8mm Edges: no sharp edges 1 x COOKING POT, 5L, with lid Capacity: 5 liters Material: Aluminum or stainless steel, as per above material specifications Diameter: min: 22cm max: 24cm Thickness: Aluminum min 1.75mm or steel min 0.8mm Handles: 2 Aluminum or stainless steel handles, attached with strong rivets, bent up to allow a hanging bar to pass through Lid: Aluminum min 1.0mm or stainless steel min 0.6mm thick with handle, as per above material specifications Edges: no sharp edges 5 x BOWL, 1L, metallic Capacity: 1 liter Material: Aluminum or stainless steel, as per above material specifications Height: 5 to 7cm Thickness: Aluminum min 1mm or steel min 0.5mm Edges: no sharp edges 5 x PLATE, 0.75L, metallic Capacity: 0.75 liter Material: Aluminum or stainless steel, as per above material specifications Thickness: Aluminum min 1mm or steel min 0.5mm Diameter: 24 to 25cm Edges: no sharp edges 5 x CUP, 0.3L, metallic Capacity: 0.3 liters Material: Aluminum or stainless steel, as per above material specifications Thickness: Aluminum min 1mm or steel min 0.5mm Handle: Strongly attached with rivets or welded Edges: no sharp edges 5 x SPOON, table, 15ml, stainless steel Capacity: 15ml Material: Stainless steel, as per above material specifications Length: 20cm Thickness: Min 1mm Edges: no sharp edges 5 x FORK, table, 20cm, stainless steel Material: Stainless steel, as per above material specifications Length: 20cm Thickness: Min 1.5mm Edges: no sharp edges 5 x KNIFE, table, 17cm, stainless steel Material: All stainless steel in 1 piece, as per above material specifications Length: 17cm Thickness: Back of the blade: 1mm, Handle: 1.5mm Edges: no sharp edges, rounded at the end 1 x KNIFE, kitchen, 15cm stainless steel blade Material: Stainless steel blade, wood or plastic handles Thickness: Blade base min 1.5mm Length: Blade min 15cm 1 x SPOON, wooden, stirring, 30cm Material: Hard wood Thickness: Min 10mm Length 30cm It is preferable that no products included in the disaster kitchen sets show a date of expiration. If expiration dates are required on any of the products, please identify the product and associated date in your quote. 4.0- Packaging/Dimensions (Kitchen Sets): Packing: Type: 1 carton box, outer dimensions 10.5 in x 10 in x 6 in Material: Double White corrugation export quality cardboard box Strength: To withstand 6m high stacking more than 48m, and 10 handlings Seal: Tape plus 4 plastic straps of 10mm The master containers should be palletized onto a standard 4 way skid measuring 48" x 40". The height should not exceed 46" in height and the skids should be able to be double-stacked in standard 20' and 40' shipping container. Each pallet must have reinforced corners to protect and prevent damage from double stacking. The pallets must be fully wrapped in plastic stretch film, with two pallet straps securing the master containers to the wooden skids. Contractors can provide alternative packing, however, the goods shall be packaged in such a way that allows USAID to ship and distribute the kitchen sets as efficiently as possible. The offeror shall describe how the goods will be packaged in the quote. This description shall include packing information about the kitchen set and the individual pallets. 5.0- Labeling/Branding: The USAID logo and the phrase "FROM THE AMERICAN PEOPLE" shall be printed on one side of both the individual Kitchen Set box and the outside Master Container box in accordance with USAID Branding requirements. •· Below is the web-link for USAID Branding instructions. •· White cartons should be used and two color imprints on two panels. http://www.usaid.gov/branding/ 6.0 - Schedule/ Deliverables: The Kitchen Sets units should be available within four weeks from the award date. The contractor shall provide one (1) first article Kitchen Set to the USAID/OFDA Contracting Officer Representative (COR) no later than 10 calendar days after award. The OFDA COR will inspect the first article to ensure conformance with the specifications set forth in this solicitation. The first article shall be shipped/delivered to the following address per FAR 52.247-35 F.o.b. Destination, within Consignee's Premises (APR 1984). United States Agency for International Development Office of Foreign Disaster Assistance Attn: OFDA Logistics 1300 Pennsylvania Ave, NW, Room 8.7.69 Washington, D.C 20523 No later than twenty (21) calendar days after written notification of acceptance of the first article, the contractor shall have available for pickup at his/her place of manufacture the Kitchen Sets per FAR 52.247-30 F.O.B. Origin, Contractor's Facility (FEB 2006). The contractor shall give the USAID COR reasonable notification, at least 7 days prior to pick up, that the Kitchen Sets will be ready for inspection/acceptance. The contractor shall provide the OFDA COR with weekly updates until the order is completed. Notify OFDA Logistics of updates by telephone at (202) 712-0234 or facsimile at (202) 216-3399. Once the order is complete, the OFDA Logistics Officer will inspect the complete order before arranging transport to the OFDA warehouse. Packaging and branding must meet the requirements established in the RFQ. The contractor shall provide the OFDA COR with complete packaging (palletized) information relating to: - Weight per box pallet - Number of Kitchen Sets per pallets and - All relevant shipping information The Contractor shall package the commodity in such a way that USAID branding requirements are met. A separate contract will be awarded for transportation of the wrapped pallets. The pallets will be picked up from the Contractor's facility; no shipping costs are included in this purchase order. The Contractor is responsible for any and all storage (if any) in the execution of this task order. 7.0 - Inspection and Acceptance Inspection and acceptance of the First Article shall take place at the Government address specified under the First Article Approval clause under Section 8.0 Clauses below. Inspection and acceptance of the productions units shall take place at the contractor's place of manufacture. 8.0 - Payment Upon inspection and acceptance by the OFDA Logistics officer of each Kitchen Set, the contractor shall be paid the firm fixed-price of $.______ (to be determined). The second page of the SF 1449 (attached) shall be presented for inspection/acceptance. Once the authorized Government Representative performs inspection and acceptance and signs at the bottom of the form, the contractor shall submit a copy of the SF 1449 to the address cited under Clause 5.0 Deliverables/Schedule for payment authorization. After the COTR certifies for payment, the invoice shall be forwarded to the payment address cited in block 18a of the SF 1449 cover page for payment processing. 8.0 - Clauses FAR 52.209-4 First Article Approval-Government Testing (Sept 1989) (a) The Contractor shall deliver one (1) complete Kitchen set within 10 calendar days from the date of this contract to the Government at USAID/OFDA, 1300 Pennsylvania Avenue, NW, Room 8.7.69, Washington, DC 20523 ATTN: Mr. Todd Horne for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 10 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) Alternate I (Jan 1997). As prescribed in 9.308-2 (a)(2) and (b)(2), add the following paragraph (j) to the basic clause: (j) The Contractor shall produce both the first article and the production quantity at the same facility. 52.212-4 Contract Terms and Conditions-Commercial Items. As prescribed in 12.301 (b)(3), insert the following clause: Contract Terms and Conditions-Commercial Items (June 2010) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act ( 31 U.S.C. 3727 ). However, when a third party makes payment ( e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended ( 41 U.S.C. 601-613 ). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause ( e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act ( 31 U.S.C. 3903 ) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act ( 31 U.S.C. 3903 ) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5 (b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall - (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the - (A) Circumstances of the overpayment ( e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2 ). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 ; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of thiscontract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/BPA-SOL-OAA-12-000026/listing.html)
 
Place of Performance
Address: U.S. Agency for International Development, Bureau for Democracy, Conflict, and Humanitarian Assistance, Office of U.S. Foreign Disaster Assistance, DCHA/OFDA/DRM, Ronald Reagan Building, 1300 Pennsylvania Avenue, NW, Washington, District of Columbia, 20523, United States
Zip Code: 20523
 
Record
SN02667598-W 20120205/120203234656-ffcab23bf0f7cc7850feaf9ec51f28aa (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.