ORDER FOR SUPPLIES OR SERVICES (FINAL)
|
|
|
- Juliet Francis
- 10 years ago
- Views:
Transcription
1 ORDER FOR SUPPLIES OR SERVICES () 1 OF 3 1. CONTRACT NO EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 N RC026CG Unrated 6. ISSUED BY CODE N ADMINISTERED BY CODE S2404A 8. DELIVERY FOB NAVSUP FLC San Diego, Code Cummings Road San Diego CA DCMA Manassas BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA CONTRACTOR ADS, INC CODE 1CAY9 FACILITY 10. DELIVER TO FOB POINT BY (Date) See Schedule 621 Lynnhaven Parkway, Suite DISCOUNT TERMS Virginia Beach VA Net 30 Days WIDE AREA WORK FLOW 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0338 See Section D DFAS Columbus Center,South Entitlement Operations P.O. Box Columbus OH DESTINATION OTHER (See Schedule if other) 11. X IF BUSINESS IS SMALL SMALL DISADVANTAGED WOMEN-OWNED MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND TYPE OF ORDER DELIVERY/ CALL PURCHASE X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. ADS, INC NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * See Schedule 21. UNIT 22. UNIT PRICE 23. AMOUNT *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED 24. UNITED STATES OF AMERICA 25. TOTAL ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: 09/28/2013 CONTRACTING/ORDERING OFFICER 26. DIFFERENCES b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. ADDRESS 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE 31. PAYMENT 34. CHECK NUMBER a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.
2 2 of 3 GENERAL INFORMATION The solicitation and subsequent award of a task order is hereby issued as unrestricted within Seaport-e. This requirement was being being performed by AT&T Government Solutions under under N D The terms Contracting Officer Representative (COR) and Task Order Manager (TOM) are synonymous. The following changes to the RFP are hereby incorporate by this amendment. Note: Due to Seaport-e technical problems the Section M Evaluation did not post in the RFP. AMENDMENT 0001: Questions asked: (Q1: Who is the incumbent contractor? A: AT&T Government Solutions, N D Services are not being performed as of today. This information was posted in the intitial release of the RFP on page 2 - General Information. Q2: Section M Evaluation did not post in RFP. A: Section M Evaluation has been added as an attachment. Q3: Can the RFP be extended? A: Solicitation closing date is extended and will close on May 9, 2013, 1500 pm, pst. Q4: Why would a DCAA poc be required for a FFP requirement? Is a cost approved accounting system required? A: Section L revised to remove references to DCAA. Requirement is for a FFP order and an approved cost accounting system is not a specific requirement. Q5: Can more than one resume be submitted? A: Section L revised to add, a maximum of two resumes can be submitted in an offerors proposal. Q6: How many options are planned for pricing purposes? A: Section L revised to correct - base year and two one year options. Q7: Can or should we include a transmittal document and if so should we include as a separate attachment/document or include in a volume? Would it count towards page count? A: A cover letter or transmittal document is acceptable and will not count towards page count. Q8: Is it acceptable to hand deliver the hard cop;ies of the proposal, rather than mail them? A: For contractors that are in the greater San Diego area a hand delivery is acceptable. To reiterate all proposals mailed, or hand delivered and copies in seaport-e are to be submitted on May 9, 2013, 1500 pm, pst. End of amendment AMENDMENT 0002: (1) Revise "Section M Evaluation Factors for Award, para Basis for Award" to remove statement:
3 3 of 3 The Government plans to award the contract as a Small Business Set-Aside using best value procurement methodology under FAR Part 15. Add: The Government plans to award the contract using best value procurement methodology under FAR Part 15. End of amendment Amendment 0005 removes references to DCAA in Section L and leave the requirement for vendors to submit a six month priced option. Amendment Section H, Security Requirments, amendment removes the second paragraph of this section.
4 1 of 16 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price R706 Training 12.0 MO Specialist Data Specialist/Analys t - Base Year (O&MN,N) 8000 R706 Individual 12.0 MO Training Data Specialist/Analys t - Option Year I (O&MN,N) Option 8100 R706 Individual 12.0 MO Training Data Specialist/Analys t - Option Year II (O&MN,N) Option
5 2 of 16 SECTION C DESCRIPTIONS AND SPECIFICATIONS Performance Work Statement For Individual Training Specialist/Data Analyst COMNAVAIRPAC SAN DIEGO CA SCOPE General. This Statement of Work (SOW) identifies and defines the management and technical services requirements for Training Specialist & Data Analyst, in support of Commander Naval Air Force, Pacific (COMNAVAIRPAC) San Diego, CA. 1.1 Background. COMNAVAIRPAC Code N71 has a requirement for an Training Specialist/Data Analyst to assist staff subject matter experts in defining and reviewing the requirements for, analyze the completion of, and project the demand signal for individual training course requirements for aircraft carriers, aviation squadrons, and other subordinate commands. The Training Specialist/Data Analyst reviews COMNAVAIRPAC and other authoritative guidance which establishes individual training requirements, and coordinates with COMNAVAIRPAC, other Type Commander (TYCOM), and other training stakeholders to validate and modify individual training requirements. The Training Specialist and Data Analyst reviews individual training course data in the Navy Training and Management Planning System (NTMPS), Fleet Training and Management Planning System (FLTMPS), Catalog of Navy Training Courses (CANTRAC), Enterprise Naval Training Reservation System (entrs) and provides approved changes requests to implement COMNAVAIRPAC training policy. The Training Specialist/Data Analyst also analyzes course demand signals and course completion data for trends to identify potential training shortfalls. 2.0 SPECIFIC REQUIREMENTS The following sections outline the specific task order requirements, performance indicators, associated standards, and Government quality assurance methods. Sections 2.0 and 3.0 work together to describe the tasks and performance measurements associated with this task order. 2.1 Position Description Management and Classification T he contractor s primary responsibility is to maintain accurate and up-to-date individual training requirements in FLTMPS for all officer and enlisted individual training requirements for COMNAVAIRPAC and all COMNAVAIRPAC subordinate commands. (daily M-F) The contractor makes recommendations to COMNAVAIRPAC N71 regarding changes to the individual training requirement maintained in FLTMPS in order to comply with policy established by COMNAVAIRPACINST (series), other COMNAVAIRPAC guidance, or policies and guidance established by higher authority. The contractor shall establish and maintain liaison with Naval Education and Training Commnad (NETC), Naval Education and Training Professional Development and Technology Center (NETPDC), fleet training centers, Enlisted Placement Management Center (EPMAC), Navy Manpower Analysis Center (NAVMAC), Commander, Fleet Forces Command (CFFC), Commander, Pacific Fleet (CPF), Naval Systems Command (SYSCOMs), other type commanders, and other commands as necessary to support the development, establishment, and execution of COMNAVAIRPAC individual training policies and requirements. (daily M-F, as required) The contractor tracks and reports the creation, deletion, and modification of individual training requirements through NTMPS/FLTMPS. (daily M-F, as required) The contractor collects data from FLTMPS and other sources as required and generates reports to assist the COMNAVAIRPAC staff and fleet users managing COMNAVAIRPAC individual training requirements. (daily M-F) The contractor identifies current and projected individual training shortfalls and recommends corrective action. (daily M-F) The contractor briefs Senior Management, Department Heads and Head of Activity on process status. (monthly, as required) The contractor collects and analyzes individual training data as needed for N71staff members. (daily M-F, as required) The contractor shall p ossess knowledge, experience and proficiency with the following computer based programs: Navy Training and Management Planning Systems (NTMPS), Fleet Training and Management Planning System (FLTMPS), Catalog of Navy Training Courses (CANTRAC), Enterprise Naval Training Reservation Systems (entrs) and CV-SHARP. The contractor shall possesses the ability to learn other existing programs and future programs that may be developed to support the Navy s training operations The contractor conducts routine visits to U.S. Navy ships located at Naval Air Station North Island to provide FLTMPS training and provide analysis of current and future individual training requirements and proposed solutions. (3-5 times annually, as required) The contractor provides FLTMPS and COMNAVAIRPAC individual training policy training to COMNAVAIRPAC staff personnel and prospective Commanding Officers, Executive Officers, and Department Heads assigned temporarily to COMNAVAIRPAC while as part of the enroute training. (monthly, as required) The contractor maintains a historical database of all FLTMPS issues and changes. (weekly) The contractor communicates with ships, squadrons, Afloat Training Group (ATG), fleet learning centers, and other outside entities to resolve FLTMPS training requirement issues. (daily M-F, as required) The contractor provides updated FLTMPS training reports to N7 personnel, ships and squadrons. (weekly) The contractor participates in annual school requirement reviews via teleconference with appropriate stakeholders. (5-10 times annually) The contractor provides practical (hands-on) training and informational briefings for perspective Commanding Officers, Executive Officers, and Department Heads assigned temporarily to COMNAVAIRPAC while as part of the enroute training regarding COMNAVAIRPAC N71 operational procedures as well as the training status of their perspective commands. (4-8 times annually)
6 3 of Quality Assurance and Surveillance Plan Task Performance Performance Objective Performance Standard Acceptable Quality Level (AQL) Quality Surveillance Plan COMNAVAIRPAC N71 Individual Training program support and data analysis. Provide performance results to the task described in the scope of work. All tasks must be performed accurately. All task actions must contain no more than 5% inaccuracies. Deliverables must be submitted not later than ten days after completion of tasking. Task actions must be Monthly review by Government completed within and Contractor Representatives on assigned periods the quantity and quality of services 95% of the time. provided and adherence to the SOW. Customer feedback. On-site random checks by Government Representative. Government oversight of review/comment/approval process and timeliness. On- going government review of contractor performance. 3.0 INCENTIVES 3.1 Positive incentives for the tasks described in section 2.0 are use of documentation by the client representative of lower costs and higher quality levels achieved by the Contractor in future task order evaluations of past performance. 4.0 PROGRESS REPORTS 4.1 The contractor shall be required to provide bi-weekly status reports on work accomplished and issues hindering completion of tasks. 4.2 Upon return from travel, contractor shall provide report summarizing results of travel. 5.0 PLACE/PERFORMANCE AND PLACE OF DELIVERY 5.1 Place of Performance: Work will be performed on Government site using government office space and equipment as provided by Commander Naval Air Force, San Diego, CA. 5.2 Period of Performance: Base year plus two one year option periods as follows: Base period: 30 September September 2014, estimated 2,000 hours; Option I: 30 September September 2015, estimated 2,000 hours; Option II: 30 September September 2016, estimated 2,000 hours; 5.3 Place of Delivery: Delivery of all products shall be made to: CNAP Individual Training Office COMNAVAIRPAC Code N71 Building 11, Room 249, (potential change of location to Bldg. 91, TBD) Naval Air Station North Island San Diego CA Note: Possible change of location to Bldg 91 pending 6.0 NOTES/SPECIAL INSTRUCTIONS 6.1 Technical Assistant (TOM): The Task Order Manager for this effort is: COMNAVAIRPAC Code N71 Building 91, Room 222 Naval Air Station North Island San Diego, CA TRAVEL: Some travel to aircraft carriers (CVNs) located onboard Naval Air Station, North Island CA and other shore based commands within the local San Diego may be required in support of this task 8.0 HOURS OF WORK: Contractor personnel are expected to conform to customer agency normal operating hours, not to exceed 40 hours per week. Overtime work performed beyond a normal 40-hour work week - may be required. Estimated overtime is not expected to exceed 5 hours/week. 9.0 MATERIAL 9.1 There is no material or miscellaneous acquisitions authorized to accomplish this SOW.
7 4 of Government Furnished Material/Equipment/Information (GFM/GFE/GFI): The Government will provide necessary office space, required office equipment and supplies, and access to telephone/fax machine for official business calls. No personal computers or IT devices are allowed to be used by the Contractors in the execution of this task order SECURITY 10.1 There is no security clearance requirement for this contract other than that needed to obtain a CAC. Contractor personnel will need access to NMCI and various DOD and DON websites to accomplish the tasks of this work statement, which requires issuance of a CAC. The Contractor shall coordinate and ensure personnel obtain Common Access Cards (CAC) required to allow Contractor personnel access various DOD networks and designated work spaces Initial DOD Contractor eligibility for issuance of a CAC is physical access to federal facilities and installations and logical access to DOD networks, including but not limited to Navy Marine Corps Internet (NMCI), Command Websites, and SharePoint. Contractors required to have a CAC to access government systems, or a particular installation shall be required to pass a trustworthy National Agency Check plus Written Inquiries with Credit Check (NACI), in accordance with DTM or latest guidance, at no cost to the government, prior to being allowed to work under this PWS.
8 5 of 16 SECTION D PACKAGING AND MARKING All Deliverables shall be packaged and marked IAW Best Commercial Practice.
9 6 of 16 SECTION E INSPECTION AND ACCEPTANCE Inspection and acceptance of the services to be performed shall be conducted by the designated Government representative at Destination.
10 7 of 16 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /30/2013-9/29/2014 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows: /30/2013-9/29/2014 The periods of performance for the following Option Items are as follows: /30/2014-9/29/ /30/2015-9/29/2016 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the required CLINs are shown below September September 2014 Base Year September September 2015 Option Year I September September 2016 Option Year II Services to be performed hereunder will be provided at: CNAP Individual Training Office COMNAVAIRPAC code N71 Building 11, room 249 (possible change to building 91, TBD) Naval Air Station, North Island San Diego, CA Place of performance dictated by the Performance Work Statement Stop Work Order (AUG 1989) Alternate I FOB Destination
11 8 of 16 SECTION G CONTRACT ADMINISTRATION DATA CONTRACT ADMINISTRATION PLAN In order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned. 1. PROCURING CONTRACTING OFFICER (PCO) is responsible for: a. All pre-award information, questions, or data, b. Freedom of Information inquiries, c. Change/question/information regarding the scope, terms or conditions of the basic c contract document, and/or d. Arranging the post award conference (see FAR ). Contracting Officer FLCSD, Contracts Dept., Code Cummings Road San Diego, CA Alternate poc: Contract Specialist, FLCSD, Code CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR and DFARS except in those areas otherwise designated herein. Post award administration of this Task Order will be retained by FLCSD, Code Invoicing will be accomplished by utilization of the Wide Area Workflow (WAWF) system. The contractor shall create a monthly invoice in the WAWF. The contractor shall also submit a regular paper invoice on a monthly basis and submit to the Task Order Manager (TOM). The TOM shall review the invoice for accuracy and consistency with the terms and conditions established in the task order. The contractor shall prepare a standard commercial invoice and one copy that shall contain the following data elements in order for the invoice to be considered proper for payment: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; Upon final review and acceptance of the invoice by the TOM, the authorized CNAF WAWF acceptor and certifier will perform final processing for acceptance and certification of the invoice in the WAWF system that will
12 9 of 16 facilitate the processing of the payment to the contractor. 4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented. As indicated on page one of the task order. (HQ0338) 5. TASK ORDER MANAGER is responsible for: a. Liaison with personnel at the Government installation and the contractor personnel on site; b. Technical advice/recommendations/clarification on the statement of work; c. The statement of work for delivery/task orders placed under this contract; d. An independent government estimate of the effort described in the definitized statement of work e. Quality assurance of services performed and acceptance of the services or deliverables; f. Government furnished property; g. Security requirements on Government installation; h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of certification of invoice for payment, exercising of options. NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the task order, or until the issue has otherwise been resolved. THE TOM IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER. Designated TOM: COMNAVAIRPAC, Code N71 Accounting Data SLINID PR Number Amount N RC026CG LLA : AA AE H D C026CG RGR7QQ BASE Funding Cumulative Funding
13 10 of 16 SECTION H SPECIAL CONTRACT REQUIREMENTS SECTION H SPECIAL CONTRACT REQUIREMENTS CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Training Specialist/Data Analyst for CNAF (N57025), San Diego, CA] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with Contractors may direct questions to the help desk at help desk at: H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS For the purposes of FAR clauses , NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, , NOTICE OF TOTAL HUBZONE SET-ASIDE, , NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SETASIDE, the determination of whether a small business concern is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation, and further, meets the definition of a HUBZone small business concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or a service disabled veteran owned small business concern, as applicable, shall be based on the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract Requirement H-19. ORGANIZATIONAL CONFLICT OF INTEREST A. Introduction In accordance with Federal Acquisition Regulations (FAR Part 9.5), both the contractor and the Contracting Officer have an affirmative duty to identify and mitigate actual and potential organizational conflicts of interest. The solicitation and resulting Task Order require the contractor, herein defined, to provide management support, professional consulting services, or other administrative support to the Afloat Training Group, San Diego (activity). The purpose of this Organizational Conflict of Interest clause ( OCI Clause or clause ) is to ensure that the opinions and recommendations provided in this Task Order are inherently reliable and non-biased; and it will also ensure that information received or developed during performance of this Task Order will not be improperly exploited to affect competition or released in contravention of the Trade Secrets Act or the Privacy Act. B. Definitions (1) "Contractor" means the firm awarded this contract or Task Order; (2) "Offeror" means any firm engaged in, or having a known or prospective interest in, participating as an Offeror in
14 11 of 16 response to any solicitation related to or resulting from the procurement; (3) "Affiliates" means employees, agents, or officers of the Contractor, its subsidiaries or parent companies, and first tier subcontractors involved in performance of this contract or Task Order; (4) "Interest" means organizational or financial interest; (5) "Term of this Task Order means the period of performance of any Task Order issued with this restriction, including any extensions thereto; and (6) Contracting Officer is the warranted Government official signing this contract or Task Order; he or she will be identified by name and will be signing the contract or task-order provision incorporating this Organizational Conflict of Interest clause. C. WARRANTY AGAINST EXISTING CONFLICTS OF INTEREST By submitting a proposal in response to this solicitation, the Offeror warrants that neither it, nor its affiliates, is an interested Offeror in any solicitation where access to listed program business sensitive information, budgetary information, or technical documentation may give it an unfair advantage in developing a competitive proposal for that solicitation, or the contractor may be unable or potentially unable to render impartial assistance or advice to the Government, or the Contractor is otherwise not considered objective or impartial. D. PROSPECTIVE RESTRICTIONS ON CONTRACTING The Contractor agrees that until such time as the current Task Order is completed, neither it nor its affiliates shall: a) propose in response to any requirements arising out of this Task Order; b) create for themselves an interest in any contract related to or resulting from the current consulting Task Order; or, c) consult or discuss with any potential Offeror any aspects of work under the Task Order. E. RESTRICTIONS ON DISCLOSURE The Contractor agrees and understands that it may have access to business sensitive information, to include, but not limited to budget estimates, allocations/appropriations data, project or program cost estimates, and contract or Task Order cost estimates. Contractor and its affiliates shall not, under any circumstances, disclose or exploit in any way data used or accessed during the course and scope of this contract. Further, Contractor shall abide by the restrictions imposed by the Privacy-Act clause, incorporated herein by reference: FAR , Privacy Act Notification. Far , Privacy Act. In accordance with FAR , Contractor may access third-party procurement sensitive or trade-secret information after execution of an agreement with the third-party agreeing to protect the information from unauthorized use or disclosure. Contractor shall immediately notify the Contracting Officer if it has been tasked to access such data; and, it shall promptly execute an agreement with any third-party providing that data, prior to reviewing, manipulating or otherwise, accessing such data. Copies of all such agreements shall be forwarded to the Contracting Officer. If no agreement is reached the Contractor shall cease any further actions resulting in accessing third-party tradesecret information and contact the Contracting Officer for further guidance. Under no circumstances shall data obtained as a result of this contract be commercially exploited and/or otherwise released to any party without the express approval of the Contracting Officer. F. GOVERNMENT REMEDY The Contractor agrees that any breach or violation of the warranties, restrictions, disclosures or non-disclosures set forth in this conflict of interest clause shall constitute a material and substantial breach of terms, conditions, and provisions of this Task Order and that the Government may, in addition to any other remedy available, terminate the contract for default. Further, the Contractor understands that this clause may serve as support to the contracting officer/office for finding the contractor ineligible for award. See FAR Part 9, Responsibility determination(s). SECURITY REQUIREMENTS
15 12 of 16 Security classifications of the work to be performed will be unclassified. NOTE: Foreign nationals may be submitted as candidates for unclassified positions. Facilities. The government shall furnish the facilities required to house and maintain proper and efficient work areas for data ranging up through Secret. INSURANCE - WORK ON A GOVERNMENT INSTALLATION The following types of insurance are required in accordance with the clause entitled, Insurance - Work On A Government Installation (FAR ), and shall be maintained in the minimum amounts shown: (1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury. (2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. (3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100, GOVERNMENT INSTALLATION WORK SCHEDULE (OCT 2005) HOURS OF OPERATION AND HOLIDAY SCHEDULE The Holidays applicable to this order are: New Year s Day, 1 January Martin Luther King s Birthday, Third Monday in January President s Birthday, Third Monday in February Memorial Day, Last Monday in May Independence Day, 4 July Labor Day, First Monday in September Columbus Day, Second Monday in October Veteran s Day, 11 November Thanksgiving Day, Fourth Thursday in November Christmas Day, 25 December * If the actual date falls on a Saturday, the holiday will be observed the preceding Friday. If the holiday falls on a Sunday, the observance shall be on the following Monday. PASSES AND BADGES: All contractor employees shall obtain the required employee passes. The Government will issue badges without charge. When an employee leaves the contractor's service, the employee's Government pass and badge shall be returned within 10 days. The contractor personnel shall carry company employment identification with them at all times. Subcontractor employees must register with Security. They will be issued a temporary Government badge and must be escorted by a contractor employee with a permanent badge at all times. H61S GOVERNMENT FURNISHED PROPERTY (GFP) (FEB 2005) (a) The Government shall furnish Government property to the Contractor for use in connection with this task order as identified in Attachment(1) - No property furnshed.
16 13 of 16 SECTION I CONTRACT CLAUSES OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2008) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to completion of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. ALL THE PROVISIONS OF SECTION I CLAUSES IN ACCORDANCE WITH THE BASIC SEAPORT-E MAC CONTRACT APPLY TO THIS TASK ORDER PLUS THE FOLLOWING: SYSTEM FOR AWARD MANAGEMENT (JULY 2013) POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003) DRUG-FREE WORKPLACE (MAY 2000) WASTE REDUCTION PROGRAM (AUG 2000) INSURANCE-LIABILITY TO THIRD PERSONS (MAR 1996) AVAILIBILITY OF FUNDS (APRIL 1984) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) ORAL ATTESTATION OF SECURITY RESPONSIBILITY (AUG 1999) DRUG-FREE WORK FORCE (SEP 1988) PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS (APR 1993) ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) Wide Area WorkFlow Payment Instructions (MAY 2013) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the System for Award Management at and (2) Be registered to use WAWF at following the step-by-step procedures for self-registration available at this web site.
17 14 of 16 (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) The Contractor shall use the following document type(s). COMBO (Note: If a Combo document type is identified but not supportable by the Contractor s business systems, an Invoice (stand-alone) and Receiving Report (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Insert inspection and acceptance locations: CNAF, (N57025) NORTH ISLAND, SAN DIEGO, CA Field Name in WAWF (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Pay Official DoDAAC HQ0338 Issue By DoDAAC N00244 Admin DoDAAC S2404A Inspect By DoDAAC N57025 Ship To Code N/A Ship From Code N/A Mark For Code N57025 Service Approver (DoDAAC) N57025 Service Acceptor (DoDAAC) N57025 Accept at Other DoDAAC N/A LPO DoDAAC N57025 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A Data to be entered in WAWF (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF notifications. The Contractor shall enter the address identified below in the Send Additional Notifications field of WAWF once a document is submitted in the system. Catherine Crep, CNAF, [email protected] (g) WAWF point of contact.
18 15 of 16 (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity s WAWF point of contact. Not applicable (2) For technical WAWF help, contact the WAWF helpdesk at (End of clause)
19 16 of 16 SECTION J LIST OF ATTACHMENTS DD254 Wage Determination: BASE YEAR PERIOD OF PERFORMANCE: WD (Rev.-14) was first posted on on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor WAGE AND HOUR DIVISION WASHINGTON D.C Wage Determination No.: Diane C. Koplewski Division of Revision No.: 14 Director Wage Determinations Date Of Revision: 06/19/2013 State: California Area: California Counties of Imperial, San Diego
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
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
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. 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
The Line of Accounting information is hereby changed as follows:
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-May-22 ACQR 2570760 N/A 6. ISSUED BY CODE N62583 7. ADMINISTERED
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)
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.
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
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
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
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT If the Order involves funds from a Federal government contract or funds from a
Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015
1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L-3 General Terms and Conditions (Corp Form CC008), the following
General Terms and Conditions of Purchase
General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the materials or products furnished are for use in connection with a U.S.
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and
LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER
LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER F-35 / JSF LRIP 8 Production (Combines Prime Contract #: N00019-13-C-0008,
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
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California
Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid
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
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
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.
DELIVERY ORDER 2. DELIVERY ORDER NO. ORIG 02/03/2005 MOD 09/09/2005 11. SHIP TO 12. PAYMENT WILL BE MADE BY CODE N68892
DELIVERY ORDER DRAFT 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 02/03/2005 MOD 09/09/2005 N61331-05-MR-55231 5. ISSUED BY CODE N61331 6. ADMINISTERED BY CODE N61331 NSWC, PANAMA
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
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
LABOR PERMITS, TAXES, CERTIFICATIONS
DATE: Company: ATT: Fax No. : Phone No. : STANDARD TERMS AND CONDITIONS FOR FIELD SERVICE Dear Customer: ITEC is in receipt of your request for on-site service(s) (hereinafter Services ) by an ITEC Field
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
Accredited Continuing Medical Education and Continuing Education for Clinicians
Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline
1. Does the Combined Synopsis/Solicitation under solicitation number OAM14070S contain requirements similar to a current contract?
2 1. Does the Combined Synopsis/Solicitation under solicitation number contain requirements similar to a current contract? Not relevant to this procurement. 2. Is this a new requirement? If possible, please
Electronic Health Record System (EHR) Project. Request for Information RFI-CDVA-200907-01. Attachment 5 Statement of Work 2 Maintenance & Operations
State of California DEPARTMENT OF VETERANS AFFAIRS Electronic Health Record System (EHR) Project Request for Information RFI-CDVA-200907-01 Attachment 5 Statement of Work 2 Maintenance & Operations STATEMENT
ORDER FOR SUPPLIES OR SERVICES (FINAL)
ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Dec 19 1300395737 DO-C9 6. ISSUED BY CODE N00174 7. ADMINISTERED BY CODE S0107A 8. DELIVERY
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)
State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT) Guidance Document Department of Administrative Services, Office of Procurement Services 6/4/2015 Contents Purpose... 2 Background...
52.219-8 -- Utilization of Small Business Concerns.
MINORITY BUSINESS ENTERPRISE (MBE)/ WOMEN BUSINESS ENTERPRISE (WBE) Policy Honeywell has committed, in connection with certain of its contracts with the U.S. Government, to award subcontract work to small
Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8
Embassy of the United States of America Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8 Request Number: 4529971 Drafted by: Abid Rizvi From: Contracting Officer General Services Office
Multifamily Cost Estimator Contractor
INFORMAL SOLICITATION Minnesota Housing Finance Agency Multifamily Cost Estimator Contractor Description of Project Minnesota Housing Finance Agency (Minnesota Housing), a mortgagee authorized to submit
END USER LICENSE AGREEMENT ( EULA )
END USER LICENSE AGREEMENT ( EULA ) PLEASE READ CAREFULLY THIS EULA IS A LEGAL AGREEMENT BETWEEN YOU, EITHER AS AN INDIVIDUAL, COMPANY OR OTHER LEGAL ENTITY (IN ANY CAPACITY REFERRED TO HEREIN AS END USER,
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
DOE-BATTELLE PRIME CONTRACT FOR THE MANAGEMENT & OPERATIONS OF PACIFIC NORTHWEST NATIONAL LABORATORY DE-AC05-76RL01830 TABLE OF CONTENTS
DOE-BATTELLE PRIME CONTRACT FOR THE MANAGEMENT & OPERATIONS OF PACIFIC NORTHWEST NATIONAL LABORATORY DE-AC05-76RL01830 TABLE OF CONTENTS Section Clause Title A B C B 1 B 2 B 3 C 1 C 2 C 3 C 3.1 C 3.1.1
REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable
REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable U.S. District Court, U.S. Probation Services, and U.S. Bankruptcy Court of the Western District of Washington RFQ Number: WAWD.14.03
CONTRACT POLICES & PROCEDURES MANUAL CONTRACT POLICIES AND PROCEDURES MANUAL
CONTRACT POLICIES AND PROCEDURES MANUAL REVISED JULY 2013 1 Table of Contents Section 1: Definitions... 3 Section 2: General Process... 7 Section 3: Professional Service Agreement (PSA)... 8 Section 4:
PERFORMANCE WORK STATEMENT (PWS)
PERFORMANCE WORK STATEMENT (PWS) Description of Services 1.0 Scope 1.1 General This Performance Work Statement (PWS) defines the effort required to support the KC-X Program Office, Wright-Patterson AFB,
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
Small Business Contracting at Marine Corps Systems Command Needs Improvement
Inspector General U.S. Department of Defense Report No. DODIG-2016-019 NOVEMBER 10, 2015 Small Business Contracting at Marine Corps Systems Command Needs Improvement INTEGRITY EFFICIENCY ACCOUNTABILITY
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and
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.
General Purpose Commercial Information Technology Equipment, Software and Services
GENERAL SERVICES ADMINISTRATION Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option
NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)
ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION
(FIXED PRICE SUBCONTRACTS)
GENERAL PROVISIONS (FIXED PRICE SUBCONTRACTS) The provisions set forth in the following listed sections of the Federal Acquisition Regulations (FAR)/DOD FAR Supplement Regulations (DFAR) are incorporated
PERFORMANCE WORK STATEMENT. for. United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA)
PERFORMANCE WORK STATEMENT for United States Air Forces in Europe (USAFE)/ Air Forces Africa (AFAFRICA) Communications Directorate (A6) Task Management Tool (TMT) Support 1 TABLE OF CONTENTS Contract Number
SAMPLE PWS FOR HRC MEO
PERFORMANCE WORK STATEMENT Human Resources Command (HRC) 1. Contract No. HRSOLUTIONS WILL COMPLETE 2. Requisition No. HRSOLUTIONS WILL COMPLETE 3. Amendment No. N/A 4. Scope. This task order requires that
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
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
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
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:
Purchase Requisition & Purchase Order Policy
Purchase Requisition & Purchase Order Policy Effective Date: July 9, 2012 Policy Statement The following provides policy guidance to faculty, staff, students and others with respect to the use of a Purchase
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
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
PART 619 - SMALL BUSINESS PROGRAMS
PART 619 - SMALL BUSINESS PROGRAMS 619.000 Scope of part. Subpart 619.2 - Policies 619.201 General policy. 619.202 Specific policies. 619.202-70 The Department of State Mentor-Protégé Program. Subpart
Evaluation of Defense Contract Management Agency Actions on Reported DoD Contractor Business System Deficiencies
Inspector General U.S. Department of Defense Report No. DODIG-2016-001 OCTOBER 1, 2015 Evaluation of Defense Contract Management Agency Actions on Reported DoD Contractor Business System Deficiencies INTEGRITY
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...
SEE ATTACHED E-MAILED DOCUMENTS
REQUEST FOR QUOTATIONS The Notice of Small Business Purchase Set-Aside on the reverse of this form (THIS IS NOT AN ORDER) is is not applicable. 1. SOLICITATION NO. 2. DATE ISSUED 3. REQUEST/PURCHASE REQUEST
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
Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER
Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER CONDITIONS AND INSTRUCTIONS A HARDCOPY OF THIS DOCUMENT MAY NOT BE THE DOCUMENT IN EFFECT. SEE CFMC DOCUMENT LIBRARY FOR CURRENT REVISION. 1.
REQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
Contract Number: GS-35F-155CA Contract Period: January 28, 2015 January 27, 2020
GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST ON-LINE ACCESS TO CONTRACT ORDERING INFORMATION, TERMS AND CONDITIONS, UP-TO- DATE PRICING, AND THE
Position Classification Standard for Procurement Clerical and Technician Series, GS-1106. Table of Contents
Position Classification Standard for Procurement Clerical and Technician Series, GS-1106 Table of Contents SERIES DEFINITION... 2 EXCLUSIONS... 2 DEFINITIONS... 3 OCCUPATIONAL INFORMATION... 3 TITLES...
Addendum 529 (5/13) Page 1 of 5
Additional Terms and Conditions E-2D Full Rate Production (FRP) Lot 2 (Prime Contract No. N00019-13-C-9999) All of the additional terms and conditions set forth below are incorporated in and made part
Federal Acquisition Regulation Subcontract Flowdown Provisions
Federal Acquisition Regulation Subcontract Flowdown Provisions Clause Title Title Applicability 52.203-6, Alt 1 Restrictions on Subcontractor Sales to the (if subcontract over $150,000) Government (SEP
REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas
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
STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084. INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS
STRATFORD BOARD OF EDUCATION 111 WARWICK ROAD STRATFORD, NEW JERSEY 08084 INSURANCE BROKER of RECORD EMPLOYEE HEALTH BENEFITS A. PURPOSE: The Stratford Board of Education is seeking proposals through the
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219 IN REPLY REFER TO PSP 730.8.B.1/2010-003 February 18, 2011 11-PSP-003(R) MEMORANDUM
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services
Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide
Contract Clauses Appendix B: Contract
Sam Appendix B: Contract Clauses Appendix B: Contract Clauses Section 1 General............................................ 359 B.1.1 Applicability........................................ 359 B.1.2 Numbering
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
Request for Proposals RFP No. 14-12
Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be
COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE
COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE Supplement 1 U.S. Government Contract Provisions from the Federal Acquisition Regulation (FAR) 1. When the materials or products
