Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOLICITATION NOTICE

X -- TRAINING FACILITIES FOR THE EEOC FY 2012 TECHNICAL ASSISTANCE PROGRAM SEMINARS (TAPS) PILOT PROJECT: MULTIPLE LOCATIONS WILL BE REQUIRED (6 DISTINCT FACILITIES, CITIES, AND STATES) - Attachment 1: RFQ0017-12 Pricing Sheet

Notice Date
2/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFQ0017-12
 
Archive Date
3/21/2012
 
Point of Contact
Joseph S. Pishioneri, Phone: 202-663-4109, Anthony R Price, Phone: (202) 663-4218
 
E-Mail Address
joseph.pishioneri@eeoc.gov, anthony.price@eeoc.gov
(joseph.pishioneri@eeoc.gov, anthony.price@eeoc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: RFQ0017-12, 2012 TAPS Pilot Project Pricing Sheet This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a full and open competition requirement; all qualified quoters are encouraged to submit a quotation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number RFQ0017-12 is being issued as a Request for Quotation (RFQ) and must be referenced on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective February 2, 2012. This procurement is unrestricted and interested quoters may submit a quote. Award will be made on an all or none basis. The Associated North American Industry Classification System (NAICS) Code is 721110, with a small business size standard of $30 million. The U.S. Equal Employment Opportunity Commission (EEOC) contemplates awarding one firm-fixed price contract to a single qualified contractor to provide six (6) full service training facilities to conduct the 2012 Technical Assistance Program Seminars (TAPs) Pilot Project, to be held in multiple locations (6 different facilities, cities and states). The EEOC anticipates the contract to be awarded in March 2012. The RFQ0017-12 will be distributed solely through the FedBizOpps website (http://www.fedbizopps.gov). The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. ALL INFORMATION NEEDED TO SUBMIT A QUOTATION IS CONTAINED HEREIN. AVAILABILITY OF FUNDS: Funds are currently available for award. BACKGROUND: The U.S. Equal Employment Opportunity Commission (EEOC), Revolving Fund Division, EEOC Training Institute (hereinafter referred to as the Institute) has a requirement for a contractor to provide six full service training facilities to include meeting space, food and beverage service, audio-visual (AV) equipment, and audio-visual support services to conduct the EEOC's 2012 TAPs Pilot Project, hereinafter referred to as the Pilot Project. This series of five individual one-day events and one two-day event will provide training to private and public sector employers, unions and attorneys on the Americans With Disabilities Act, specifically with regard to reasonable accommodation, in addition to other aspects of the ADA Amendments enforced by the EEOC. The Institute anticipates a minimum of 100 attendees with a maximum of 250 attendees per event, plus an additional 10 individuals consisting of other staff and presenters who provide support for the conference. The Institute anticipates conducting these six events in six distinct cities located in different regions of the United States during May and June 2012 and has a requirement for a contractor capable of providing facilities on the dates and in the locations specified in this solicitation. The one day conference is a full day training event, plus pre-conference registration. The preferred pattern is: conference registration begins at 8:00 AM with the conference running from 9:00 AM through 11:30 AM, lunch from 11:30 AM - 1:00 PM, and afternoon session from 1:00 PM - 5:00 PM. The conference meeting space consists of plenary sessions in the morning and afternoon for up to 250 participants and a plated lunch for up to 250 participants plus 10 staff/presenters. For the Miami FL event, the conference will include a second day with identical meeting space, food and beverage, A/V requirements and time schedule. Food and beverage service will include a continental breakfast, a plated lunch and two (2) PM breaks. REQUIREMENTS FOR LOCATION AND DATES: The quoter must be able to provide acceptable facilities as defined in this solicitation, including the Technical Evaluation factors (criteria), for the entire scope under the resultant contract. The EEOC will only accept quotations that identify facilities for each of the six following locations on the dates as specified below: LOCATION SCHEDULED DATES: 1. MIAMI, FL MAY 15-16, 2012 (TWO-DAY EVENT) 2, BOSTON, MA MAY 23, 2012 3. SEATTLE, WA JUNE 5, 2012; 4. LOS ANGELES, CA JUNE 7, 2012; 5. DENVER, CO JUNE 12, 2012; and 6. DETROIT, MI JUNE 14, 2012. The training facility must be located within the immediate metropolitan area of each city. THE ABOVE DATES AND LOCATIONS ARE FIRM. Quoters must have adequate parking available to accommodate up to 250 participants either onsite or within walking distance of each venue (facility). The EEOC requires the following commercial item (services): CONFERENCE GENERAL REQUIREMENTS: The quoter must meet the following minimum requirements for each training facility: A. Americans with Disabilities Act (ADA) Requirements: All facilities, including restrooms, dining space, registration area, and meeting space must meet ADA requirements for accessibility. Accommodations for individuals with disabilities may include, but are not limited to accessible parking spaces, elevators and sound systems, wide aisles and wheelchair ramps. EEOC will perform site visits prior to the award of the contract. The site visit will include an ADA assessment of the property by the Disability Business and Technical Assistance Centers (DBTAC) or an independent Disability Assessment group prior to award of the resultant contract. B. Lodging Requirements: The quoter shall make available a minimum of 25 separate rooms for speakers, staff and event participants at or below the Federal government's per diem rate for lodging, at least one room night prior to each scheduled event through one night after each event. The website address of the Government per diem rate is: http://www.gsa.gov. All individuals associated with the event will be responsible for paying the contractor directly for lodging costs. The quoter must provide a separate room rate for each location to be included in Volume III, "Pricing" of their quotation. C. Conference Meeting Space Requirements: All meeting space must be set up in classroom style with 6' tables, no more than 2 people per table. One pitcher of water, drinking glasses and mints shall be placed on each table. A raised platform, a podium and two (2) tables located in the front of the room are required. Rooms must have additional space to accommodate AV equipment. A plenary room that can accommodate up to 250 attendees and 10 presenters/staff in classroom style seating is required from 8:00 AM to 11:30 AM each morning and 1:00 PM to 5:00 PM each afternoon at each location. The plenary room must have additional space to accommodate a raised platform which is ADA accessible. This includes a platform which is no more than 18" high and is wheel chair accessible on at least one side. If a wheelchair ramp is used, the ramp must have railings on both sides and the rise over run cannot be more than 8.3%. The AV requirements are specified under Paragraph E of this solicitation. Lunch Room: The contractor must provide a lunch room from 11:30 AM to 1:00 PM at each location. It is preferred that lunch be served in a separate room other than the plenary session room. Registration and Office Areas: The contractor must provide an attendee registration area with an office to store equipment and conference materials. D. Food and Beverage Requirements: The quoter shall submit with their quotation a price list for proposed food and beverages for the conference as follows: continental breakfast; a plated lunch, and two (2) PM breaks. Pricing for food and beverage shall include the price for the item, plus the gratuity (service charge). Continental Breakfast is required for a maximum of 250 people. The continental breakfast is served between 8:00 AM - 9: 15 AM. The continental breakfast shall consist of yogurts, fruit, breakfast breads and muffins and the following beverages (i.e., regular and decaf coffee, hot and iced tea, juices and bottled water. Lunch is required for a maximum of 260 people (250 attendees plus 10 presenters/staff). Lunch is served for 1½ hours from 11:30 AM - 1:00 PM. This will be a plated lunch which provides a protein based entrée, a fruit or vegetable, dessert, regular and decaffeinated coffee, hot and iced tea. The entrée must not include pork or shellfish. The first PM break is required for a maximum of 250 people. The first PM Break will be served between 2:00 PM and 2:30 PM. The first PM break menu shall consist of beverages (e.g., regular and decaf coffee, hot and iced tea, sodas, and bottled water) and a light snack (e.g., cookies, pretzels, etc.). A second PM break will be served at 3:30 PM - 3:45 PM. This break menu shall consist of beverages and the remaining items leftover from the earlier PM break. The Contracting Officer Representative (COR) will contact the contractor within 72 hours of the event to confirm the number of participants. The contractor shall invoice the Institute at the agreed upon rates for food and beverage service. Pricing for food and beverages shall include the price for item(s), plus the gratuity (service charge), and a statement from the contractor indicating whether and under what conditions the U. S. Government is exempt from state tax, if applicable. Interested parties shall provide a pricing list of recommended beverages, snacks, and lunch meals when responding to this RFQ. Quoters shall provide a reduced price list (conference menu or government menu), if available. The Institute will pay the successful contractor for meals and breaks based on the actual number of individuals served. The quoter's price list must be included under Volume III, "Pricing" of the quoter's quotation. E. Audio Visual (AV) Requirements: AV for plenary sessions. The quoter must submit a detailed price list for the AV equipment for plenary sessions. The quoter must provide projected labor cost for the setup, breakdown and support of all AV equipment used during the conference. The Institute may require internet access in the plenary room. The successful contractor must provide electronic signage or tripods outside all meeting space. The pricing list shall be included in Volume III, "Pricing" of the quoter's quotation. The Institute may or may not require A/V equipment that may include a podium microphone, and A/V cart, a screen, etc. The Institute reserves the right to modify A/V requirements after the contract has been awarded. The Institute reserves the right to provide some of its own A/V equipment such as a projector and laptop computer for the plenary sessions..Internet Connectivity at the Registration area: The Institute requires an Internet connection for registration with a high speed multifunctional printer/fax connection. F. Reporting Requirements: Pre-Award Reporting: Interested quoters must submit in their quotations a detailed breakdown of all costs to include meeting space, audio-visual equipment and technical support, food and beverage and any other miscellaneous services and equipment which are necessary for the success of the seminar. During the Event: A Pre-event meeting will be conducted with the successful contractor and key Institute staff one (1) day prior to the start of the event at each location. Signature Authority: All on-site charges must be approved and signed only by the Institute's COR or designated signee for the resultant contract. Reconciliation: The successful contractor shall provide a summary reconciliation list to the Institute COR by 6:00 PM on the day of the event at each location when the charges are incurred. These charges include meeting space costs, food and beverage, AV equipment and labor, and miscellaneous services, e.g., business center expenses and shipping. Post-Event Requirements (Invoices): The successful contractor shall submit a final invoice of all charges within five (5) business days after the completion of each event at each location. A detailed report should be submitted with the invoice and should consist of a detailed banquet/event order (BEO) forms. The BEO must provide the following information: room usage by date; detailed breakdown for all food and beverage charges; a detailed breakdown by room number for all AV equipment rental charges and AV support charges, and all miscellaneous costs to include but not limited to internet connections, re-keying charges, electrical hook-ups, etc. G. GENERAL REQUIREMENTS: Transportation: The quoter shall provide a price list of all local transportation options to and from the airport and rail station at each location, if applicable. The quoter shall indicate in its quotation whether it provides free or low cost shuttle services. The quoter shall list all facility parking cost options, to include government rate if available to accommodate up to 250 participants. The price list must be included under Volume III-Pricing of the quoter's quotation. Security: The quoter shall identify if they have paid security within each location's facility and provide a list of additional security measures taken by the quoter to provide for the safety of conference attendees and equipment. F. CONTRACT ADMINISTRATION: The Contracting Officer's Representative (COR) under the resultant contract shall be designated at the time of the contract award. Invoicing: The contractor shall invoice the EEOC at the agreed upon rates for meeting space, rental of audiovisual equipment and technical support, and food and beverage service and miscellaneous services, e.g., business center expenses and shipping. The contractor shall submit a final invoice of all charges within five (5) business days after completion of each seminar to the COR and he/she shall be provided at least five (5) business days to review the invoice charges and services provided for acceptance. Method of Payment: The Government intends to make payment via electronic funds transfer. Cancellation: Should EEOC elect to cancel the resultant contract, EEOC will provide a written notification to the contractor no later than 30 business days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within 30 business days of the scheduled event date, paragraph (l) Termination for the Government's Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. PERIOD OF PERFORMANCE: The periods of performance are one (1) two-day full service training facility from May 15-16, 2012 (Miami, FL ONLY) and five (5) individual one-day training facility: May 23, 2012 (Boston, MA); June 5, 2012 (Seattle, WA); June 7, 2012 (Los Angeles, CA); June 12 2012 (Denver CO); and June 14, 2012 (Detroit, MI). PLACE OF PERFORMANCE: The place of performance is to be within the immediate metropolitan area of the above six distinct cities within the United States. DELIVERABLES: The contractor shall provide a training facility for each of the above six (6) locations that meets all of the mandatory requirements identified in this solicitation. SUBMISSION OF QUOTATIONS: The quoter shall include the following with their quote: (1) The quoter shall provide a pricing/pricelist and description for all CLINs (0001 thru 0024); (2) The name, title, telephone number, fax number and email address of the point of contact; (3) The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. As stated above, all contractors who provide goods/services to the EEOC must be registered in the Central Contractor Register (CCR): http://www.ccr.gov; and (4) The quoter must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Failure to submit the representations and certifications may deem quoter ineligible for award. The Government intends to award a firm fixed price contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. Interested quoters must submit questions regarding this solicitation, via email, to the Contracting Officer, Joseph Pishioneri at: joseph.pishioneri@eeoc.gov, with a cc to the Alternate Contracting Officer, Anthony Price at: anthony.price@eeoc.gov not later than Tuesday, February 28, 2012, at 9:00 a.m (Washington, DC local time),). Responses to questions will be addressed as an amendment to the solicitation. No telephone or facsimile responses to or request for additional information regarding this RFQ will be accepted. All interested quoters having the capabilities to perform the required work are invited to submit a quotation in response to the RFQ on or before the closing date and time on, Tuesday, March 6, 2012, at 11:00 a.m (Washington, DC local time), to the Contracting Officer at the following mailing address: U. S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.E., 4th Floor, Washington, DC 20507, ATTN: Joseph Pishioneri, Contracting Officer. Only hard copies and e-mail responses to this solicitation (RFQ0017-12) will be accepted. Hard copies of the quotation (original and 4 copies) sent via U.S. regular or overnight mail or hand delivered to the EEOC Guard Desk, EEOC Headquarters Bldg Lobby Area to the attention of the Contracting Officer. EEOC Headquarters Building is a secured building. Therefore, individuals who will make any deliveries of quotations must have proper photo identification. Quoters may E-mail responses (quotations) to the attention of Joseph Pishioneri, Contracting Officer. A quotation submitted electronically, via e-mail, sent to joesph.pishioneri@eeoc.gov, with a cc to: Anthony Price at: anthony.price@eeoc.gov will be accepted. Responses (Quotations) submitted after the above closing date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. Therefore, interested quoters are not authorized to commence any effort as a result of this solicitation until confirmed by issuance of written correspondence in a letter or contract, as authorized by the Contracting Officer. All responsible sources may submit a quotation which shall be considered by the EEOC. Quotations shall be organized into three (3) separate and identifiable volumes: Volume I - Technical Capability, Volume II - Past Performance, and Volume III- Price: Pricing information shall not be included in Volumes I and II. Minimum Font Size is 12. The quoter shall provide original and 4 copies each of the Technical Capability, Past Performance and Price Quotation. Volume I - Technical Capability: The technical quotation should be directly responsive to the requirements contained in this RFQ. The quoter should set forth in detail, the overall technical capabilities, controls, and schedule for accomplishing the required services. The technical capabilities will be an important factor in selection of the quoter, and should be specific and complete. The quoter must present the information necessary to provide a basis for evaluation by the Government of the quoter's technical capabilities. Each quotation will be evaluated in the light of the material and substantiating evidence presented in the quotation and not on the basis of what is inferred. The quoter's Technical Quotation should not repeat this RFQ. The Technical quotation shall not exceed 10 pages addressing the requirements set forth in this solicitation, including proof of compliance with the Hotel and Motel Fire Safety Act, of 1990 (Public Law 101-391) (15 U.S.C. 2201 et. seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List.. Volume II - Past Performance: The quoter will be evaluated based on timeliness; customer service and corrective action taken, if necessary. The contact information for each reference shall include the following: A minimum of three (3) government or commercial (non-government) contracts or subcontracts for same or similar services completed during the past 3 years, and all such contracts and subcontracts currently in process for projects similar in size, content and complexity to the requirements stated in this RFQ. The quoter must submit past performance references on any partners. Contracts listed may include those entered into by other departments and agencies of the Federal Government, contracts with state and local governments, and contracts with commercial customers. Include the following information for each contract and subcontract/partners: (1) Name and address of contracting activity; (2) Contract type;(3) Contract number (4) Total Contract value; (5) Name, title, and telephone number of Contracting Officer; (6) Name, title, telephone number, facsimile number of Program or Project Manager, if applicable; (7) Description of services provided; (8) Duration of task/contract, (9) Name of Administrative contracting officer and telephone number if different from (5) above,; and (10) List of major subcontracts/teaming partners. Past performance will be used as an evaluation factor as required in the FAR 15.304(c) (3). References other than those identified by the quoter may be contacted by the Government, with information received used in the evaluation of the quoter's past performance. Volume III - Price Quotation: A price quotation shall be submitted and shall include all costs, associated with this requirement. The Government reserves the right to conduct a site visit of the quoter's training facility. Quoter's entire quotation (hard copy or electronic), including catalogs and brochures shall not exceed 30 pages in length. BASIS FOR AWARD: The Government intends to award a contract to the responsible quoter(s) whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter's quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned with obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical and management quotation over another. Thus, to the extent that quoters's technical and past performance quotations are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor. To be eligible for award under this solicitation, the quoter must propose each facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et. seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel. EVALUATION FACTORS FOR AWARD: The Evaluation Factors to be applied by the Government in the evaluation process in Descending Order of Importance is described as follows: technical capability, past performance and price. Overall, technical capability and past performance when combined are more important than price in the Tradeoff assessment. Price will be evaluated for reasonableness. Quoters are advised to submit their best terms and conditions as the Government reserves the right to award based on initial quotations, without conducting discussions. FACTOR 1: Technical Capability: The Government will evaluate Technical Capability based on (1) Contract Requirements: The quoter must provide all of the contract requirements relating to meeting space, food and beverage, AV equipment and support and reporting requirements at each location. Quotations must address the quoter's ability to comply with the Americans with Disability Act (ADA) as it relates to entrances, common areas, the meeting spaces, including plenary meeting space and luncheon space. Quotations will be evaluated on the quality of the customer services provided and the quality of the facilities reflected in maintenance and upkeep of the facilities. The quoter's facility in each of the above six locations must be in compliance with the requirements of the Hotel and Motel Safety Act of 1990 (Public Law 101-391 (15 U.S.C. 2201 et. seq) and is listed on the U.S Fire Administration and Hotel and Motel National Master List. (2) Location: Quoters must have the capability to provide six metro area facilities that are easily accessible by car, with inexpensive transportation options to and from the airport and adequate parking available to accommodate up to 250 participants. Quotations must address safety and security issues both within the hotel and the surrounding area. Quoters will be given preference based on their ability to coordinate locations with the scenario provided in this solicitation on the specified dates in each city. (3) Availability of Dates: Quotations will be evaluated on the ability of the quoter to provide the required services on the dates required for all six events. FACTOR II: Past Performance: The Government will evaluate past performance based on a minimum of three (3) references for similar work or project information which would demonstrate the essential experience and skills necessary to address the requirements of this RFQ. The three (3) references for similar work or project information must have been awarded within the past three years. This factor will indicate the relevant aspects of the quoter's record of performing services similar in size, content and complexity to the requirements of this RFQ. The quoter shall list any problems encountered on each contract and the quoter's corrective actions. The quoter will be evaluated based on timeliness; customer service and corrective action taken (if necessary). A quoter without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. FACTOR III: Price: The price will be evaluated in comparison to the independent Government cost estimate. The quoter must complete the attached pricing sheet, "ATTACHMENT 1: RFQ0017-12, 2012 TAPS Pilot Project Pricing Sheet" CLIN Nos. 0001-0024 (Excel format), then submit it with their price quotation (Volume III). SITE VISITS: The Government reserves the right to conduct a site visit of any proposed property and to consider information gathered in the site visit in making a selection decision for all quoters who are technically acceptable in accordance with the Evaluation Factors associated with this solicitation. The site visit will include a review and evaluation of the technical factors (items) identified in the above Technical Capabilities evaluation factor of this solicitation. The Government reserves the right to make contract award without discussions with quoters (except clarifications as described in FAR 15.306(a)). Therefore, quoters must submit their most favorable terms from a technical standpoint. The evaluation of the quotes shall be within the sole judgment and discretion of the EEOC. In addition to the above, the Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. All contact during the evaluation phase shall be through the EEOC Contracting Officer only. Quoters should bear in mind that any quotation that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and scope of the requirements as specified in this RFQ. Contract award will be based on the evaluation factors listed in this RFQ. CANCELLATION: Should EEOC elect to cancel the resultant contract, EEOC will provide a written notification to the contractor no later than 30 business days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within 30 business days of the scheduled event date, paragraph (l) Termination for the Government's Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification; FAR 52.225-25 Prohibition on Contracting with Entities Engaged in Sanctioned Activities relating to Iran - Representations and Certifications; FAR Clauses: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.217-7, Option to Increased Quantity-Separately Priced Line Item, 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Veterans; 52,222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222.-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; FAR 52.222-53, Exemption from Application of the Service Contract Act to Contract for Certain Services-Requirements; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim; and FAR 52.204-7, Central Contractor Registration are incorporated by reference. To obtain the above provision and clauses in full text, please visit www.acquisition.gov/far/index.html. Method of payment: via Electronic Funds Transfer. Interested quoters are responsible for ensuring that their submitted quote has been received and is legible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0017-12/listing.html)
 
Place of Performance
Address: Six (6) distinct metropolitan cities within the United States (Miami, FL; Boston, MA; Seattle, WA; Los Angeles, CA; Denver, CO, and Detroit, MI)., United States
 
Record
SN02680353-W 20120224/120222234807-ca1e6665c42dfa2cdf2a873dcaf43433 (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.