The Line of Accounting information is hereby changed as follows:
|
|
|
- Priscilla Peters
- 10 years ago
- Views:
Transcription
1 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-May-22 ACQR N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S0514A SPECIALTY CENTER ACQUISITIONS NAVFAC CODE RAQN0/NAVAL BASE VENTURA COUNTY 1205 MILL RD BLDG 850 PORT HUENEME CA [email protected] CONTRACT ID CODE OF S DCMA SAN DIEGO 7675 DAGGET STREET, SUITE 200 SAN DIEGO CA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Epsilon Systems Solutions 9242 Lightwave Ave., Suite 100 San Diego CA B. DATED (SEE ITEM 11) [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N D B. DATED (SEE ITEM 13) CAGE CODE 1HQ30 FACILITY CODE 15-Jul THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR (b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR (CHANGES-FIXED PRICE) [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Tobin R. Palmer, Business Development Manager Cecilia G Marquez, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/tobin R. Palmer 24-May-22 /s/cecilia G Marquez 24-May-22 BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)
2 N D of 2 GENERAL INFORMATION 1. The purpose of this "no-cost" supplemental agreement is to extend the task order's delivery date from July 20, 22 to August 31, 22. All other terms and conditions remain unchanged. 2. Acceptance of this modification by the contractor constitutes an accord and satisfaction and represents payment in full for both time and money and for any and all costs, impact effect, and for delays and disruptions arising out of, or incidental to, the work as herein revised. A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from $897, by $0.00 to $897, The total value of the order is hereby increased from $897, by $0.00 to $897,
3 N D of 12 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item Supplies/Services Qty Unit Unit Price Total Price Overhaul 1.0 LO $897, $897, Recompression Chamber, Trident Refit Facility Dive Locker at the Trident Facility, Kings Bay, GA. (O&MN,N) The proposed Task Order type will be Firm Fixed Price (FFP). This contract incorporate pricing, requirements, term and conditions, as specified in contractor's proposal dated June 24, 21.
4 N D of 12 SECTION C DESCRIPTIONS AND SPECIFICATIONS See Attachement - Performance Work Statement
5 N D of 12 SECTION D PACKAGING AND MARKING Packaging and Marking shall be in accordance with Section D of the Seaport-E Multiple Award Basic contract. All deliverables shall be packaged and marked IAW Best Commercial Practice.
6 N D of 12 SECTION E INSPECTION AND ACCEPTANCE Upon completion of all work and final submission of all data items, the contractor s Senior Technical Representative shall prepare and sign a Certificate of Final Acceptance memorandum, and submit it to the TOM for signature. The contractor shall include the fully signed memorandum with its final invoice. Inspection and Acceptance shall be in accordance with Section E of the Seaport-E Multiple Award IDIQ Basic contract for Firm Fixed Price Task Orders. Packaging and Marking shall be in accordance with Section D of the Seaport-E Multiple Award IDIQ Basic Contract.
7 N D of 12 SECTION F DELIVERABLES OR PERFORMANCE CLIN - DELIVERIES OR PERFORMANCE All provisions and clauses in Section F of the basic contract apply to this task order, unless otherwise specified in this task order. Refer to Section B and the Performance Work Statement for specific deliverables. F.1 CLIN Period of Performance The periods of performance for the following Items are as follows: /21/21-8/31/22 Services to be performed hereunder will be provided at (insert specific address and building etc.)
8 N D of 12 SECTION G CONTRACT ADMINISTRATION DATA G14S CONTRACTOR'S SENIOR TECHNICAL REPRESENTATIVE Contractors: The contractor's senior technical representative, point of contact for performance under this task order is: Name: Gary Johnson Title: Program Manager Mailing Address: Epsilon Solutions, Inc. 605 Commerce Street Portsmouth, VA Address: [email protected] Telphone: (757) FAX: (757) G17S TOM APPOINTMENT (a) The Task Order Ordering Officer hereby appoints the following individual as the Task Order Manager (TOM) for this task order: Name: Colin McDonald Title: General Engineer Mailing Address: 720 Kennon St. Suite 333 Building 36, Floor 3, Room 333 Washington, DC Address: [email protected] Telphone: (202) (b) The TOM is responsible for those specific functions assigned in the Task Order Administration Plan, attached. (c) Only the Contracting Officer has the authority to modify the terms of the task order. Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract or this task order between the contractor, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Ordering Office in writing. No action shall be taken by the contractor unless the Task Order Ordering Officer, or basic contract PCO has issued a formal modification. CONTRACTING OFFICER: Cecilia Marquez Specialty Center Acquisitions NAVFAC Code AQ02 Naval Base Ventura County RD Avenue, Bldg.1100 Port Hueneme, CA [email protected] (805) CONTRACT SPECIALIST: Patrick Pascua
9 N D of 12 Specialty Center Acquisitions NAVFAC Code AQ03 Naval Base Ventura County RD Avenue, Bldg.1100 Port Hueneme, CA [email protected] (805) INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling Once activated, the vendor shall self-register at the web site Vendor training is available on the Internet at Additional support can be obtained by calling the NAVY WAWF Assistance Line: WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: WAWF Invoice Type: 2 in 1 Issuing Office DODAAC N62583 Admin Office DODAAC: N62583 Inspector DODAAC (usually only used when N69218 Inspector & Acceptor are different people): Service Acceptor DODAAC (for 2 in 1) N62583 Local Processing Office (applicable if DFAS DoDAAC begins with an N ): DCAA Office DODAAC (Used on Cost Voucher s only): Paying Office DODAAC: N62583 N68732 (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also the WAWF automated invoice notice directly to the following points of contact:
10 N D of 12 Name Phone Role Patrick Pascua [email protected] (805) Accepter Colin [email protected] (202) Inspector Mcdonald Cecilia Marquez [email protected] (805) 982- LPO 2172 NFESC PA [email protected] SCAN [email protected] Other terms and conditions are in accordance with Section G of the Seaport-e Multiple Award Basic Contract. Accounting Data SLINID PR Number Amount LLA : AA FM D C0030P ST407Q Standard Number: N RC0030P BASE Funding Cumulative Funding MOD Funding 0.00 Cumulative Funding
11 N D of 12 SECTION H SPECIAL CONTRACT REQUIREMENTS ACCESS TO GOVERNMENT SITES (a) Contractor personnel shall comply with all current badging and security procedures required to gain access to any government site. The contractor shall ensure that contractor personnel employed or any government site become familiar with and obey activity regulations. Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry. (b) All contractor equipment shall be conspicuously marked for identification. The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. CONTRACTUAL AUTHORITY AND COMMUNICATIONS (a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel who visit the contractor's facilities or in any other manner communicates with contractor personnel during the performance of this task order shall constitute a change under the Changes clause of this contract. (b) The contractor shall not comply with any order, direction or request of government personnel unless it is issued in writing and signed by the Contracting Officer, or in pursuant to specific authority otherwise included as a part of this task order. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and not adjustment will be made in the task order price to cover any increase in charges incurred as a result thereof. WORK WEEK (a) All or a portion of the effort under this contract will be performed on a Government installation. The normal work week shall be Monday through Friday for all straight time worked. No deviation in the normal work week will be permitted without express advance approval in writing by the designated Ordering Officer(s) with coordination of the using departments. In the event that the contractor fails to observe the normal work week, any resulting costs incurred by the Government shall be chargeable to the contractor. Work on Center shall be performed during the normal work hours at that location unless differing hours are specified at time of task order award. For purposes of scheduling personnel, the contractor is hereby advised that the Government installation will observe all Federal Government holidays. The contractor is further advised that access to the Government installation may be restricted on these holidays. (b) In any event the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to leave or indirect charges in accordance with company policy. KEY PERSONNEL NAVFAC Substitution of Key Personnel (June 1994) The contractor shall provide complete resumes for proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of their persons being replaced. The Contracting Officer will notify the Contractor within 15 days after receipt of all required information of the consent on substitutes. No change in fixed unit price may
12 N D of 12 occur as a result of key personnel substitution. (End of clause)
13 N D of 12 SECTION I CONTRACT CLAUSES IN ACCORDANCE WITH THE SEAPORT-E MULTIPLE AWARD BASIC CONTRACT FOR FIRM FIXED PRICE TASK ORDERS SERVICE CONTRACT ACT (1965)
14 N D of 12 SECTION J LIST OF ATTACHMENTS Performance Work Statement
DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008
DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. EJP201 ORIG 04/03/2008 MOD 04/03/2008 N62583-08-MR-65514 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S5111A SPECIALTY
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
1. CONTRACT 10 CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 2 AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (/f applicable) 02 23-Jun-2009 N62583-09-MR-61
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Jan-21 N/A N/A 6. ISSUED BY CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 5 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Cost No Fee 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)
DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/13/2008 MOD 05/19/2008
DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/13/2008 MOD 05/19/2008 N62583-08-MR-66626 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S4801A SPECIALTY CENTER
See Block 16C 00701. Idaho Operations. Idaho Operations. 1955 Fremont Avenue. Idaho Falls ID 83415. x DE-AC07-05ID14517 11/09/2004
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 0335 6. ISSUED BY 1955 Fremont Avenue Idaho Falls ID 83415 BATTELLE ENERGY ALLIANCE, LLC Attn: Dana Storms P.O. BOX 1625 IDAHO FALLS ID 834150001 See
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Dec-2015 15-MJF-011 N/A 6. ISSUED
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Feb-2015 Not applicable N/A 6.
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 06-Sep-2013 1300314383-0001 N/A 6.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. Contract ID Code Page 1 Of 12 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Firm Fixed Price 2. Amendment/Modification No. 3. Effective Date 4. Requisition/Purchase Req No. 5. Project No. (If applicable)
1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:
Page 1 of 6 Purpose: The purpose of this modification is to revise invoice instructions in Section G and to incorporate FAR 52.204-99 and FAR 52.232-99 clauses in full text to Section I, and to reinstate
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27-Aug-2015 1300516857 N/A 6. ISSUED
ORDER FOR SUPPLIES OR SERVICES
ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF7 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY 2016 JAN 21 0061147670 DO-C9
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 23-Aug-2012 251ULO0005 N/A 6. ISSUED BY CODE N00421 7. ADMINISTERED
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Sep-2015 1300527924 N/A 6. ISSUED
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 29-Sep-25 N36015RC074FS N/A 6. ISSUED
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Jun-2015 1300457912 N/A 6. ISSUED
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 31-Mar-21 N0006611RCJ3006 N/A 6. ISSUED
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Apr-2012 H91269-1354-18-000 N/A 6. ISSUED BY CODE N00189
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 02-Jun-2011 1300142129 N/A 6. ISSUED
ACQUISITION ALERT 11-04. Delegation of Invoice Approval Authority
February 2, 2011 ACQUISITION ALERT 11-04 Delegation of Invoice Approval Authority This Acquisition Alert is being transmitted to all NOAA Heads of Contracting Offices (HCOs) for dissemination within their
ORDER FOR SUPPLIES OR SERVICES (FINAL)
ORDER FOR SUPPLIES OR SERVICES () 1 OF 3 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 N5702513RC026CG Unrated 6. ISSUED BY CODE N00244 7. ADMINISTERED BY CODE S2404A
8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS
TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT:
DFAS Charleston Vendor Pay Code FP P.O. Box 118054 Charleston, SC 29423-8054. Director of Contrac. See the Following Pages
DELIVERY ORDER 1. CONTRACT NO. 2. 5. ISSUED BY CODE N61331 DRAFT 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 12/20/2004 N61331-05-MR-55105 MOD 08/24/2005 6. ADMINISTERED BY CODE N61331 NSWC, PANAMA
Navy Construction / Facilities Management Invoice
Invoicing Receipt Acceptance Property Transfer Navy Construction / Facilities Management Invoice To learn how to electronically submit and take action on irapt documents through simulations and step-by-step
WIDE AREA WORKFLOW (WAWF) Electronic Invoicing
NAVFAC PACIFIC WIDE AREA WORKFLOW (WAWF) Electronic Invoicing 2012 NAVFAC Pacific Industry Forum Sherry Diones e-business Administrator i Acquisition, NAVFAC Pacific 26 March 2012 Background Problem: Acceptance
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Sep-2014 N6169015RCA4001 N/A 6.
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER W56HZV-14-C-L734 7. FOR SOLICITATION INFORMATION
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 09-Jan-2014 RP000713RC00CG N/A 6.
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
SUBCONTRACTOR TASK ORDER
lfi* I? r?:.-r, BMT Designers & Planners SUBCONTRACTOR TASK ORDER -.I CONTRACT: NO0 178-04-D-4023 SUBCONTRACTOR: Oldenburg Group Incorporated CUSTOMER: Tyrone Jones, Code 2 120 DELIVERY ORDER: FDO 118/FD0120
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 06-May-2013 N5701213RC0017B N/A 6.
98. DATED (SEE ITEM II) SCHRIEVER AFB CO IDn2-7'XlJ
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I I.CONTRA~TIDCODE I PAGEOF PAGES 1 1 5 2. AMENDMENTIMODIFICA TION NO. 3.EFFECTIVEDATE 4. REQUISITION/PURCHASE REQ. NO.,5. PROJECTNO.(Ifapplicable) Rl0002
10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER W56HZV-15-P-A633 7. FOR SOLICITATION INFORMATION
Table of Contents. Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09-GS11T08BJD6001
Section Table of Contents Section G: Contract Administration Data Mod: AA20: (Verizon) 10/05/09- Page G.1 Contract Administration 1 G.1.1 Government Points of Contact 1 G.1.1.1 Procuring Contracting Officer
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0003 06/15/2016 NM-16-01304
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 79 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form]
California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] CSI CONTRACT TERMS AND CONDITIONS This California Solar Initiative
HUBZONE SB. UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: 8(A) EMERGING SB SIZE STD: 18a. PAYMENT WILL BE MADE BY
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 1. REQUISITION NUMBER M9545009RC86676 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
CHAPTER 23. Contract Management and Administration
Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...
Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
Merchant Account Services
COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account
REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring
MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester
Environmental Management Consolidated Business Center (EMCBC) Subject: Contracting Officer s Representative Designation and Continuing Learning
Date: 05/16/2012 Environmental Management Consolidated Business Center (EMCBC) Subject: Contracting Officer s Representative Designation and Continuing Learning Implementing Procedure APPROVED: (Signature
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) shall govern the provision of services to the undersigned client (the
OWNER-ARCHITECT AGREEMENT FOR DESIGN AND ADMINISTRATION SERVICES
OWNER-ARCHITECT AGREEMENT FOR DESIGN AND ADMINISTRATION SERVICES MICHIGAN STATE HOUSING DEVELOPMENT AUTHORITY 735 East Michigan Avenue, Lansing, Michigan 48912 THIS AGREEMENT made on by and between (the
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611 FINANCE DEPARTMENT Purchasing Division REQUEST FOR QUOTATION
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
BUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the AGREEMENT ) is entered into this (the "Effective Date"), between Delta Dental of Tennessee ( Covered Entity ) and ( Business Associate
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;
Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;
Introduction TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER
SCRANTON, PA 18503 (570) 963-6800
REQUEST FOR PROPOSALS FOR GRANT WRITING SERVICES FOR ENVIRONMENTAL ASSESSMENTS OF BROWNFIELD SITES PROPOSAL FORMAT AND SCOPE OF SERVICES PROPOSALS TO BE SUBMITTED BY 10:00 AM, MONDAY, SEPTEMBER 29, 2014
DFAS Wide-Area Workflow Issues
DFAS Wide-Area Workflow Issues Mark Shvartzman Sr. Project Manager, CEM, CEA Southern California Edison Presented at the Spring FUPWG Meeting April 20, 2011 What We Are Going to Discuss How the WAWF works
Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5
Public Vouchers Further information is available in the Information for Contractors Manual under Enclosure 5 The views expressed in this presentation are DCAA's views and not necessarily the views of other
Navy WAWF Help Desk. Aaron Oeken, CGFM, CDFM Lead Financial Management Analyst Navy WAWF Help Desk DFAS esolutions March 1, 2011
Navy WAWF Help Desk Aaron Oeken, CGFM, CDFM Lead Financial Management Analyst Navy WAWF Help Desk DFAS esolutions March 1, 2011 Integrity - Service - Innovation Topics General Help Desk Information Help
Purchase Order Terms and Conditions Beloit College
Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions
Fire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2
1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 13-Feb-2013 4. REQUISITION/PURCHASE REQ. NO. N6890112RCW0002 5. PROJECT NO. (If applicable) N/A 6.
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE
PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE THIS AGREEMENT, effective, 2011, is between ( Provider Organization ), on behalf of itself and its participating providers ( Providers
REQUEST FOR QUALIFICATIONS
NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this
Model Business Associate Agreement
Model Business Associate Agreement Instructions: The Texas Health Services Authority (THSA) has developed a model BAA for use between providers (Covered Entities) and HIEs (Business Associates). The model
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order
Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016
IEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
