Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
MODIFICATION

W -- RENTAL VEHICLE SERVICE FOR N'DJAMENA, CHAD AFRICA

Notice Date
2/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
RCO Vicenza (PARC Africa, 414th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W56PFY14W0002
 
Response Due
2/5/2014
 
Archive Date
4/5/2014
 
Point of Contact
Lucinda Archer, 00390444717420
 
E-Mail Address
RCO Vicenza (PARC Africa, 414th CSB)
(lucinda.s.archer.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The combined synopsis/ solicitation number is W56PFY-14-W-0002. The associated North America Industry Classification System (NAICS) Code is 485999. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. DESCRIPTION OF SERVICES: NTV SERVICE FOR N'DJAMENA, CHAD, AFRICA NACIS CODE: 485999 PLACE OF PERFORMANCE: N'Djamena, Chad, Africa PERIOD OF PERFORMANCE: 9 February 2014 to 31 March 2014 Please provide prices based on the following schedule; PLEASE SEE ATTACHMENT RESPONSE DATE; to express interest to this requirement, please respond via email to lucinda.s.archer.mil@mail.mil with your best quote no later than 5 February 2014 15:00 HRS Rome Italy, local time (CET) EVALUATION CRITERIA; Must meet the specifications of the performance work statement (PWS-see below). Performance Work Statement Chad Vehicle and Driver Services Services MINUSMA Chad TABLE OF CONTENTS 1.Introduction 2.Scope of Work 3.Specific Requirements 4.Deliverables Appendix A: General Requirements Appendix B: Vehicle schedule 1.INTRODUCTION: U.S. Army Africa (USARAF) requires the following service(s): 1.1. Service: Rental vehicles with drivers 1.2. Location: Chad (N'Djamena and Loumia) 1.3. Period of performance: 09FEB14 to 31MAR14 2.SCOPE OF WORK: The contractor shall provide labor, materials, equipment, and services incidental to support this vehicle requirement. This requirement shall include vehicles with drivers. 3.SPECIFIC REQUIREMENTS: 3.1. Vehicles and Drivers 3.1.1.Vehicles shall be delivered with, as specified in the attached schedule in N'Djamena and Loumia, Chad. 3.1.2.Vehicle types include 3.1.2.1. 18 passenger mini bus (Toyota Hi-Ace style or equivalent) 3.1.2.2. 7 passenger Sport Utility Vehicle (Toyota Land Cruiser style or equivalent) 3.1.2.3. Stake bed style cargo truck (1.5 ton) pickup truck (Ford F-250 or Equivalent) 3.1.3.Drivers must be licensed and insured to operate vehicle(s) in accordance with laws of Chad. 3.2. Vehicles must meet the following minimum requirements at time of acceptance: 3.2.1.Vehicles shall be no more than ten years old from the date of manufacture and shall have no more than 150,000 kilometers to start performance at the beginning of the contract. Color requested (if available) is white, gray, silver, or tan; vehicles shall not have any reflective or distinctive markings. 3.2.2.Vehicles shall be provided in good working condition. Both the interior and exterior shall be free of excessive soil, rust, and damage, and without excessive wear and tear. Vehicles shall be clean and serviceable at time of delivery. Vehicle condition, as stated above, will be inspected by the US Government and color photos will be taken prior to acceptance. 3.2.3.Vehicles shall have fully functioning air conditioning. 3.2.4.Vehicles with drivers will each have a maximum of 500 km per day for the cumulative period of performance. 3.2.5.The US Government requires UNLIMITED fuel for each vehicle. 3.2.6.TOLLS AND OTHER FEES: 3.2.6.1. RENTAL VEHICLE WITH DRIVER. Shall include ALL fees, tolls, and any other costs associated with the operation of the vehicle. All driver expenses, to include food, lodging and any other costs shall be included in the price for the rental vehicle. The US Government will not reimburse drivers for any expenses. 3.2.6.2. COMMUNICATIONS. Vehicle drivers shall have the capability to immediately communicate with his/her office, either radio-dispatched and/or cell phone at all times. 3.2.6.3. VEHICLE ALTERATIONS. The US Government will not modify or alter any vehicles under this contract. 3.2.7.SAFETY ITEMS. The contractor shall comply with all applicable Chad safety standards and ensure all work performed under this contract is completed in a safe manner. In addition to all host nation safety requirements, each vehicle shall have the following: 3.2.7.1. Seatbelts. One for each passenger position including jump seats. 3.2.7.2. Rear view mirror. 3.2.7.3. Functioning windshield wipers. 3.2.7.4. Front and rear windshield defogger. 3.2.7.5. Functioning window controls 3.2.7.6. Functioning door locks for every door. 3.2.7.7. Parking brake. 3.2.7.8. One spare tire. 3.2.7.9. Tire jack. 3.2.7.10. All interior and exterior lights functioning, to include any safety lights and signaling equipment required by the country 3.2.7.11. Functioning Horn. 3.3. MAINTENANCE. The Contractor shall perform both scheduled and unscheduled maintenance at a facility designated by the Contractor. The Contractor shall provide all parts, labor, and expertise necessary to complete required maintenance tasks. Parts include those items that must be replaced due to fair wear and tear such as (but not limited to) windshield wipers, tires, headlamps, filters, fluids, and lubricants. The US Government will not be responsible for any maintenance or expenses associated with maintenance for ANY vehicles under this contract. 3.4. RECOVERY. Upon notification, the Contractor shall recover disabled vehicles within 12 hours and provide a serviceable vehicle. The service shall be available 7 days a week, 24 hours a day. 3.5. INSPECTION. Inspection of all vehicles received under this contract will be conducted prior to acceptance by the US Government. 3.6. REPLACEMENTS. Replacement vehicles shall be provided for all vehicles that are out of manufacturer's required service or exceed 250,000 kilometers or 150,000 miles. Vehicle replacements for a disabled vehicle shall occur no longer than 12 hours from notification. All replacement vehicles shall be of the same specification as the vehicle being replaced and in accordance with the specification listed in the contract. 3.7. LEGAL COMPLIANCE. The Contractor shall be responsible for compliance with all pertinent local laws concerning the rental or lease of motor vehicles with or without drivers. 3.8. DRIVERS. Drivers shall complete their mission without unnecessary stopping. Necessary stopping is defined as stopping that is in direct correlation with the performance of this contract. Examples of necessary stopping include: fuel, use lavatory facilities, and food. Drivers shall not operate the vehicles under the influence of any performance inhibiting drugs, to include khat or alcohol, while performing under this contract. Drivers shall speak basic conversational English. 3.9. DRIVER AVAILABILITY. Drivers shall be available 24 hours a day, seven days a week. However, most operations will occur between 08:00 until 17:00. This schedule is subject to change as directed by the contracting officer. Individual drivers shall not drive for more than 10hours each day. If drivers are needed for more than 10 hours, replacement drivers will be used as indicated in each contract. 3.9.1.Operators will be provided with at least 8 consecutive hours of rest during any 24-hour period. 3.9.2.A driver will not drive more than 10 hours in a duty period (including rest and meal breaks). 3.10. FAMILIARIZATION WITH OPERATIONAL AREA. Drivers shall have a working knowledge of the area in which they will be driving as indicated in each contract. Drivers shall be able to navigate the roads throughout Chad. 3.11. DRIVER OVERNIGHT FEE'S AND EXPENSES. When the need arises, the contracting officer may require the driver to stay overnight at a location away from home station. In such cases, the contractor shall pay all driver overnight fees and expenses to include lodging, meals and all other sustainment activities. Alcoholic beverages are not authorized. 3.12. GENERAL STANDARDS OF CONDUCT. The Contractor shall maintain satisfactory standards of employee competency, conduct, cleanliness, appearance, and integrity. Each Contractor employee is expected to adhere to a standard of conduct that reflects credit on themselves, their employer, and the US Government. The US Government reserves the right to direct the Contractor to remove an employee from the work area. The removal from the job site of a Contractor employee does not relieve the Contractor of the requirement to provide sufficient personnel to perform the work specified in the contract at no additional cost to the US Government. 3.13. Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words, action, or fighting shall not be tolerated. Also included is participation in disruptive activities that interfere with normal and efficient Government operations. 3.14. INTOXICANTS AND NARCOTICS. The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence of intoxicants, drugs, or substances that produce similar effects, including but not limited to khat. 3.15. CRIMINAL ACTIONS. Contractor employees may be subject to criminal prosecution as allowed by law in certain circumstances. These include but are not limited to the following actions: falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records or concealment of material facts by willful omission from official documents or records; unauthorized use of Government property, theft, vandalism, or immoral conduct; unethical or improper use of official authority or credentials; security violations; and organizing or participating in gambling in any form. 3.16. PERSONNEL HEALTH REQUIREMENTS. All employees shall be in good general health without physical disabilities that would interfere with the acceptable performance of their duties. All employees shall be free from communicable disease. They shall posses normal vision, correctable to a minimum of 20/30 (Snellen) and shall not be colorblind. They shall be capable of hearing ordinary conversation and capable of responding accordingly in English. In addition, local regulations governing personnel health requirements shall be maintained at all times. 3.17. FINES. TRAFFIC INFRACTIONS, PENALTIES. All local motor vehicle infractions resulting in fines, additional charges, or other penalties during the rental period shall be the sole responsibility of the individual driving the vehicle at the time of infraction. 3.18. DRIVER SECURITY. 3.18.1.All Contractor personnel shall be vetted and approved by the US Government. The US Government reserves the right to require additional background/security checks if deemed necessary by the Contracting Officer or the COR. If it is determined at any time during the performance of this contract that the Contractor is a risk to US Government personnel or property, this determination shall be grounds for immediate termination. 3.18.2.The Contractor shall advise US personnel if situations arise during conversations that could reflect adversely upon the US Government. The Contractor shall not express their personal views or opinions concerning this contract without the express written approval from the US Government. 3.18.3. All information to which the Contractor and all associated employees are exposed to while in the presence of US Government officials shall be considered confidential in nature and shall not be disclosed to other parties to include personal identity, addresses or contact information of personnel involved in the movement. Contractors shall not discuss US business outside of official forums. Contracted drivers shall not divulge planned routes, trips, or locations. 3.19. SPECIFIC INSURANCE, CONTRACTOR LIABILITY, PERMITS, AND INDEMNIFICATION: 3.19.1.The Contractor, at the Contractor's expense, shall maintain enough public liability and property damage insurance during the continuance of this contract, insuring the Contractor against all claims for injury and damage. 3.20. CONTRACTOR LIABILITY. The Contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the Contractor's vehicles or other equipment by, or the action of, the Contractor or the Contractor's employees and agents. 3.21. The Government shall in no event be liable or responsible for damage or injury to any person or property occasioned through the use, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or the Contractor's employees and agents in performing under this contract, and the Government shall be indemnified and saved harmless against claims for damage or injury in such cases. 3.22. The Government imposes no bonding requirement on this contract. The Contractor shall provide any official bonds required, pay an fees or costs involved or related to the authorization for equipping of any employees engage in providing services specified under this CONTRACT if such bonds or payments are legally required by the local government or local practice. 3.23. EMPLOYEE SALARY BENEFITS. The Contractor shall be responsible for payment of all employee wages and benefits required by host country law or agreements with its employees. The US Government, its agencies, agents, and employees shall not be part of any legal action or obligation regarding these benefits which may subsequently arise. Where local law requires bonuses, specific minimum wage levels, premium pay for holiday, payments for social security pensions, sick or health benefits, severance payments, child care or any other benefit, the Contractor is responsible for payment of such costs and must include all such costs in the fixed prices in the contract. 3.24. PERMITS. Without additional cost to the US Government, the Contractor shall obtain all permits, licenses, and appointments required for the prosecution of work under this contract. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. Application, justification, fees, and certifications for any licenses required by the host government are entirely the responsibility of the Contractor. 3.25. MISHAP/ACCIDENT REPORTING. The Contractor shall maintain an accurate record and submit a Mishap Prevention Report of all vehicle accidents, incidents, hazards, and injuries to the Contractor or US Government personnel arising in the course of performance under this contract. The report shall describe the incident and the actions the Contractor is taking or has taken to prevent recurrence of the incident. Further, the Contractor fully agrees to make available personnel, personnel records, vehicle records, all applicable incident/accident reports, and any equipment, damaged or undamaged, deemed necessary by the Contracting Officer. 3.26. CANCELLATION PROVISIONS. When the Contracting Officer or COR has determined leased vehicle and/or drivers are no longer required, a 24 hour written notice will relieve the US Government from incurring any costs and the service is automatically canceled, without penalty. 3.27. CLAIMS. Any rescission or reformation of this agreement to correct or mitigate the effect of a mistake shall be treated as a claim under this contract. The Contractor claims shall be submitted, in writing, to the Contracting Officer for this effort in accordance with FAR 33.206 for a decision within 6 years after accrual of a claim. Claim payments. When the Contacting Officer determines negligence has occurred, the US Government will pay the contractor's insurance premium only. When the Contracting Officer determines gross negligence on behalf of the US Government, the US Government will pay to fix the vehicle to its original condition prior to the claim. Negligence occurs when a person does not exercise the amount of care that a reasonably careful person would exercise under the same circumstances or when a person does something that a reasonably careful person would not do under the same circumstances. Gross negligence occurs when a person consciously and willfully disregards the need to use reasonable care. 4.DELIVERABLES: 4.1. General Requirement Deliverables (see Appendix A): CiteWhatWhenWhere Appendix A 4Written list of contractor and sub-contractor personnel to work on siteAt time of awardEmail or delivery to the Contracting Officer or COR Appendix A 7.1Program Manager / Alternate or POCPrior to commencement of workEmail or delivery to the Contracting Officer Appendix A 11Contractor Manpower ReportingAfter completion of all workhttps://cmra.army.mil 5. PERFORMANCE REQUIREMENT SUMMARY (PRS) AND QUALITY ASSURANCE (QA): 5.1. The Contractor shall be responsible for his/her own quality control program. 5.2. The Contractor shall be assessed for performance of services by the Contracting Officer or Contracting Officer's Representative (COR) according to the measures identified in each appendix of this PWS and is summarized as follows: CitePerformance ObjectiveMethod of SurveillanceAcceptable Quality LevelPerformance Standard PWS 3.1.2.118 Passenger mini-bus delivered 100% surveillanceVehicle provided per schedule meeting standards in PWS 3.2100% PWS 3.1.2.27 Passenger SUV delivered100% surveillanceVehicle provided per schedule meeting standards in PWS 3.2100% PWS 3.1.2.31.5 Ton stake bed style truck delivered100% surveillanceVehicle provided per schedule meeting standards in PWS 3.2100% PWS 3.9All vehicles were available100% surveillanceAvailable on scheduled days during provided working hours100% APPENDIX A GENERAL REQUIREMENTS (SERVICES) 1.LANGUAGE: All written and oral correspondence shall be in English. 2.LEGAL COMPLIANCE AND CERTIFICATIONS: The Contractor shall hold or obtain upon award current certifications required by local law, if any, to perform the service and be registered with the Chamber of Commerce and Ministry of Defense as applicable in accordance with local laws and regulations. Copies of sub-contractor certifications, if subcontractors are used, shall also retained by the Contractor. Non-local national contractor personnel must comply with theater clearance requirements per Foreign Clearance Guide located at https://www.fcg.pentagon.mil/fcg.cfm. 3.PERMITS. Without additional cost to the U.S. Government, the Contractor shall obtain all permits, licenses, and appointments required for the prosecution of work under this contract. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. Application, justification, fees, and certifications for any licenses required by the host government are entirely the responsibility of the Contractor. 4.PERSONNEL SECURITY: Upon Contract award, the Contractor shall provide the Contracting Officer, COR or the U.S. Embassy a written list of personnel, including sub-contractor personnel, who will be conducting work under this contract. The list shall include full names, birth date, address and job title for all contracted and sub-contracted employees. The Contractor shall ensure all employees are eligible for employment under host nation laws, have no negative police reports, and have no significant criminal charges that can affect the safety of equipment and personnel participating in the training. 5.INFORMATION SECURITY: The Contractor and all associated employees will not disclose sensitive information obtained as a result of working this contract, to include the personal identity of personnel working in support of this training event. This includes names, addresses and other contact information. 6.FORCE PROTECTION: The contractor and all associated subcontractor employees shall comply with applicable local area policies and guidance for access security procedures provided by the U.S. Government and the host nation military. The contractor workforce must comply with all personal identity verification requirements as directed by the U.S. Government and the host nation(s). In addition to the changes otherwise authorized by the changes clause of this contract, should the force protection condition (FPCON) at any individual facility, installation or location change, the U.S. Government may require changes in contractor security matters or processes. 6.1.iWATCH / iSALUTE Training: The contractor and all associated subcontractors shall brief all employees on the local iWATCH / iSALUTE program (training support will be provided by the requiring activity Anti-Terrorism Officer (ATO)). This training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed prior to employees commencing performance/work, with the results reported to the COR. 6.2.U.S. BASED CONTRACTORS DEPLOYING TO THE USAFRICOM AOR: U.S. based contractors must comply with the theater clearance requirements provided in the Foreign Clearance Guide located at https://www.fcg.pentagon.mil/fcg.cfm. Theater clearance/entry requirements for U.S. based contractors traveling to Africa must be completed prior to travel to the area. The contractor shall submit confirmation of authorized travel to the Contracting Officer. Theater entry requirements can also be found online at http://www.africom.mil/staff-resources/travel-to-africa. U.S. based contractor employees and associated subcontractor employees must receive Government-provided AT awareness training for the area where service is performed, as directed by AR 525-13. 7.MANAGEMENT: 7.1.The Contractor shall provide a Program Manager (PM) or Point of Contact (POC) and an alternate (if the PM is not available) who shall be responsible for the daily performance of the work and for daily transportation synchronization. Their contact information shall be provided to the Contracting Officer prior to commencement of work. The Contractor shall provide notice to the Contracting Officer or COR of any change of the PM or his alternate within 24 hours following the change. The PM or alternate shall be physically available during normal duty hours and able to respond in person within two hours of notification by the Contracting Officer or the COR if required. The PM or alternate shall be available telephonically at all times for the duration of the performance period. 7.2.The PM and alternate shall read, write, speak and understand English to the degree that they understand oral and written communications and express themselves in matters pertaining to their duties. 8.CONTRACTOR PERSONNEL STANDARDS: 8.1.Contractor and sub-contractor personnel shall present a neat appearance and be easily recognizable as working for the Contractor. All work under this contract shall be performed in a professional manner. All Contractor personnel performing under the contract shall have training, prior work experience, or demonstrated technical skills required to fulfill the specific contract requirements. Drivers shall be licensed in accordance with local laws for the equipment operated. 8.2.The Contracting Officer may require the Contractor remove from the work site any employee the Contracting Officer deems incompetent, careless, unsafe or otherwise objectionable. The removal from the job site of a Contractor employee does not relieve the Contractor of the requirement to provide sufficient personnel to perform the work specified in the contract. 8.3.Contractor and sub-contractor personnel are subject to background checks conducted by US Embassy or U.S. Army security personnel as part of force protection at the U.S. Governments sole discretion. Failure to pass a background check is justification for revoking an award or terminating the contract. 8.4.The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence of intoxicants, drugs, or substances that produce similar effects, including but not limited to khat. 9.CONTRACTING OFFICER'S REPRESENTATIVE (COR). 9.1.The Contracting Officer will designate, in writing, the authorized COR for this contract. 9.2.The COR will be responsible for monitoring the performance of the Contractor and adherence to the requirements of the contract. This includes inspection and acceptance of all deliverables. The COR will also be responsible for reviewing the bills, charges or invoices submitted by the Contractor and informing the Contracting Officer of areas where exceptions are to be taken. Multiple CORs may be necessary based on operations tempo, command guidance or Contracting Officer recommendations. 9.3.The COR shall provide technical and administrative guidance on a day-to-day basis. The COR may deliver documents to the contractor, but in no way shall any understanding or agreement, modification, change order, or other matter deviating from the term of the contract be authorized by the COR. Purchases or changes from unauthorized persons will result in the contractor not receiving payment for costs incurred. 10.CHANGES TO THE CONTRACT: The only person authorized to make changes to the contract is the Contracting Officer. Failure to notify the Contracting Officer of changes IN ADVANCE of providing service may result in non-payment to the Contractor for work provided outside the scope of this contract. The Contracting Officer shall be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes in cost to the Government). Only the Contracting Officer can authorize Change Orders to be issued to the contractor. The contractor will only accept Change Orders issued directly from the Contracting Officer or the COR. 11.CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower including subcontractor manpower required for performance of this contract. The Contractor Manpower Reporting (CMR) system is a business process to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. 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(s); (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identify of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including subcontractors); (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 purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded for the web site. 12.WIDE AREA WORKFLOW (WAWF): Electronic Submission of Payment Requests (reference DFARS Subpart 232.70). The Government will use Wide Area Work Flow (WAWF) at https://wawf.eb.mil as the electronic method to receive payment requests. Prior to contract award, the successful bidder shall be registered in WAWF and Central Contractor Registration (CCR) at www.ccr.gov for the use of WAWF for invoicing. 13.SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION. 13.1.NON-U.S. VENDORS. Prior to contract award, vendors should make every attempt possible to register in SAM. The Contracting Officer may assist the contractor in registration. Vendors should register at https://www.sam.gov. See FAR Clause 52.204-7, CCR Registration, for additional details. 13.2.U.S.-VENDORS. Prior to contract award, vendors shall register in SAM. The Contracting Officer may assist the contractor in registration. Vendors shall register at https://www.sam.gov. See FAR Clause 52.204-7, CCR Registration, for additional details. 14.INSURANCE: The Contractor shall be bonded and/or insured against damage by employees during the performance of this contract. Bondage/insurance shall be in accordance with local and national laws. The Contractor, at the Contractor's expense, shall maintain enough public liability and property damage insurance during the continuance of this contract, insuring the Contractor against all claims for injury and damage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3739aa85ca14a6165ed5f32e2f2f131d)
 
Place of Performance
Address: RCO Vicenza (PARC Africa, 414th CSB) UNIT 31401 BOX 33, APO AE
Zip Code: 09630
 
Record
SN03281428-W 20140206/140205000054-3739aa85ca14a6165ed5f32e2f2f131d (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.