10. THIS ACQUISITION IS UNRESTRICTED HUBZONE SB. 18a. PAYMENT WILL BE MADE BY

Size: px
Start display at page:

Download "10. THIS ACQUISITION IS UNRESTRICTED HUBZONE SB. 18a. PAYMENT WILL BE MADE BY"

Transcription

1 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M D FOR SOLICITATION INFORMATION CALL: 18-Jul-2008 a. NAME 1. REQUISITION NUMBER PAGE 1 OF SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE b. TELEPHONE NUMBER (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY MARCORSYSCOM ATTN: BIZOPS 2203 SHERWOOD DRIVE QUANTICO VA TEL: FAX: CODE M THIS ACQUISITION IS UNRESTRICTED X SET ASIDE: 15. DELIVER TO CODE M ADMINISTERED BY MARCORSYSCOM BEVERLY HOBBS 2200 LESTER STREET QUANTICO VA SB 100 % FOR 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS NET 30 DAYS HUBZONE SB 13a. THIS CONTRACT IS A RATED ORDER X 8(A) UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB 14. METHOD OF SOLICITATION EMERGING SB SIZE STD: $6.5M NAICS: RFQ IFB RFP SEE ITEM 9 CODE 17a.CONTRACTOR/ OFFEROR CODE 1VRR5 18a. PAYMENT WILL BE MADE BY CODE M67443 STRATECON CATHERINE Z. REMLEY 1331 PENNSYLVANIA AVENUE, SUITE 505N WASHINGTON DC DFAS-COLUMBUS CENTER P.O. BOX ATTN: KANSAS - M67443 COLUMBUS OH TEL FACILITY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK SUCH ADDRESS IN OFFER BELOW IS CHECKED SEE ADDENDUM 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) $8,817, a. SOLICITATION INCORPORATES BY REFERENCE FAR FAR ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED X 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR FAR IS ATTACHED. ADDENDA X ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 0 COPIES 29. AWARD OF CONTRACT: REFERENCE M R-0500 TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. X OFFER DATED 06-May YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: SEE SCHEDULE 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 31c. DATE SIGNED 18-Jul b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) Beverly L. Hobbs / Lead Contracting Officer (TYPE OR PRINT) TEL: beverly.hobbs@usmc.mil AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR)

2 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGE 2 OF 91 (CONTINUED) 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/ SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT SEE SCHEDULE 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER PARTIAL FINAL 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR 36. PAYMENT COMPLETE PARTIAL FINAL 37. CHECK NUMBER 38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42a. RECEIVED BY (Print) 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV 3/2005) BACK Prescribed by GSA FAR (48 CFR)

3 Page 3 of 91 Section SF CONTINUATION SHEET ,600 Labor $ $4,442, NTE Contract Specialist Senior On-Site NET AMT $4,442, ,960 Labor $96.34 $2,404, NTE Contract Specialist Journeyman On-Site NET AMT $2,404,646.40

4 Page 4 of ,240 Labor $74.19 $462, NTE Contract Specialist Junior On-Site NET AMT $462, ,160 Labor $96.34 $400, NTE Procurement Analyst Intermediate On-Site NET AMT $400,774.40

5 Page 5 of ,080 Labor $74.19 $154, NTE Procurement Analyst Junior On-Site NET AMT $154, Labor $77.79 $0.00 NTE Database Administrator On-Site NET AMT $0.00

6 Page 6 of Labor $77.79 $0.00 NTE Web Developer On-Site NET AMT $ ,080 Labor $96.34 $200, NTE Program Analyst On-Site NET AMT $200,387.20

7 Page 7 of Each $0.00 $0.00 TBN Travel ODC's On-Site NET AMT $ Labor $ $0.00 NTE Contract Specialist Senior Off-Site NET AMT $0.00

8 Page 8 of Labor $ $0.00 NTE Contract Specialist Journeyman Off-Site NET AMT $ Labor $82.43 $0.00 NTE Contract Specialist Junior Off-Site NET AMT $0.00

9 Page 9 of ,080 Labor $ $222, NTE Procurement Analyst Intermediate Off-Site NET AMT $222, ,080 Labor $82.43 $171, NTE Procurement Analyst Junior Off-Site NET AMT $171,454.40

10 Page 10 of ,040 Labor $86.43 $89, NTE Database Administrator Off-Site NET AMT $89, Labor $86.43 $44, NTE Web Developer Intermediate Off-Site NET AMT $44,943.60

11 Page 11 of ,080 Labor $ $222, NTE Program Analyst Off-Site NET AMT $222, Each $0.00 $0.00 TBN Travel ODC's Off-Site NET AMT $0.00

12 Page 12 of ,600 Labor $ $4,575, NTE OPTION Contract Specialist Senior On-Site NET AMT $4,575, ,960 Labor $99.23 $2,476, NTE OPTION Contract Specialist Journeyman On-Site NET AMT $2,476,780.80

13 Page 13 of ,240 Labor $76.42 $476, NTE OPTION Contract Specialist Junior On-Site NET AMT $476, ,160 Labor $99.23 $412, NTE OPTION Procurement Analyst Intermediate On-Site NET AMT $412,796.80

14 Page 14 of ,080 Labor $76.42 $158, NTE OPTION Procurement Analyst Junior On-Site NET AMT $158, Labor $80.12 $0.00 NTE OPTION Database Administrator On-Site NET AMT $0.00

15 Page 15 of Labor $80.12 $0.00 NTE OPTION Web Developer On-Site NET AMT $ ,080 Labor $99.23 $206, NTE OPTION Program Analyst On-Site NET AMT $206,398.40

16 Page 16 of Each $0.00 $0.00 TBN OPTION Travel ODC's On-Site NET AMT $ Labor $ $0.00 NTE OPTION Contract Specialist Senior Off-Site NET AMT $0.00

17 Page 17 of Labor $ $0.00 NTE OPTION Contract Specialist Journeyman Off-Site NET AMT $ Labor $84.90 $0.00 NTE OPTION Contract Specialist Junior Off-Site NET AMT $0.00

18 Page 18 of ,080 Labor $ $229, NTE OPTION Procurement Analyst Intermediate Off-Site NET AMT $229, ,080 Labor $84.90 $176, NTE OPTION Procurement Analyst Junior Off-Site NET AMT $176,592.00

19 Page 19 of ,040 Labor $89.02 $92, NTE OPTION Database Administrator Off-Site NET AMT $92, Labor $89.02 $46, NTE OPTION Web Developer Intermediate Off-Site NET AMT $46,290.40

20 Page 20 of ,080 Labor $ $229, NTE OPTION Program Analyst Off-Site NET AMT $229, Each $0.00 $0.00 TBN OPTION Travel ODC's Off-Site NET AMT $0.00

21 Page 21 of ,600 Labor $ $4,712, NTE OPTION Contract Specialist Senior On-Site NET AMT $4,712, ,960 Labor $ $2,551, NTE OPTION Contract Specialist Journeyman On-Site NET AMT $2,551,161.60

22 Page 22 of ,240 Labor $78.71 $491, NTE OPTION Contract Specialist Junior On-Site NET AMT $491, ,160 Labor $ $425, NTE OPTION Procurement Analyst Intermediate On-Site NET AMT $425,193.60

23 Page 23 of ,080 Labor $78.71 $163, NTE OPTION Procurement Analyst Junior On-Site NET AMT $163, Labor $82.53 $0.00 NTE OPTION Database Administrator On-Site NET AMT $0.00

24 Page 24 of Labor $82.53 $0.00 NTE OPTION Web Developer On-Site NET AMT $ ,080 Labor $ $212, NTE OPTION Program Analyst On-Site NET AMT $212,596.80

25 Page 25 of $0.00 TBN OPTION Travel ODC's On-Site NET AMT $ Labor $ $0.00 NTE OPTION Contract Specialist Senior Off-Site NET AMT $0.00

26 Page 26 of Labor $ $0.00 NTE OPTION Contract Specialist Journeyman Off-Site NET AMT $ Labor $87.45 $0.00 NTE OPTION Contract Specialist Junior Off-Site NET AMT $0.00

27 Page 27 of ,080 Labor $ $236, NTE OPTION Procurement Analyst Intermediate Off-Site NET AMT $236, ,080 Labor $87.45 $181, NTE OPTION Procurement Analyst Junior Off-Site NET AMT $181,896.00

28 Page 28 of ,040 Labor $91.69 $95, NTE OPTION Database Administrator Off-Site NET AMT $95, Labor $91.69 $47, NTE OPTION Web Developer Intermediate Off-Site NET AMT $47,678.80

29 Page 29 of ,080 Labor $ $236, NTE OPTION Program Analyst Off-Site NET AMT $236, Each $0.00 $0.00 TBN OPTION Travel ODC's Off-Site NET AMT $0.00

30 Page 30 of ,600 Labor $ $4,854, NTE OPTION Contract Specialist Senior On-Site NET AMT $4,854, ,960 Labor $ $2,627, NTE OPTION Contract Specialist Journeyman On-Site NET AMT $2,627,539.20

31 Page 31 of ,240 Labor $81.07 $505, NTE OPTION Contract Specialist Junior On-Site NET AMT $505, ,160 Labor $ $437, NTE OPTION Procurement Analyst Intermediate On-Site NET AMT $437,923.20

32 Page 32 of ,080 Labor $81.07 $168, NTE OPTION Procurement Analyst Junior On-Site NET AMT $168, Labor $85.00 $0.00 NTE OPTION Database Administrator On-Site NET AMT $0.00

33 Page 33 of Labor $85.00 $0.00 NTE OPTION Web Developer On-Site NET AMT $ ,080 Labor $ $218, NTE OPTION Program Analyst On-Site NET AMT $218,961.60

34 Page 34 of Each $0.00 $0.00 TBN OPTION Travel ODC's On-Site NET AMT $ Labor $ $0.00 NTE OPTION Contract Specialist Senior Off-Site NET AMT $0.00

35 Page 35 of Labor $ $0.00 NTE OPTION Contract Specialist Journeyman Off-Site NET AMT $ Labor $90.07 $0.00 NTE OPTION Contract Specialist Junior Off-Site NET AMT $0.00

36 Page 36 of ,080 Labor $ $243, NTE OPTION Procurement Analyst Intermediate Off-Site NET AMT $243, ,080 Labor $90.07 $187, NTE OPTION Procurement Analyst Junior Off-Site NET AMT $187,345.60

37 Page 37 of ,040 Labor $94.44 $98, NTE OPTION Database Administrator Off-Site NET AMT $98, Labor $94.44 $49, NTE OPTION Web Developer Intermediate Off-Site NET AMT $49,108.80

38 Page 38 of ,080 Labor $ $243, NTE OPTION Program Analyst Off-Site NET AMT $243, Each $0.00 $0.00 TBN OPTION Travel ODC's Off-Site NET AMT $0.00

39 Page 39 of ,600 Labor $ $4,999, NTE OPTION Contract Specialist Senior On-Site NET AMT $4,999, ,960 Labor $ $2,706, NTE OPTION Contract Specialist Journeyman On-Site NET AMT $2,706,412.80

40 Page 40 of ,240 Labor $83.50 $521, NTE OPTION Contract Specialist Junior On-Site NET AMT $521, ,160 Labor $ $451, NTE OPTION Procurement Analyst Intermediate On-Site NET AMT $451,068.80

41 Page 41 of ,080 Labor $83.50 $173, NTE OPTION Procurement Analyst Junior On-Site NET AMT $173, Labor $87.55 $0.00 NTE OPTION Database Administrator On-Site NET AMT $0.00

42 Page 42 of Labor $87.55 $0.00 NTE OPTION Web Developer On-Site NET AMT $ ,080 Labor $ $225, NTE OPTION Program Analyst On-Site NET AMT $225,534.40

43 Page 43 of Each $0.00 $0.00 TBN OPTION Travel ODC's On-Site NET AMT $ Labor $ $0.00 NTE OPTION Contract Specialist Senior Off-Site NET AMT $0.00

44 Page 44 of Labor $ $0.00 NTE OPTION Contract Specialist Journeyman Off-Site NET AMT $ Labor $92.78 $0.00 NTE OPTION Contract Specialist Junior Off-Site NET AMT $0.00

45 Page 45 of ,080 Labor $ $250, NTE OPTION Procurement Analyst Intermediate Off-Site NET AMT $250, ,080 Labor $92.78 $192, NTE OPTION Procurement Analyst Junior Off-Site NET AMT $192,982.40

46 Page 46 of ,040 Labor $97.28 $101, NTE OPTION Database Administrator Off-Site NET AMT $101, Labor $97.28 $50, NTE OPTION Web Developer Intermediate Off-Site NET AMT $50,585.60

47 Page 47 of ,080 Labor $ $250, NTE OPTION Program Analyst Off-Site NET AMT $250, Each $0.00 $0.00 TBN OPTION Travel ODC's Off-Site NET AMT $0.00 SECTION B GENERAL DESCRIPTION B.1 GENERAL DESCRIPTION The contractor shall perform the effort required in accordance with the scope as described in Section C, Statement of Work. It is the intention of the Marine Corps Systems Command (MCSC) to award one or more, Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts on a Firm fixed Price () basis with Cost Reimbursable (CR) Other Direct Costs (ODCs). This effort will establish a scope that is broad and flexible to satisfy requirements of the Assistant Commander, Contracts over the period of performance. B.1.2 GEOGRAPHIC SCOPE

48 Page 48 of 91 The Marine Corps Systems Command (MCSC), Assistant Commander, Contracts is located at Quantico Marine Corps Base, Hospital Point, Quantico, Virginia. The majority of the requirements are expected to be performed in or around the Quantico Marine Corps Base. However, this may include support for program offices in Prince William and Stafford counties, Virginia. While the geographic scope for the primary duty office is in or around Quantico, Virginia, there are anticipated travel requirements within the Continental United States (CONUS). B.2 PRICING Offerors are required to submit pricing for ALL labor categories in accordance with the Rate Table provided as Attachment 1 in Section J. Prices shall be on an annual basis and will correspond with the Contracting Officer s notice to proceed. Prices shall not exceed two (2) decimal places. B.2.1 LABOR RATE All task orders awarded pursuant to this contract will be priced in accordance with the pricing set forth in the schedule and in conjunction with the Labor Category Descriptions provided in Section J, Attachment 2. The table reflects the Government-required labor categories. The labor rates in the schedule must reflect the fully-burdened rates of the contractor for each labor category and will apply to all direct labor hours. The schedule delineates separate rates for work performed at the contractor site and at the Government site for each labor category. The pricing in the schedule represents fully-loaded hourly rates for each skill category. The fully-burdened labor rates shall include all direct, indirect, general and administrative costs and profit associated with providing the required skill. The fully-burdened labor rates shall include all labor and labor-related costs, such as, but not limited to, the following list of representative labor-related costs: salaries, wages, bonuses to include stock bonuses, incentive awards, employee stock options, stock appreciation, rights, employee stock ownership plans, employee insurance, fringe benefits, contributions to pension, other post-retirement benefits, annuity, employee incentive compensation plans, incentive pay, shift differentials, overtime, vacation time, sick pay, holidays, and all other allowances based upon a comprehensive employee compensation plan. Contractor site rates shall also include contractor-provided facilities, furniture, equipment, supplies, employee training and overhead amounts required for work at contractor site rates. This includes, but is not limited to, telephones, facsimile machines and their telecommunication lines, copiers, personal computers, postage (to include courier services such as Federal Express), ordinary business software (e.g., word processing, spreadsheets, databases, graphics, etc.) normal copying and reproduction costs (to include color copies). The use of uncompensated overtime is not allowed. Offerors shall provide hourly rates based upon a 40-hour work week at 2,080 hours per year. B GOVERNMENT SITE RATES When performing at Government sites, the contractor shall furnish fully burdened personnel rates. The Government will provide only office space, furniture, office equipment and supplies. B CONTRACTOR SITE RATES When performing at a contractor site, the contractor shall furnish fully burdened personnel rates which include loads for office space and all normal supplies and services required to support the work. This includes, but is not limited to, telephones, faxes, copiers, personal computers, postage (to include courier

49 services such as Federal Express), ordinary business software (e.g., word processing, spreadsheets, databases, graphics, etc.) normal copying and reproduction costs (to include color copies). Page 49 of 91 B Other Direct Costs (ODCs) ODCs consist of materials and travel costs, i.e., temporary duty (TAD) to include travel, lodging and meals. The contractor shall include a detailed description of all proposed costs in advance of expenditures and receive contracting officer approval. B TRAVEL AND PER DIEM (Applicable to CLIN 0005 and Option CLIN 1005, 2005, 3005, and 4005 if option is exercised) (a)(1) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. Profit or fee is not allowed for travel under any contract type. No contractor travel shall be conducted to support the requirements of a task order under this contract without advance, written approval from the Contracting Officer. (a)(2) The contractor shall maintain records to support all reimbursable travel costs, which shall be made available to the Government for inspection, acceptance, and approval. The contractor shall submit invoices that contain travel related costs within 60 days after completion of the travel. The invoices must contain one copy of all receipts for reimbursable lodging and airfare expenses, and for any single expenditure of $75 or more. B.3 INCURRING COSTS The Government is not liable for any costs incurred by the contractor in submitting proposals prior to and subsequent to contract award. B.4 CONTRACT PERIOD OF PERFORMANCE The period of performance for this contract is twelve (12) months from date of award with options for four (4) additional twelve month periods. SECTION C Section C - Descriptions and Specifications STATMENT OF WORK Acquisition Business & Contracts Support C.1 Purpose. The purpose of this contract is to provide contracting support services, pre-award acquisition planning, document preparation, contract administration, contract close-out, procurement tracking and execution, and policy and analysis support to the Assistant Commander, Contracts, Marine Corps Systems Command (MCSC).

50 Page 50 of 91 C.2 Background. The 2006/2007 Defense Supplemental funding bill has produced immediate requirements to augment the existing of MCSC contracting staff. The additional professional staff will perform the full range of cradle-to-grave contracts management, including pre-award and post-award duties related to execution of the additional program budget. This requires the contractor to demonstrate flexibility in staffing and resource allocation, be responsive to the changing priorities of the Command and its constituent programs, and to commit to reacting to immediate requirements originating from the supplemental budget execution schedule. The Contract Support Service personnel provided under this effort will not be given the authority to make determinations for or on behalf of the Government; but rather will be required to refer procurement recommendations to the cognizant Government Contracting Officer. The Contractor will be responsible for providing support to the assigned Contracting Officer to meet the defined objectives of the various Supplemental Budget executions by providing business, contract preparation and contract administration subject matter expertise. Integral to the Command support strategy is the ability to work independently to develop necessary pre- and post-award documentation; support the source selection process, conduct negotiations; and handle multiple priorities of work. This may also include limited stakeholder interface (both with government and industry), coordination with technical staff and quality assurance documentation. The Contractor has no Government contracting authority and may not obligate or represent the Government in any commercial transaction. The Contractor s advice and work products must be in strict accordance with applicable regulations and policy, including the Federal Acquisition Regulation (FAR), and its Defense, Navy supplements (DFARS, NMCARS) and all local policies and procedures. The contractor will take technical direction from the assigned Government Contracting Officer and is expected to communicate fully and frequently with assigned contract staff at MCSC. Key facets of support effort include conducting research to support selected business strategies; authoring, or revising solicitation documentation; conducting business analysis and developing cost models (e.g., Excel); and executing all facets of post-award administration. Notably, the Contracts Office relies on the Procurement Desktop 2 (PD2) as their principal electronic business tool for contract support. The Contractor is responsible for providing support to the Assistant Commander, Contracts to meet the defined objectives of the supplemental budget schedule and the attendant contracting activities by providing business and analytical research and contract administration. Contracting must be able to handle multiple priorities of work in a fast-paced work environment. C.3 Scope. The contractor shall provide assistance with contracting support services on a surge basis. Tasks under the contract are anticipated to be business sector specific. Tasks shall include pre-award, post-award and procurement policy. The general scope of this effort encompasses requirements for, but is not limited to, the following activities: Pre-Solicitation Acquisition Planning Market Research Documentation Requirements Industry Day/Due Diligence Small Business Coordination Evaluation Plans Solicitation Draft Request for Proposal/Quotes Prepare Task Orders Prepare responses to Questions and Answers Assist in source selections Contract File Documentation Debriefing

51 Page 51 of 91 Prepare Amendments Post-Award Conduct Kick-off Meetings Implement Cost/Schedule Develop Award/Incentive Plans Prepare Modifications Implement Surveillance Plans Review monthly reports Closeout Validate GFE/GFI/Tools/ODCs Financial reconciliation Prepare Past Performance Information Deobligate funding balances Coordinate final rate negotiations Prepare final close-out documentation Business Operations Monitor Contracting Regulations Prepare Policy Letters/Notices Prepare Monthly Newsletter Prepare response to agency taskers Assist with Electronic Business Federal Procurement Data System-Next Generation Contract Deficiency Reports PR Builder Track Supplemental Execution Update and Maintain Websites Update Contract Policy Handbook C.4 General Requirements. Contractor personnel shall as a minimum perform the following tasks in relation to the functional areas mentioned above: a. Advise MCSC stakeholders as to appropriate sourcing strategies for requirements. Appropriate sourcing strategies include, but are not limited to, adequate market research, adequate sole source documentation, the development of source selection criteria, and the composition of source selection evaluation boards. Assist MCSC stakeholders in acquisition planning and the development of key acquisition documents including, but not limited to, the following: Acquisition Plans Statements of Work/Performance Work Statements (SOW/PWS) Statements of Objectives (SOO) Sole Source Justifications Source Selection Plans Necessary Determinations and Findings and Waivers c. Assist in the development of solicitations for major systems and in the review of proposals. Assist in the preparation of contract award documentation. d. Implement standard contract management procedures and solve problems that arise during contract performance.

52 Page 52 of 91 e. Monitor contractor performance and resolve issues, reconcile payments and prepare contracts for close-out. f. Provide assistance in the area of Business Operations to include, procurement policy review and implementation. Monitoring and track supplemental execution to include proposed award dates, commitments, obligations and awards. The scope of work associated with the task activities will vary by program precedent and volume throughout the performance period, although not substantially. The Contractor is responsible for providing suitable management and business expertise to support ongoing responsibilities delineated by activity, as well as variances in the scope of activities. C.4.1 Specific Requirements C Provide Contract Planning, Pre-solicitation support. The contractor shall assist the Government in performing all pre-award functions on major weapon systems, Small Business Innovative Research, commercial, services and supply acquisitions. The contractor shall have comprehensive knowledge of acquisition alternatives. The contractor shall perform work in accordance with Federal Law, department and agency regulations, policy and procedures. The contractor shall assist the Government in providing the following Contract support: Developing pre-award documentation End user documentation requirements, completing purchase requirement, documenting justification and approvals and acquisition plans/strategy Developing appropriate procurement milestones Compliance with contract regulations, policies and guidelines Producing accurate, timely and quality documents Utilizing Standard Procurement System, Procurement Desktop 2 software Ensuring documents are in accordance with Federal Law, DoD, Navy and Local regulations and procedures Assist in collaboration and training of source selection team C Provide Contract Solicitation support. Assist in developing requests for proposals and quotations Prepares amendments Prepares responses to offerors questions Prepares cost and price analysis Assists in developing negotiation position Prepares Business Clearance Memorandums Prepares Award Documentation Assists with debriefing unsuccessful offerors C Provide Contract Post-Award support. Prepares for and assist in conducting kick-off meetings

53 Page 53 of 91 Prepares appropriate electronic spreadsheets to maintain cost/schedule controls Prepares documentation for award fee, term and incentive fee plans Provides contract oversight and administration in accordance with applicable Federal, DoD, Navy and local policies and procedures Monitors Quality Assurance Surveillance Plan Tracks and reviews invoices and monthly financial reports C Provide Contract Close-Out support. Identifies applicable contracts ready for closeout Verifies that work under the contract has been completed Verifies that all invoicing and payments have been completed Ensures that all terms and conditions have been met to include government property, patent rights, data rights and warranty periods Prepares negotiations after collaborating with applicable departments for cost and final rates Prepares deobligation modifications if needed Develops close-out package C Provide Business Operations support Monitors Federal, Department, and Agency climate for changes in procurement policy and procedures Prepares quality written guidance via Contract Policy Notices or Letters Prepares Monthly Contracting Newsletters to inform Contracts Directorate of current events Prepares weekly reports from Microsoft ACESS database tracking Marine Corps Supplemental Funding Tracks metrics for electronic business systems (e.g., CPARS, FPDS-NG, CDR s) Updates and maintain Contracts, Small Business and Purchase Card websites Updates Contracts Policy Handbook C.5 TASKS C.5.1 Program Management The contractor shall provide program management and oversight of all activities performed by contractor personnel, including subcontractors, to satisfy the requirements identified in this Statement of Work (SOW). The contractor shall designate a Program Manager (PM) to provide management, direction, administration, quality assurance, and leadership of the execution of task orders under this contract. C Contract Kick-off Meeting The contractor shall attend a Kick-Off Meeting at MCSC, Quantico, Virginia. The meeting will provide an introduction between the contractor personnel and Government personnel who will be involved with the Contract. The meeting will provide an opportunity to discuss technical management, and security issues, travel authorizations and reporting procedures. At a minimum the attendees shall include key contractor personnel and the Government Contracting Officer Representative.

54 Page 54 of 91 C Status Reporting The contractor shall provide informal weekly status reports via to the COR. In addition, the contractor shall develop and provide a Monthly Status Report by the 10 th of each month via to the COR and Contracting Officer. The report shall include the following: Personnel assigned to the task during the reporting period Duties/Activities accomplished during the reporting period Problems and corrective actions taken Issues/Concerns Personnel status include gains and losses Government actions Key personnel must be maintained according to the quantity assigned on the task order. If there is a change in key personnel to each task order, the contractor has 15 days to provide a resume for an individual with appropriate qualifications to backfill the requirement. C.6 Section 508 Compliance Requirements All Electronic and Information Technology (EIT) products and services proposed shall fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board s Electronic and Information Technology Accessibility Standards at 36 CFR The contractor shall identify all EIT products and services proposed, identify the technical standards applicable to all products and services proposed and state the degree of compliance with the applicable standards. Additionally, the contractor must clearly indicate where the information pertaining to Section 508 compliance can be found (e.g., Vendor s or other exact web page location). The contractor must ensure that the list is easily accessible by typical users beginning at time of award. SECTION D Section D - Packaging and Marking CLAUSES INCORPORATED BY FULL TEXT D.1 PACKAGING REQUIREMENTS. Preservation, packaging, and packing of deliverable items called for hereunder shall be in accordance with the contractor s best commercial methods to prevent deterioration and damage during shipment, handling, and storage and to ensure safe arrival at destination. D.2 MARKING REQUIREMENTS.

55 Page 55 of 91 a. The Contractor shall mark all shipments under this contract in accordance with standard commercial practices in effect on the date of shipment. In addition, the contractor shall mark all shipments to include technical data and other works delivered under this contract as applicable. b. All data and correspondence submitted to the Contracting Officer (PCO) shall reference: - Contract Number - Nameof thepco SECTION E Section E - Inspection and Acceptance CLAUSES INCORPORATED BY REFERENCE Inspection Of Services--Fixed Price AUG 1996 CLAUSES INCORPORATED BY FULL TEXT E.1 Inspection And Acceptance Terms a. Final inspection and acceptance of all work performance, reports, and/or other deliverables under this contract shall be performed at the location specified in the individual Task Order (TO). Each TO will also designate the individual responsible for inspection and acceptance. b. The basis for acceptance shall be in compliance with the requirements set forth in the TO and other terms and conditions of the contract. Deliverable items rejected under resulting TO shall be corrected in accordance with the applicable clauses. c. The Government requires a period not to exceed thirty (30) days after receipt of final deliverable items for inspection and acceptance or rejection, unless otherwise specified in TO. E.2 Non-Conforming Services Non-conforming services will be rejected. Deficiencies will be corrected, by the contractor, within ten (10) work days of the rejection notice. If the deficiencies cannot be corrected within ten (10) work days, the contractor will immediately notify the COR of the reason for the delay and provide a proposed corrective action plan with ten (10) work days.

56 Page 56 of 91 SECTION F Section F - Deliveries or Performance CLAUSES INCORPORATED BY FULL TEXT Section F - Deliveries or Performance F.1 Period of Performance The Period of Performance for this contract is a base period of 12 months (1 year) and four, 12 month option periods (4 years) for a total not to exceed 60 months. F.2 Ordering Period The ordering period will commence upon written notice issued by the contracting officer and will extend through the term of the contract. F.3 Task Order (TO) Performance Period TOs may be issued during the ordering period. The performance period of each TO will be specified in the TO. Individual TOs may extend up to six-months beyond the term of the contract. Pricing that applies to performance beyond the term of the contract shall be the rates that are in effect in the TO when the contract term expires. F.4 Deliveries or Performance The place of performance and/or delivery for all items will be cited in the individual TOs issued under this contract. F.5 Notice to Proceed The Contractor shall take no actions on this contract, or incur any costs, without the Contracting Officer s official written notice to proceed. It is anticipated that this notice to proceed will generally be issued simultaneous with Task Order award. The performance of this contract shall begin as specified in the notice to proceed. F.6 Clauses Incorporated by Reference Stop-Work Order (Aug 1989) Government Delay of Work (Apr 1984) F.o.b. Destination (Nov 1991)

57 Page 57 of 91 SECTION G Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE Billing Instructions OCT Electronic Submission of Payment Requests MAR 2007 ADMINISTRATIVE DATA G.1 Points of Contact The following MCSC points of contact have been established to assist in executing and administering the contract. All requests for interpretation and assistance should be referred to: CONTRACTING OFFICER: CONTRACT SPECIALIST: Beverly L. Hobbs Beverly.hobbs@usmc.mil (703) Sgt. Tremakia Summerlin Tremakia.summerlin@usmc.mil (703) G.2 Contract Management a. The Contracting Officer (PCO) identified in paragraph G.1 of this contract is the only person authorized to direct changes in the requirements under this contract. In the event the Contractor effects any such change at the direction of any person other than the PCO, the change will be considered to have been made without authority and solely at the risk of the Contractor. b. All contract administration will be effected by the PCO. Communications pertaining to contractual administrative matters shall be addressed to the PCO. No changes in or deviation from the terms and conditions shall be effected without a written modification to the contract executed by the PCO authorizing such changes. c. The PCO shall designate a Contracting Officer Representative (COR) during the term of this contract, DFARS clause Contracting Officer s Representative. The COR will provide assistance in identification and resolution of problems, conflicts in priority and other operations type problems. The PCO mayappointcorstoactatthetaskorderlevel. d. The contractor shall not accept any instructions issued by any person employed by the U.S. Government or otherwise, other than the PCO or the COR, acting within the limits of his or her authority. The contractor shall not in any way, represent that it is part of the U.S. Government or that it has the authority to contract or procure on behalf of the United States Government.

58 Page 58 of 91 G.3 Ordering a. Ordering will be centralized. Only the Contracting Officer or other MCSC warranted contracting officers will issue task orders against this contract. b. All orders issued under this contract are subject to the terms and conditions of this contract. The contract takes precedence in the event of conflict with any order. c. All services under this contract will be ordered by issuance of a written task order in accordance with FAR subpart 16.5, Indefinite Delivery Contracts as implemented by DFARS , Indefinite Delivery Contracts. An appropriate order form (DD 1155) shall be issued for each order. d. The PCO will initiate the task order process by issuing a Task Order Request (TOR). The contractors shall respond to all TORs by the proposal submission date, as specified in the TOR submittal instructions. The Contractor is required to submit a response to all TORs. If unable to perform a requirement, the contractor shall submit a no bid reply in response to the TOR. All no bids shall include a brief statement as to why the Contractor is unable to perform, e.g., conflict of interest. All task order requests will be competed amongst successful contractors who are awarded IDIQ contracts as a result of this RFP. e. The contractor s proposal must comply with the requirements and instructions contained in the TOR. The Contractor may to propose labor rates that are lower than those originally proposed and established in the Labor Rate Table of this contract. In this event, the reduced labor rates will apply only to the respective TO and will not change the fixed rates in the Labor Rate Table. f. The contractor is responsible for all bid and proposal costs incurred in performance of the contract. g. Performance under task orders shall commence only after receipt of an executed order via facsimile, , other means of delivery, or by verbal direction from the PCO. If verbal direction is given, written confirmation will be provided within five working days of the verbal order. The Government shall not be obligated to reimburse the Contractor for work performed, items delivered, or any costs incurred, nor shall the Contractor be obligated to perform, deliver, or otherwise incur costs except as authorized by duly executed orders. h. The PCO may withdraw and or cancel a task if issues pertaining to the proposed task arise that cannot be satisfactorily resolved. The PCO s decision on each order shall be final and shall not be subject to protest under FAR Subpart 33.1, Protest, except for a protest that the TO increases the scope, period, or maximum value of the contract. i. The Government may unilaterally change these ordering procedures at any time and at its discretion. G.4 Basis For Task Order Award All TORs will be awarded to the contractor whose proposal is determined to offer the best overall value to the Government. In determining the best overall proposal, qualifications of personnel offered and past experience will be more important than cost/price. G.5 Initial Task Order Requirement

59 Page 59 of 91 The Government intends to issue a Task Order Request immediately upon award of the IDIQ contracts as a result of this RFP. Contractors will be required to submit a proposal using the labor rates that are the same or less than those provided in their Master Pricing Table. Proposal submission timeframes will normally be within five (5) to seven (7) calendar days of issuance of a TOR. A sample TOR is provided in Section J, Attachment 4. CLAUSES INCORPORATED BY FULL TEXT MCSC WAWF INSTRUCTIONS TO CONTRACTORS ELECTRONIC INVOICING PROCEDURES (MCSC Feb 2006) In compliance with DFARS , "Electronic Submission of Payment Request (March 2007)", the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract. The contractor shall (i) ensure an Electronic Business Point of Contract (POC) is designated in Central Contractor Registration at and (ii) register to use WAWF-RA at the within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available at the The USMC WAWF-RA point of contact for this contract is Sgt Summerlin, T. N. and can be reached on or via at tremakia.summerlin@usmc.mil. The contactor is directed to use the 2-in-1 Invoice format when processing invoices and receiving reports. For all requirements, the contractor shall use the Marine Corps Systems Command DODAAC (M67854) as the DODAAC for all shipping addresses, even if the ship-to address is other than the Marine Corps Systems Command. DFAS-Columbus P.O. Box Attn: Kansas-M67443 Columbus, Ohio CCO-KC-VPIS@DFAS.MIL PHONE: #2 then #4 WAWF: VPIS: Data entry information in WAWF: Payment Office DoDAAC: M67443

60 Page 60 of 91 Issue By DoDAAC: M67854 Admin Office DoDAAC: M67854 Ship To/Service Acceptor DoDAAC: M67854 Contract Number: M R-0500 Before closing out of an invoice session in WAWF-RA, but after submitting your document or documents, the contractor will be prompted to send additional notifications. The contractor shall click on Send Additional Notifications block on the page that appears. Add the primary point of contact s address (provided above) in the first address block and add the alternate point of contact s address in the following block. This additional notification to the government is important to ensure the appropriate point of contact is aware that the invoice documents have been submitted into the WAWF-RA system. NOTE: The POCs identified above are for WAWF issues only. Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract. SECTION H Section H - Special Contract Requirements CONTRACT REQUIREMENTS H.1 Order of Precedence In the event of an inconsistency between the terms and conditions of this contract, resultant Task Orders (TOs) and contractor TO proposals, the inconsistency shall be resolved by giving precedence in the following order: (1) The contract; (2) The TOs, excluding the contractor TO proposals, and; (3) The contractor TO proposals H.2 Meetings/Conference Technical meetings and/or post-award/pre-performance conferences may be necessary to resolve problems and to facilitate understanding of the technical requirements of the contract or a resulting task. Participants at these meetings/conferences shall be members of the contractor s technical staff and technical representatives of the Government. In addition, during the life of the contract, periodic meetings, which are designed to review program status, assess contractor performance, refine current processes and plan future actions will be held at both Government and Contractor sites. The Contractor s attendance at such meeting is required. Records of these meetings/conferences shall be made by the Contractor and approved by the Government. All costs associated with the attendance at these meetings/conferences shall be incidental to the contract and not separately billed.

61 Page 61 of 91 H.3 Notice to Proceed Notwithstanding FAR Clause entitled Protest After Award, the contractor shall take no actions on this contract, or incur any costs, without the Contracting Officer s official notice to proceed. H.4 Organizational Conflict of Interest (OCI) (a) The provisions of FAR Subpart 9.5, Organization and Consultant Conflicts of Interest, concerning organizational conflicts of interest govern task orders issued under this contract. (b) Potential conflicts may exist in accordance with FAR and (c) The contractor is responsible for identifying any actual or potential organizational conflict of interest to the Contracting Officer that would arise as the result of the issuance of a task order under this contract. (d) The contracting officer will determine on a case-by-case, task order by task order, basis whether a conflict of interest is likely to arise. (e) To avoid or mitigate a potential conflict, the contracting officer will impose appropriate constraints, such as the following. (1) The contractor agrees that if it prepares specifications for nondevelopmental items or assists in the preparation of work statements for a system or services under a contract or task order, it will not be allowed to furnish these items, either as a prime contractor, a subcontractor or as a consultant (FAR ). (2) The contractor agrees that if it gains access to proprietary data of other companies, it will protect such data and it will not use such proprietary data in supplying systems or components in future competitive procurements (FAR ). In addition, the contractor agrees to protect the proprietary data and rights of other organizations disclosed to the contractor during performance of any task order with the same caution that a reasonably prudent contractor would use to safeguard highly valuable property. The contractor also agrees that if it gains access to the proprietary information of other companies, it will enter into an agreement with the other companies to protect their information from unauthorized use or disclosure for as long as it remains proprietary and refrain from using the information for any purpose other than that for which it was furnished. (3) The contractor agrees that it will not distribute reports, data or information of any nature arising from its performance under this contract, except as provided by the task order or as may be directed by the contracting officer. (4) The contractor agrees that it will neither evaluate nor advise the Government with regard to its own products or activities. The contractor will objectively evaluate or advise the Government concerning products or activities of any prospective competitors. (5) The contractor agrees that it will include the above provisions, including this paragraph, in agreements with teaming partners, consultants or subcontractors at any tier which involve access to information covered above. The use of this clause in such agreements shall be read by substituting the word consultant or subcontractor for the word contractor whenever the latter appears.

62 Page 62 of 91 (f) The contractor shall effectively educate its employees, through formal training, company policy, information directives and procedures, in an awareness of the legal provisions of FAR Subpart 9.5 and its underlying policy and principles so that each employee will know and understand the provisions of that Subpart and the absolute necessity of safeguarding information under a task order fromanyone other than the contractor s employees who have a need to know, and the U.S. Government. (g) In connection with a particular constraint, the contractor may submit a response to the contracting officer for the purpose of indicating potential measures to avoid or mitigate a conflict. In the event the contracting officer determines that a conflict exists which cannot be effectively mitigated the provision in FAR 9.5 must be followed. (h) Task orders issued under this contract may impose additional requirements and restrictions relating to this clause to include the requirement for the contractor and its subcontractors and employees to furnish the Government with written non-disclosure agreements or statements of no conflict of interest. With regard to any proposal submitted by the contractor in response to a Task Order Request for Proposal, by submitting its proposal the contractor represents that it has disclosed to the contracting officer, prior to award of the task order, all facts relevant to the existence of potential existence or organizational conflict of interest as that term is used in FAR Subpart 9.5. (i) The award of this contract, task orders issued under this contract, Government taskings, or acquiescence in the contractor s performance of services hereunder shall not constitute or be interpreted as a determination that the contractor is eligible to participate in future procurements, developmental efforts, implementation efforts, or related activities. Only the contracting officers for such efforts, applying the rules, principles and procedures of FAR Subpart 9.5, have the authority to determine whether a conflict exists in connection with such procurements. (j) The term contractor herein used means: (1) the organization (hereinafter referred to as it or its ) entering into this agreement with the Government; (2) all business organizations with which it may merge, join, or affiliate now or in the future and in any manner whatsoever, or which hold or may obtain, by purchase or otherwise, direct or indirect control of it; (3) its parent organization if any and any of its present or future subsidiaries, associates, affiliates, or holding companies, and; (4) any organization or enterprise over which it has direct or indirect control now or in the future. H.5 License Rights: Data and Non-Commercial Computer Software and Non-Commercial Computer Software Documentation The Government shall have rights in noncommercial computer software, noncommercial computer software documentation, technical data, and computer data bases developed, prepared, produced, created, or generated under the contract in accordance with DFARS , Rights in Technical Data-Noncommercial Items, and , Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation. Pursuant to the clauses, the items shall be conveyed with unlimited rights if developed, prepared, produced, created, or generated under the contract exclusively with Government funds and with Government purpose rights if developed, prepared, produced, created, or generated under the contract with mixed funding. To the extent permitted by law and regulation, the contractor shall provide all such items, including computer software, computer software documentation, technical data, and computer databases produced, created, generated, or modified under the contract as deliverables and with unlimited rights or Government purpose rights consistent with the definitions set forth in DFARS and

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED HUBZONE SMALL BUSINESS 8(A) SIZE STANDARD: 750

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED HUBZONE SMALL BUSINESS 8(A) SIZE STANDARD: 750 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 M67854-07-C-5049 7. FOR SOLICITATION INFORMATION

More information

HUBZONE SB. UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: 8(A) EMERGING SB. 18a. PAYMENT WILL BE MADE BY

HUBZONE SB. UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: 8(A) EMERGING SB. 18a. PAYMENT WILL BE MADE BY 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 03-Feb-2014 1. REQUISITION NUMBER 5. SOLICITATION

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 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 M67854-02-A-9008 7. FOR SOLICITATION INFORMATION

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 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 M67854-02-A-9010 7. FOR SOLICITATION INFORMATION

More information

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER 10. THIS ACQUISITION IS X UNRESTRICTED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) N/A SIZE STANDARD: SEE ITEM 9 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 M67854-02-A-9000 7. FOR SOLICITATION INFORMATION

More information

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED X SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) 21M SIZE STANDARD: SEE ITEM 9

1. REQUISITION NUMBER M RC THIS ACQUISITION IS UNRESTRICTED X SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A) 21M SIZE STANDARD: SEE ITEM 9 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 -05-C-4907 7. FOR SOLICITATION INFORMATION CALL:

More information

10. THIS ACQUISITION IS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

10. THIS ACQUISITION IS 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 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED

More information

4. ORDER NUMBER 5. SOLICITATION NUMBER. a. NAME b. TELEPHONE NUMBER (No collect calls) 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR:

4. ORDER NUMBER 5. SOLICITATION NUMBER. a. NAME b. TELEPHONE NUMBER (No collect calls) 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 2. CONTRACT NO. SPE300-19-D-W601 7. FOR SOLICITATION INFORMATION CALL: 3. AWARD/EFFECTIVE DATE 2019 MAR

More information

10. THIS ACQUISITION IS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

10. THIS ACQUISITION IS 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 HDEC05-15-P-0057 7. FOR SOLICITATION INFORMATION

More information

10. THIS ACQUISITION IS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

10. THIS ACQUISITION IS 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 HDEC05-15-P-0065 7. FOR SOLICITATION INFORMATION

More information

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB 8(A) SVC-DISABLED VET-OWNED SB EMERGING SB. 18a. PAYMENT WILL BE MADE BY

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB 8(A) SVC-DISABLED VET-OWNED SB EMERGING SB. 18a. PAYMENT WILL BE MADE BY 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 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED

More information

X UNRESTRICTED SET ASIDE: % FOR HUBZONE SMALL BUSINESS SIZE STANDARD: $27M RFQ. 18a. PAYMENT WILL BE MADE BY

X UNRESTRICTED SET ASIDE: % FOR HUBZONE SMALL BUSINESS SIZE STANDARD: $27M RFQ. 18a. PAYMENT WILL BE MADE BY 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 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

More information

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB. UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: (A) EMERGING SB

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB. UNDER DPAS (15 CFR 700) 13b. RATING SVC-DISABLED VET-OWNED SB TEL: (A) EMERGING SB 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 M67854-11-A-0505 7. FOR SOLICITATION INFORMATION

More information

M F Page 3 of 18. Section SF CONTINUATION SHEET

M F Page 3 of 18. Section SF CONTINUATION SHEET Page 3 of 18 Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 (b) (4) Each (b) (4) (b) (4) TFDW PDSS FFP TFDW Post Deployment System Support and Maintenance

More information

U.S. Department of Homeland Security PACTS II. Program Management, Administrative, Operations, and Technical Services

U.S. Department of Homeland Security PACTS II. Program Management, Administrative, Operations, and Technical Services U.S. Department of Homeland Security PACTS II Program Management, Administrative, Operations, and Technical Services Integrated Finance and Accounting Solutions (IFAS) Inc. HSHQDC-16-D-P2007 P00001 Functional

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO COMMERCIAL TERMS AND CONDITIONS FOR SUBCONTRACTS IN SUPPORT OF THE ADVANCED MISSION PROGRAM (AMP) PRIME CONTRACT 04-C-3045 All of the additional terms and

More information

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 1. Requisition Number Page 1 Of 9 SEE SCHEDULE 2. Contract No. 3. Award/Effective Date 4. Order Number 5.

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

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) 13-Jan-2010 93529832 N/A 6. ISSUED

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications

More information

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888)

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888) J & B Hartigan, Inc. 103 Adams Court Carrollton, VA 23314 T: (757)-745-7775 F: (888)-828-8321 Contract Number: GS-35F-107BA Information Technology Professional Services Period Covered by Contract: 12-02-2018

More information

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991) (Revised April 28, 2014) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 8 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES 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 to create an electronic delivery

More information

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts.

Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. Page 1 of 11 Modification Details Purpose: The purpose of this modification is to incorporate updates to all Seaport e Contracts. 1. Make the following Changes in Section G: a. ADD HQ G-2-0005 Payment

More information

Authorized Federal Acquisition Service Information Technology Schedule Pricelist

Authorized Federal Acquisition Service Information Technology Schedule Pricelist Authorized Federal Acquisition Service Information Technology Schedule Pricelist General Services Administration Federal Acquisition Service Information Technology Schedule, Group 70 Contract Period: October

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 03/09/2006 MOD 04/21/2008 N00167-08-MR-65330 5. ISSUED BY CODE N00167 6. ADMINISTERED BY CODE S2101A NSWC, CARDEROCK

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED HQ0727-15-R-0001 [ ] SEALED BID (IFB)

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER JSF LRIP 6 CONTRACT NUMBER N00019-11-C-0083 Generated using

More information

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order. Page: 1 of 5 General Instructions to Bidder 1. Bidder will carefully review all documents cited in Buyer's solicitation to ensure the following: a. All information required to properly respond to this

More information

TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES. G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4

TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES. G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4 Modification No. PS005 TABLE OF CONTENTS SECTION G: ROLES AND RESPONSIBILITIES Section Page G.1 ROLES AND RESPONSIBILITIES G-1 G.1.1 Government s Role G-1 G.1.2 Contractor s Role G-4 G.2 AGENT FOR THE

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 2. CONTRACT NO. N00024-09-C-2240 7. ISSUED BY NAVAL SEA SYSTEMS COMMAND STOP20401333ISAAC HULLAVE SE WASHINGTON NAVYYARD DC 20376-2040 N00024 1. THIS CONTRACTIS A RATED ORDER

More information

Review of CON 110, 111 & 112. Preparation for CON 120

Review of CON 110, 111 & 112. Preparation for CON 120 Review of CON 110, 111 & 112 Preparation for CON 120 CON 110 Review Mission Support Planning Key Concepts What s a Best Value Procurement? Means the expected outcome of an acquisition that, in the Government

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

More information

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. Page : 1 of 4 SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. 1. Responses to this solicitation received after the specified "Bid Close Date"

More information

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE Authorized Federal Supply Schedule Price List 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

More information

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 LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER N00019-13-C-0014 For use with the latest version Lockheed

More information

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P /26/2016 N/A N/A AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES U 1 7 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

Mission Support Planning

Mission Support Planning CON 110 Review Mission Support Planning Key Concepts What s a Best Value Procurement? Means the expected outcome of an acquisition that, in the Government s estimation, provides the greatest overall benefit

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s

Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Top 10 Problems with Multiple Award Task Order/Deliver Order IDIQ RFP s Brian Greenberg, CPCM, Fellow Chief Operating

More information

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

4. REQUISITION / PURCHASE REQ. 3. EFFECTIVE DATE SEE BLOCK 16C 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 10 2. AMENDMENT/MODIFICATION NO. PS10 3. EFFECTIVE DATE SEE BLOCK 16C 4. REQUISITION / PURCHASE REQ. NO. 6. ISSUED

More information

Section B Services, Ordering and Prices

Section B Services, Ordering and Prices Section B Services, Ordering and Prices B.1 Background Federal Strategic Sourcing was mandated by the Office of Management and Budget's (OMB s) Office of Federal Procurement Policy, and implemented by

More information

Adequacy of Proposals for. Global Supply Chain

Adequacy of Proposals for. Global Supply Chain Adequacy of Proposals for Global Supply Chain 1 Adequacy of Proposals Objectives This resource document covers the following: An overview of the proposal process, including applicable FAR (Federal Acquisition

More information

(17) Delete Section J, Attachment 6: Past Performance Tables

(17) Delete Section J, Attachment 6: Past Performance Tables PAGE 2 of 14 The purpose of this modification is to: (1) Correct the Clinger-Cohen Act citation under Section B.2 AUTHORITY; (2) Clarify the CAF formula and make it optional to include CAF in Loaded Hourly

More information

ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F C-2014 DATED 14 MARCH 2003

ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F C-2014 DATED 14 MARCH 2003 PROGRAM ADDENDUM 223B (01-05) ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F33657-03-C-2014 DATED 14 MARCH 2003 Terms T-7 (01-05), entitled "Purchase

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017) Attachment 1 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Basic. (DEVIATION 2018-O0007) For solicitations and contracts that contain the basic, Alternate I, or Alternate II of the clause

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 PROPOSAL PREPARATION INSTRUCTIONS Offerors shall provide proposals in two separate volumes. Volume

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

ARCHITECT/ENGINEER CONTRACTS, FEE ESTIMATION, AND REQUESTS FOR PAYMENT

ARCHITECT/ENGINEER CONTRACTS, FEE ESTIMATION, AND REQUESTS FOR PAYMENT ARCHITECT/ENGINEER CONTRACTS, FEE ESTIMATION, AND REQUESTS FOR PAYMENT Overview Introduction This document supplements the Smithsonian Institution Office of Facilities Engineering & Operations Special

More information

a.name f I b. TELEPHONE NUMBER (No collect 8. OFFER DUE DATE/ calls) 0ij~~~~ O 13a. THIS CONTRACT IS A RATED ORDER UNDER Net30 days OPAS (15 CFR 700)

a.name f I b. TELEPHONE NUMBER (No collect 8. OFFER DUE DATE/ calls) 0ij~~~~ O 13a. THIS CONTRACT IS A RATED ORDER UNDER Net30 days OPAS (15 CFR 700) SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE 1 OF 7 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1000034343 2. CONTRACT NO. 3. AWAR7 FF7iTIVE 4. ORDER NUMBER 5. SOLICITATlON

More information

Table of Contents. Section G: Contract Administration Data

Table of Contents. Section G: Contract Administration Data Table of Contents Section G: Contract Administration Data Section PA04 G-1 Page G.1 Authorized Users... 2 G.1.1 Roles and Responsibilities... 2 G.1.2 GSA Program Manager... 2 G.1.3 GSA Procuring Contracting

More information

HOW TO FORM TEAMING AGREEMENTS

HOW TO FORM TEAMING AGREEMENTS 888 17 th Street, NW, 11 th Floor Washington, DC 20006 Tel: (202) 857-1000 Fax: (202) 857-0200 HOW TO FORM TEAMING AGREEMENTS AND STRATEGIC PARTNERSHIPS MARYLAND WOMEN'S BUSINESS CENTER JULY 31, 2014 Presented

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information

DCMA Manual Terminations. Implements: DCMA-INST 2501, Contract Maintenance, August 15, October 10, 2014

DCMA Manual Terminations. Implements: DCMA-INST 2501, Contract Maintenance, August 15, October 10, 2014 DCMA Manual 2501-06 Terminations Office of Primary Responsibility Contract Maintenance Effective: October 2, 2018 Releasability: Cleared for public release Implements: DCMA-INST 2501, Contract Maintenance,

More information

SF 30 - Conformed Solicitation Contract Form

SF 30 - Conformed Solicitation Contract Form SF 30 - Conformed Solicitation Contract Form AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE 1 OF PAGES 14 2.AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 2015-02-12 6.

More information

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 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 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED

More information

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998)

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998) N00421-14-G-0001 Clause Number Clause Date Clause Title 5252.247-9507 (OCT 2005) PACKAGING AND MARKING OF REPORTS 5252.247-9508 (JUN 1998) PROHIBITED PACKING MATERIALS 5252.247-9509 (JUL 1998) PRESERVATION,

More information

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE 1 OF 2 2. AMENDMENT/MODIFICATION NO. 0005 3. EFFECTIVE DATE 12/15/2017 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991)

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991) 252.223-7000 Reserved. (Revised December 9, 2005) 252.223-7001 Hazard Warning Labels. As prescribed in 223.303, use the following clause: HAZARD WARNING LABELS (DEC 1991) (a) Hazardous material, as used

More information

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS SUBCHAPTER 70-30.1 COST AND PRICE ANALYSIS REGULATIONS Part 001 General Provisions 70-30.1-001 Overview and Summary 70-30.1-005 Scope 70-30.1-010 Definitions Part 100 Policy; Cost or Pricing Data 70-30.1-101

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Termination for Convenience DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Termination for Convenience Contracts Directorate DCMA-INST 101 OPR: DCMA-AQ SUMMARY OF CHANGES. This revision adds references and text

More information

Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY

Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY Subpart 45.1 General 45.101 Definitions. (a) Contractor-acquired property, as used in this part, means property acquired or

More information

Contract Compliance and the Federal Acquisition Regulation (FAR) ORA CERTIFICATE PROGRAM (MODULE 11) 20 APRIL 2016

Contract Compliance and the Federal Acquisition Regulation (FAR) ORA CERTIFICATE PROGRAM (MODULE 11) 20 APRIL 2016 Contract Compliance and the Federal Acquisition Regulation (FAR) ORA CERTIFICATE PROGRAM (MODULE 11) 20 APRIL 2016 Learning Objectives Participants will learn about the history of the Federal Acquisition

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM Offeror To Complete Block 12, 17, 23, 24, & 30 1. Requisition Number Page 1 Of 58 SEE SCHEDULE 2. Contract No. 3. Award/Effective Date 4. Order Number 5.

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

CONTRACT ADMINISTRATION AND AUDIT SERVICES

CONTRACT ADMINISTRATION AND AUDIT SERVICES CHAPTER 3042 CONTRACT ADMINISTRATION AND AUDIT SERVICES Subchapter 3042.002 Interagency agreements. Subchapter 3042.1 Contract Audit Services 3042.102 Assignment of contract audit services. 3042.170 Contract

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

N Q-0014 NetApp Data Storage Renewal

N Q-0014 NetApp Data Storage Renewal N00014-11-Q-0014 NetApp Data Storage Renewal This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and (FAR) Subpart 1.6

More information

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY DFAS CO - FABS HQ0252 PO BOX COLUMBUS OH

10. THIS ACQUISITION IS X UNRESTRICTED HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY DFAS CO - FABS HQ0252 PO BOX COLUMBUS OH 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 7. FOR SOLICITATION INFORMATION CALL: 03-Oct-2012

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

1. This Contract is a rated order

1. This Contract is a rated order 1. This Contract is a rated order Rating Page of Pages AWARD / CONTRACT under DPAS 9 (15 CFR 700) DO 1 15 2. Contract (Proc., Inst., Ident.) No. 3. Effective Date 4. Requisition / Purchase Request / Project

More information

This is a hybrid contract that contains a Firm Fixed Price CLIN and a Cost Reimbursable CLIN as follows:

This is a hybrid contract that contains a Firm Fixed Price CLIN and a Cost Reimbursable CLIN as follows: Page 2 of 37 SECTION B SUPPLIES OR SERVICES AND PRICES B.1 CONTRACT TYPE The Army Research Office (ARO) anticipates awarding a five-year, cost reimbursable, Indefinite Delivery Indefinite Quantity (IDIQ)

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

A~o& ~ ~ blon, L.L.P.

A~o& ~ ~ blon, L.L.P. A~o& ~ ~ blon, L.L.P. ATTORNEYS AND COUNSELORS AT LAW Employment Law I Government Contracts I Business Law I Civil Litigation I ABC Law I Criminal Defense I Family Law March 17, 2016 Cyrus E. Phillips

More information

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/

More information

COUNCIL OF DEFENSE AND SPACE INDUSTRY ASSOCIATIONS 1000 Wilson Boulevard Suite 1800 Arlington,VA

COUNCIL OF DEFENSE AND SPACE INDUSTRY ASSOCIATIONS 1000 Wilson Boulevard Suite 1800 Arlington,VA November 9, 2004 CODSIA CASE 07-04 Director, Defense Procurement and Acquisition Policy (DPAP) Policy Directorate Office ATTN: Mr. David Capitano 3000 Defense Pentagon, Room 3C838 Washington, DC 20301-3000

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

More information

ANC-55 FLYSHEET FOR CONTRACT HQ C-0003

ANC-55 FLYSHEET FOR CONTRACT HQ C-0003 ANC-55 FLYSHEET FOR CONTRACT HQ0006-98-C-0003 Section A Applicable to Fixed Price Orders for Non-Commercial Items Only The clauses cited in GP-1, THE BOEING COMPANY GENERAL PROVISIONS (Fixed Price Contract)

More information

RATED ORDER UNDER 16. ADMINISTERED BY CODE I. O RDERS- A S CIT ED ON EACH IN D IVIDUA L O R D E R 17a. CONTRACTOR/ CODE

RATED ORDER UNDER 16. ADMINISTERED BY CODE I. O RDERS- A S CIT ED ON EACH IN D IVIDUA L O R D E R 17a. CONTRACTOR/ CODE SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE 1 OF 14 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 & 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 14. ORDER NUMBER 5. SOLICITATION

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

Contractor Purchasing System Review (CPSR) Guidebook. October 2, 2017 DEPARTMENT OF DEFENSE (DOD) DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)

Contractor Purchasing System Review (CPSR) Guidebook. October 2, 2017 DEPARTMENT OF DEFENSE (DOD) DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) DEPARTMENT OF DEFENSE (DOD) Contractor Purchasing System Review (CPSR) Guidebook October 2, 2017 DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) This revision supersedes all previous versions. Table of Contents

More information

Administrative Policies And Procedures

Administrative Policies And Procedures Administrative Policies And Procedures Adm. Policy No: 1.08 Effective Date: April 2000 SUBJECT: SPONSOR: Purchasing of Goods and Services (Over $10,000) Corporate Contracting POLICY: PURPOSE: SCOPE: It

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE 1 OF 2 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 12/15/2017 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

More information

SUBCONTRACTOR EXPECTATIONS IN FEDERAL CONTRACTING

SUBCONTRACTOR EXPECTATIONS IN FEDERAL CONTRACTING SUBCONTRACTOR EXPECTATIONS IN FEDERAL CONTRACTING Reducing Risk & Meeting Requirements as Government Subcontractor AGENDA ointroduction othe Process oproposal Phase onegotiations ocompliance and Accountability

More information

Contractor Purchasing System Review (CPSR) Guidebook. October 25, 2016 DEPARTMENT OF DEFENSE (DOD) DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)

Contractor Purchasing System Review (CPSR) Guidebook. October 25, 2016 DEPARTMENT OF DEFENSE (DOD) DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) DEPARTMENT OF DEFENSE (DOD) Contractor Purchasing System Review (CPSR) Guidebook October 25, 2016 DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) This revision supersedes all previous versions. Table of Contents

More information

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 SECTION 01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications

More information

Section H Special Contract Requirements

Section H Special Contract Requirements Section H Special Contract Requirements 1. AGAR 452.209-70, ORGANIZATIONAL CONFLICTS OF INTEREST (FEB 1988). (a) The Contractor warrants that, to the best of the Contractor s knowledge and belief, there

More information

1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO.

1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. AWARD/CONTRACT 2. CONTRACT (Proc. Inst. Ident.) NO. HR0011-XX-C-00XX 5. ISSUED BY COD DARPA E CMO ATTN: 675 N. RANDOLPH STREET ARLINGTON VA 22203-2114 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR

More information

OASIS UNRESTRICTED CONTRACT (POOL 5B) MODIFICATION No. 01 SF 30 PAGE 2

OASIS UNRESTRICTED CONTRACT (POOL 5B) MODIFICATION No. 01 SF 30 PAGE 2 MODIFICATION No. 01 SF 30 PAGE 2 1. The NAICS Code Size Standard for Pool 5B has increased from 1,000 Employees to 1,250 Employees 2. The OASIS Management Module (OMM) has been renamed Contractor Payment

More information

Draft JEDI Cloud RFP # HQ R-0077

Draft JEDI Cloud RFP # HQ R-0077 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation (IAW FAR

More information

The ABCs of the UCF: A look at Section L and Section M

The ABCs of the UCF: A look at Section L and Section M The ABCs of the UCF: A look at Section L and Section M By: Jennifer Leotta Abstract This paper will examine the government cost analyst s role in the contract award process. Specifically, it will look

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO USE WITH TERMS T-1 FOR FIRM FIXED-PRICE SUBCONTRACTS IN SUPPORT OF B-2 FAST II IDIQ PROGRAM Prime Contract FA8616-14-D-6060 All of the additional terms

More information