Combine Solicitation – Janitorial Services
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Janitorial Services
Classification Code: S - Utilities and housekeeping services
Solicitation Number: RFQ-14-4389-01
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 21 Dunbar RoadByron, GA
Place of Performance (zipcode): 31008
Place of Performance Country: US
Description:
South Atlantic Area
INSTRUCTIONAL COVER SHEET
ISSUING OFFICE:
U. S. DEPARTMENT OF AGRICULTURE
SOUTH ATLANTIC AREA
Tifton.GA 31794
SOLICITATION NUMBER: RFQ-144389-01
QUOTATIONS ARE SOLICITED FOR: JANITORIAL SERVICES
IMPORTANT - NOTICE TO OFFEROR:
AT A MINIMUM. OFFEROR SHALL SUBMIT THE FOLLOWING DOCUMENTS WITH THEIR RESPONSE TO THIS SOLICITATION:
* 1. SF18 - Request for Quotation (Complete, date and sign)
* 2. Past performance information (to include recent Gov't Contract and relevant contracts for the same or similar projects including contract numbers, points of contact with telephone numbers and other relevant information)
* 3. A Walk-Thru is HIGHLY recommended for this acquisition but is not mandatory. Please contact
Write the solicitation number on the outside of your envelope (Example: RFQ-14-4389-01)
Return to: USDA ARS SAA Attn:
or for Overnight mail: Same Address
Facsimile or electronic quotations will be accepted. Fax: (229)386-7225 or Email: [email protected]
If you email, please call to confirm.. .(229)386-3496
Magnitude of Job:
Contract Time: On your proposal provide total number of days after award is made to complete the project.
Period of Acceptance of Offers: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotations.
Payments by Electronic Funds Transfer: Payment under this contract will be made by Electronic Funds Transfer.
Central Contractor Registration: Before award can be made, your company must be registered in the System for Award Management (SAM) at http://WWW.SAM.GOV [WWW.SAM.GOV] and must have completed On-line Representations and Certifications electronically at http://sam.gov. Registration is Free. Registration help is 1-866-606-8220. Please include your DUNS number on vour proposal for verification. If your company is not registered, piease register at the time you submit your quotation. There is no charge for this registration.
Information on how to register is included in this package.
Failure to complete SAM and registrations within 7 days of due date of quotations may result in vour company being deemed non-responsive to this solicitation.
Please include your DUNS No.:____________________ and Federal Tax ID No.:
Note: This RFQ includes Option to Extend the Term of Contract- Additional Clauses: Attachment 1
Contract Clauses Applicable to BioBased Products
EVALUATION OF QUOTES
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, space utilization, time frames and other factors considered. The Government will use contractors who have a track record of successful past performance or who demonstrate a current superior ability to perform. As price and price-related factors between quoters become closer, these evaluation factors will carry a greater weight. The following factors shall be used to evaluate offers.
Price
Past Performance
! THIS IS A SMALL BUSINESS SET-ASIDE 3. REQUISITION/PURCHASE REQUEST NO. !
!
! OF !
!
! OTHERU (See Schedule) !
!
REQUEST FOR QUOTATION
(THIS IS NOT AN
ORDER) 2. DATE ISSUED
1.REQUESTNO.
RFQ-14389-01
5a. ISSUED BY
5b. FOR INFORMATION CALL (NO COLLECT CALLS)
TELEPHONE NUMBER NAME
AREA CODE NUMBER
229 386-34%
PAGE
4.CERT.FORNAT.DEF. UNDERBDSAREG.2 fc-AND/ORDMSREG.1
RATING
* 6. DELIVER BY (Dale)
* 7.DELIVERY JVI FOB DESTINATION
9. DESTINATION a. NAME OF CONSIGNEE
USDA-ARS-SAA
PAGES
a NAME
c. STREET ADDRESS
deity
e. STATE
8. TO:
b. COMPANY
b. STREET ADDRESS
c. City
f. ZIP CODE
! dST/JTE 10. PLEASE FURNISH QUOTATIONS GA TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Data) !
!
IMPORTANT: This Is a request for information, and quotations fumlshed are not offers. If you are unable to rekjaseso
! toptestfc must !
!
quote, Indicate on this form and return It to the address In Block 5a. This request does not commit the Government to pay Incurred In the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of origin unless otherwise Indicated by quoter. Any representations and/or certifications attached to this Request for Quotations be completed by the quoter.
!
!
! QUANTITY (c) !
!
! UNIT PRICE (e) !
!
! UNIT («0 !
!
11. SCHEDULE (Include applicable Federal, State and local taxes)
! DftfS !
!
! AMOUNT (0 d. CMaOAR !
!
SUPPLIES /SERVICES (b)
! PERCENTAGE !
!
MO
JANITORIAL SERVICES - USDA ARS
Period of Performance -12 mos - BASE w/ 2 Option Yr
1st Option Year 2nd Option Year
ADDITIONAL CLAUSES - ATTACHMENT 1
Clause 52.217-9 Option to Extend the Term of the
Contract; 17.208 (g) Includes in Full Text
Applicable NAICS Code: 561720
Service Wage Rate Will Apply
Terms and Conditions Incorporated By Reference
NOTE:
! c. 30 CMQCfiR EMS (%) !
!
! NUMBER !
!
Fasimile Quotation Accepted: Fax - (229)386-7225
Attn:
Email Accepted: [email protected]______
a. 10 CAIEtEAR EftXS (%) b- 2degree(s) CMENSR DME (%)
12. DISCOUNT FOR PROMPT PAYMENT A>NOTE: Additional provisions and representations Q are Q are not attached.
! ATION !
!
! 15. DATE OF QU ST !
!
! TELEPHONE !
!
! e. STATE f. ZIP CODE j !
!
! B-<5) £J.2 !
!
! 5-1(3) !
!
13. NAME AND ADDRESS OF QUOTER
a. NAME OF QUOTER
b. STREET ADDRESS
c. COUNTY
d.CITY |
AUTHORIZED FOR LOCAL REPRODUCTION
Previous edition not usable
Thsfcrm was etectroriciy produced by
14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION
16. SIGNER
! b. AREA CODE !
!
a. NAME (Type or print)
! NUMBER !
!
c. TITLE (Type or print)
STANDARD FORM 18 (Rev. Prescribed by GSA - FAR (48 CFR)
Cleaning Service for
USDA,ARS,SEFTNRL
The
The contractor should be able to meet on a quarterly basis with the COR to review the performance of duties as outlined in the specifications. The contractor will have a supervisor on the premises during any time that the contractor's employees are perfomiing cleaning services. Tasks which impact laboratory/office personnel, such as mopping and vacuuming floors, shall be performed according to a written schedule. The contractor must provide this schedule to the COR at least one week prior to the beginning of the schedule to allow lab/office personnel to arrange their schedules accordingly. The contractor should rely on direction issued by the COR only. Concerns, problems, or questions expressed by the contractor's employees should be. relayed by the contractor designated supervisor to the COR. All employees of the contractor are required to wear identification badges while on Government premises.
The government shall not be held liable for any injuries sustained in the performance of the outlined duties. The contractor is responsible for workmen's compensation insurance for each of his employees.
Contractor employees shall work during nonnal business hours which are Monday through Friday
The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 Janitorial Services, for a 100% small business set-aside. The Small business size standard for this NAICS code is
1
STATEMENT OF WORK
PERIOD OF PERFORMANCE
The period of performance for this requirement shall be for 12 months beginning from the date of award.
SERVICES REQUIRED
This contract is for certain defined janitorial services at the
Janitorial Services as described below are to be performed under this Janitorial contract. Areas and surfaces shall receive the cleaning, care and treatment specified for each at the required frequency designated below. The janitorial services shall be performed in such a manner that there will be minimal interruptions to or interfere with the normal operation of Government business on the premises. Janitorial Services described are to be provided to portions of three (3) buildings. The bulk of the work will be in the
SERVICES
The following services shall be provided every Monday and/or Tuesday for all 3 buildings, with services being allowable to extend into Wednesdays where there are federal holidays on Monday. All services are to be provided during normal hours of operation, which is from
Building #1:
Trash Removal: Weekly
* 1) Empty and disinfect waste receptacles and replace liners when necessary Spot clean inside and outside of waste receptacles
* 2) Refuse collected shall be stored in plastic bags and removed from the building and placed in furnished dumpsters located in the facility parking lot.
[There are about 38 trash cam (5 gal size, plus 1-2 25 gal size)]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Water Fountains: Weekly
1) Clean and disinfect polished metal surfaces, including the orifices and drain, as well as exterior surfaces of fountain. Drinking fountains shall be free of streaks, stains, spots, smudges, scale, and other obvious soil. [There are 4 water fountains]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Carpeted Hallway Floors: Weekly
* 1) Carpeted areas within the 'Administrative' portion of the building (i.e., lobby, carpeted hallways) shall be vacuumed to remove all visible dirt, debris, litter and other foreign matter.
* 2) Any spots shall be removed by carpet manufacturer's approved methods as soon as noticed.
[This carpet zone is about 720 square feet]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual Services- every 180 days (Every 6 months)
* 1) All carpeted areas designated as described above (i.e., about 720 square feet) shall be cleaned on a semi-annual basis, with there being 3 cleanings the lsl year (i.e., initial cleaning at start of the contract, then after 5-6 months and then again after 11 months). The carpet shall be cleaned using a self-contained pitiable carpet extractor and environmentally safe carpet extraction solutions. Other cleaning procedures must be submitted to the government site representative for approval
* 2) The contractor shall summit a carpet cleaning schedule to the government site representative for approval before the cleaning process can be started
Vinyl Tile and Concrete Hallway and Stairwell Floors:
Weekly
1) Tile and finished concrete and interior stairwells shall be swept or dust mopped and wet
mopped, to ensure they have a uniform, glossy appearance and freedom from dirt, debris, dust, and other foreign matter. Best effort will be given to spot clean scuff marks, heel marks, other stains and discoloration. No tile or finished concrete is to be cleaned or serviced in the individual laboratories or offices.
2) Baseboards, corners, and wall/floor edges along the hallways and stairwells shall also be clean. All floor maintenance solutions shall be removed from baseboards. Chairs, trash receptacles, recycling bins, tables, and other moveable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their original and proper position.
[This tile/concrete zone is about 3,684 square fee t]
Monthly (nothing additional) Quarterly (nothing additional)
1) Vinyl Floors as described above (in hallways, stairwells) are to be stripped, scrubbed,
sealed, and waxed to provide a uniform glossy appearance. A non-skid wax is required.
A uniform glossy appearance is free of scuff marks, heel marks, wax build-up, and other
stains and discoloration. This cleaning an waxing is to be completed at the beginning of
the contract and repeated at the 3 month intervals thereafter.
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Main Bldg Restrooms: Weekly
* 1) Clean and disinfect surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, and plumbing fixtures using a germicidal detergent. After cleaning, receptacles will be free of deposits, dirt, streaks, and odors.
* 2) Sweep and mop floor weekly. After sweeping and mopping, the entire floor surface, including grout, shall be free from litter, dirt, dust and debris. Grout on wall and floor tiles shall be free of
dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, bubbles, swirl marks, detergent residue, or any evidence of soil, stain, film or standing water.
* 3) Disinfect surfaces of partitions, stalls, stall doors, entry doors, (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets.
* 4) Disinfect floors, walls and fixtures.
* 5)
* 6) Empty trash receptacles
[There are 10 toilets, 5 urinals; ceramic tile floor area is about 500 square feet there are 9 mirrors and 8 soap dispensers; 4 'Bobrick' paper towel dispensers (Multifold), 10 toilet paper dispensers, 4 liquid soap dispensers. This building is occupied by about 11 males and 9 female employees, with about 200 visitors per month].
Monthly Quarterly
* 1) Strip and reseal in accordance with manufacturers recommendations. These floors are located in the 4 restrooms.
* 2) Beginning with initiation of the contract
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Lobby: Weekly
* 1) Vacuuming the carpet as noted above
* 2) Dust and polish 5 tables, 3 chairs with wood arm rests, and 1 couch with wood armrest.
* 3) Remove debris from aluminum frames around 5 windows and 2 doors and remove spider webs and dust from window edging and around baseboards and ceiling.
* 4) Door entrance to lobby (2) shall be cleaned (i.e., glass panels) on the inside to remove fingerprints and smudges.
[There are 7 glass panels, amounting to about 150 square feet]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months)
1) All carpeted areas designated as described above shall be cleaned on a semi-annual basis,
with there being 3 cleanings the lsl year (i.e., initial cleaning at start of the contract). The carpet shall be cleaned using a self-contained pitiable carpet extractor and environmentally safe carpet extraction solutions. Other cleaning procedures must be submitted to the government site representative for approval
2) The contractor shall summit a carpet cleaning schedule to the government site representative for approval before the cleaning process can be started
1) Dust and clean 1 large conference table, 1 chest, 2 small lamp tables, and wood armrest of 4 chairs,
and also polish as necessary. Monthly (nothing additional) Quarterly (nothing additional) Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Auditorium Restrooms: Weekly
* 1) Clean and disinfect surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, and plumbing fixtures using a germicidal detergent. After cleaning, receptacles will be free of deposits, dirt, streaks, and odors.
* 2) Vacuum floor weekly. After sweeping and mopping, the entire floor surface, including grout, shall be free from litter, dirt, dust and debris.
* 3) Disinfect surfaces of partitions, stalls, stall doors, entry doors, (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets.
* 4) Disinfect floors, walls and fixtures.
* 5)
* 6) Empty trash receptacles
[There are 2 toilets, 1 uninal, 2 1.5x2 ft mirrors, and 1 large 4x6 mirror, 2 toilet paper dispensers, paper towels dispenser (multifold)]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Building #2; Head House Restrooms:
Weekly
* 1) Clean and disinfect surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, and plumbing fixtures using a germicidal detergent. After cleaning, receptacles will be free of deposits, dirt, streaks, and odors.
* 2) After sweeping and mopping floors, the entire floor surface, including grout, shall be free from litter, dirt, dust and debris. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film or standing water. Disinfect surfaces of partitions, stalls, stall doors, entry doors, (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets. Sweep, wet mop, disinfect and clean floors, walls and fixtures.
* 3)
* 4) Trash receptacles4 - Empty all trash receptacles.
* 5) Mirrors. - Wash mirrors.
[There are 2 toilets, 1 urinals; floor area is 100 square feet; there are 2 mirrors and 2 liquid soap dispensers. Restrooms are used by about 5 male and 5 female employees. The floor area of the 2 restroom sum to about 80 square feet. ]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Building #3: Farm Center Restroom Restroom:
Weekly
* 1) Clean and disinfect surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, and plumbing fixtures using a germicidal detergent. After cleaning, receptacles will be free of deposits, dirt, streaks, and odors.
* 2) After sweeping and mopping, the entire concrete floor surface; surface shall be free from litter, dirt, dust and debris. Walls and floor shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film or standing water. Disinfect surfaces of partitions, stalls, stall doors, entry doors, (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets.
* 3)
* 4) Trash receptacles - Empty all trash receptacles.
* 5) Mirrors. - Wash mirrors.
[There are 2 toilets, 2 urinals; floor area is about 100 square feet; there are 2 mirrors and 2 sinks with soap dispensers; 2 toilet dispensers, 1 paper towel dispenser.]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
1) Sweep and wet mop concrete floor surfaces for 4 additional rooms
[Concrete floor surface area is about 600 square feet]
Monthly (nothing additional)
Quarterly (nothing additional)
Semi-annual services- every 180 days (Every 6 months) (nothing additional)
Quality Assurance For All Four Buildings
The contractor or the contractor's management representative shall participate in a scheduled quietly facility visit to meet with the government site representative to discuss/resolve contract issues and/or concerns. The government site representative and the Contractor shall mutually agree upon regularly scheduled date and time.
At time of quarterly y meeting, contractor and government site representative shall conduct a joint material survey of serviced spaces to maintain effective communications and quality of service provided.
The Contractor shall take corrective action within a negotiated reasonable time after notification of non- conformities with this statement of work.
SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES
The Contractor shall furnish 'all needed materials/supplies', including vacuum bags, wax, wax remover, polishes, cleaning cloths, mops and equipment necessary for the performance of work under this contract
The Contractor shall also supply all janitorial consumables including, but not limited to the following:
* 1) Plastic trash can liners of various and correct sizes
* 2) Two ply toilet tissue
* 3) Paper hand towels of the correct sizes
* 4) Soap for dispensers
* 5) Toilet seat liners
GREEN CLEANING
The
a. Disposable paper products: The disposable paper products must contain at least 100% recovered materials and 30% post-consumer product and manufactured without the additional use of elemental chlorine or chlorine compounds.
b. Plastic trash bags: Plastic trash bags and other liners with a minimum of 30% post- consumer recycled content.
c. General purpose industrial wipes: The general purpose industrial wipes must contain at least 100% recovered materials and 40% post-consumer content.
d. Cleaning Fluids: Cleaning products shall have highest percentage of bio based products practicable. The cleaning fluids must be in accordance with Colorado Code of Regulations low VOC cleaning products OR Green Seal Standard GS-37 approved.
For general information on the BioPreferred program, contact BioPreferred(5).dm. http://usda.gov [usda.gov]
For specific information on product category designations, the web-based BioPreferred catalog, or the "USDA Certified Biobased" label, contact: mailto:[email protected] [[email protected] ]Phone: 1-877-251-6522
BioPreferred(R)
The BioPreferred program's Postal Service Mailing address
is:
300 Seventh Street, SW Suite 361
LIABILITY INSURANCE CERTIFICATE INFORMATION
52.247-21 Contractor Liability for Personal Injury and/or Property Damage (
* (a) The Contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the Contractor's vehicles or other equipment by, or the action of, the Contractor or the Contractor's employees and agents.
* (b) The Contractor, at the Contractor's expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the Contractor against all claims for injury or damage.
* (c) The Contractor shall maintain Workers' Compensation and other legally required insurance with respect to the Contractor's own employees and agents.
* (d) The Government shall in no event be liable or responsible for damage or injury to any person or property occasioned through the use, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or the Contractor's employees and agents in performing under this contract, and the Government shall be indemnified and saved harmless against claims for damage or injury in such cases.
(End of clause)
In accorcance with FAR 28.307-2 Liability:
* (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least
* (b) General liability.
* (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least
* (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.
(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in
PURCHASE ORDER TERMS AND CONDITIONS
The following clauses are applicable to mis acquisition as shown below. (NOTE: The next two sentences apply only if mis list of purchase order terms and conditions is included as part of a request for quotation.) If any of the classes are superseded or modified as a result of a change to the regulations, such change wifl be shown in me text ofme purchase order when it is issued. Otherwise me clause text shaM be as it appears mm The source
of these clauses is me Federal Acquisition Regulation (indicated by 523XX classes) and the Agriculture Acquisition Regulation (indicated by 4523XX clauses). Applicability of clauses only -under certain circumstances will be shown in parentheses after the title. In the event one of the classes identified below is in conflict with a clause referenced in clause 52.213-4, the clause identified below shall take precedence.
52.252-2
Federal Acquisition Regulation (48
GENERAL The following terms and conditions apply to all purchase orders (unless otherwise indicted): 52204-7 Central Contractor Registration (
Additional clauses that apply as indicated:
52.213-2 Invoices (
Veterans (
Veterans (Dec.2001) (Applicable to orders over
software) 52232-23 Assignment of Claims (
Contractor) 452.211-70 Brand Name or Equal (
confidential information) 452246-70 Inspection and Acceptance (
destination, the clause with its Alternate 1,
EQUIPMENT AND SUPPLIES. Additional clauses applicable to the purchase of equipment and supplies:
52343-1 Changes-Fixed Price (
52347-35 F.OJB. Destination within Consignee's Premises (
SERVICES. Additional terms and conditions applicable to purchase orders for services: 52222*42 Statement of Equivalent Federal Wage Rates (
PERSONAL SERVICES. Additional terms and conditions applicable to purchase orders for personal
services:
52232-3 Payments Under Personal Services Contracts (
52249-12 Termination - Personal Services 0
CONSTRUCTION. Additional terms and conditions applicable to purchase orders for construction:
52211-18 Variation in Estimated Quantity (
52.222-6 Davis Bacon Act (
52222-7 Withholding of Funds (
52222-8 Payrolls & Basic Records (
5 777-9 Apprentices & Trainees (
52222-10 Compliance with Copeland Act Requirements (
57 777-11 Subcontracts (Labor Standards) (
52222-12 Contract Termmation-Debarment (
52222-13 Compliance with Davis-Bacon & Related Act Regulations (
57,777-14 Disputes Concerning Labor Standards (
57 777-15 Certification of Eligibility (
57.777.-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for .
Construction (
57 777-27 Affirmative Action Compliance Requirements for Construction (
52225-9 Buy American Act - Balance of Payments Program -
52232-5 . Payments under Fired - Price Construction Contracts (
52232-27 Prompt Payment for Construction Contracts (TUN 1997)
52236-2 Differing Site Conditions (
52236-3 Site Investigation & Conditions Affecting the Work (
52236-5 Material & Workmanship (
52236-6 Superintendence by the Contractor (
52236-7 Permits & Responsibilities (
52236-8 Other Contracts (
52236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, & Improvements (
52236-10 Operations and Storage Areas (
52236-11 Use and Possession Prior to Completion (
52236-12 Clean Up (
52236-13 Accident Prevention (
52236-14 Availability and Use of Utility Services (
52236-15 Schedules for Construction Contracts (
52236-17 Layout of Work (
52236-21 Specifications & Drawings for Construction (
52242-14 Suspension of Work (
52243-5 Changes and Changed Conditions (
51246-1 Contractor Inspection Requirements
52246-12 Inspection of Construction (
52249-1 Termination of Convenience of the Government (Fixed-Price) (Short Form) (
52249-10 Defanlt(
452232-1 Reimbursement for Bond Premiums - Fixed-Price Construction Contracts (
452236-71 Prohibition Against the Use of Lead-based Paint (
452236-72 Use of Premises (
452236-73 Archaeological or Historic Sites (
452236-74 Control of Erosion Sedimentation and Pollution (
452236-75 Maximum Workweek - Construction Schedule (
452236-76 Samples and Certificates (
Link/URL: https://www.fbo.gov/notices/cd549b6bca3f61579c5015264e848158
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 5131 |



Combine Solicitation – R– New MBO for Education-Worforce Dev Consultant in multiple countries
Advisor News
- Midlife planning for women: why it matters and how advisors should adapt
- Tax anxiety is real, although few have a plan to address it
- Trump targets ‘retirement gap’ with new executive order
- Younger investors are engaged and advisors must adapt
- Plugging the hidden budget leaks of retirement
More Advisor NewsAnnuity News
- Transamerica introduces new RILA with optional income features
- Transamerica introduces RILA with optional income features
- American Life expands into Wyoming and Mississippi markets
- Knighthead Life Enters U.S. Fixed Indexed Annuity Market
- The case for DTC/agent hybridization
More Annuity NewsHealth/Employee Benefits News
- Four-part Medicare education series planned at Viroqua library
- Florida state employee health insurance premiums frozen for 2026-27
- Health insurer settles $5M ‘deceptive marketing’ lawsuit with Mass. AG
- Why are rates going up?
- REPUBLICANS DID THAT: Millions of Americans Drop ACA Coverage After GOP Allowed Tax Credits to Expire
More Health/Employee Benefits NewsLife Insurance News
- The next step for AI in insurance — partnerships to scale
- Your clients are sitting on underused assets
- National Life Group Names Jason Doiron CEO of NLG Capital to Lead the Next Phase of Growth
- Life insurance sales surge 7% in 2025, but the work isn’t over
- The case for DTC/agent hybridization
More Life Insurance News