Combine Solicitation - Janitorial Services - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
February 28, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – Janitorial Services

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 25-FEB-14

Office Address: Department of Agriculture; Agricultural Research Service; South Atlantic Area

Subject: Janitorial Services

Classification Code: S - Utilities and housekeeping services

Solicitation Number: RFQ-14-4389-01

Contact: Thomas D. Maze, Purchasing Agent, Phone 229-386-3496, Fax 229-386-7225, Email [email protected]

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: Department of Agriculture

Agricultural Research Service

South Atlantic Area

INSTRUCTIONAL COVER SHEET

ISSUING OFFICE:

U. S. DEPARTMENT OF AGRICULTURE

AGRICULTURAL RESEARCH SERVICE

SOUTH ATLANTIC AREA

2316 Rainwater Road.

Tifton.GA 31794

SOLICITATION NUMBER: RFQ-144389-01

QUOTATIONS ARE SOLICITED FOR: JANITORIAL SERVICES

USDA, ARS SAA Byron, GA 31008

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 Jeff O'Neal 478-262-1283 to schedule your site visit

Write the solicitation number on the outside of your envelope (Example: RFQ-14-4389-01)

Return to: USDA ARS SAA Attn: Tom Maze 2316 Rainwater Road Tifton,Ga 31794

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: $25,000 - $100,000 Service Wage Rates will apply.

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. 02/25/2014

RFQ-14389-01

5a. ISSUED BY

USDA-ARS-SAA Contracting. 2316 RainwaterRoad. Tifton. GA 31794

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

Tom Maze

a NAME

c. STREET ADDRESS

deity

e. STATE

8. TO:

b. COMPANY

b. STREET ADDRESS

21 Dunbar Road

c. City

Byron, GA 31008

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.

! 03/27/2014 ITEM NO. (a) !

!

! 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 Byron, GA 31008 Per Statement of Work plus Diagram-attached w/ Option to Extend the Term of the Contract

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: Tom Maze

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) &pound;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 USDA/ARSOOO/AEB.

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

21 Dunbar Road

Byron, GA 31008

The U.S. Department of Agriculture, Agricultural Research Service is soliciting a quotation to provide janitorial service at their facility in Byron , GA.

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 7:30 a.m. to 5:00 p.m. while perfomiing routine cleaning duties. Arrangements must be made with the COR for afterhours access to strip and wax the floors on a quarterly basis.

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 $16.5 million. Please be sure your company is registered I SAM under this NAICS code and does not exceed the Small Business size standard for this type of requirement.

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 USDA-ARS Fruit and Tree Nut Research Laboratory, Byron, Georgia. Services are primarily associated with periodic cleaning for restrooms and hallways

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 Main Laboratory Building. Restroom cleaning services will be provided in the Head House and the Farm Center Office Buildings.

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 8 a.m. until 4:30 p.m.

Building #1: Main Laboratory Building

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) Stock Restroom Supplies. - Contractor shall ensure restrooms are stocked sufficiently so that supplies including soap for the soap dispensers and paper products do not run out.

* 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

Small Conference Room: Weekly

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) Stock Restroom Supplies. - Contractor shall ensure restrooms are stocked sufficiently so that supplies including soap for the soap dispensers and paper products do not run out.

* 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) Stock Restroom Supplies. - Contractor shall ensure restrooms are stocked sufficiently so that supplies including soap for the soap dispensers and paper products do not run out.

* 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) Stock Restroom Supplies. - Contractor shall ensure restrooms are stocked sufficiently so that supplies including soap for the soap dispensers and paper products do not run out.

* 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)

Non-Restroom Zone: Weekly

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 USDA is mandated by legislation and executive order to purchase products that are good for the environment. Below are minimum requirements for paper products, industrial wipes, and trash liners that must be used by Contractors in a USDA service contract. The successful Contractor will be required to meet or exceed the below listed mandatory environmental-prefer ability criteria. The offered products must meet requirements as stated below:

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)

http://www.biopreferred.gov/

The BioPreferred program's Postal Service Mailing address

is: USDA's BioPreferred program Reporters Building

300 Seventh Street, SW Suite 361 Washington, DC 20024

LIABILITY INSURANCE CERTIFICATE INFORMATION

52.247-21 Contractor Liability for Personal Injury and/or Property Damage (Apr 1984)

* (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 $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See FAR 28.305(c) for treatment of contracts subject to the Defense Base Act.)

* (b) General liability.

* (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.

* (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 the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.

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 Clauses Incorporated by References (FEB 199 8). This contract incorporates one or more clauses by reference, with me same force and effect as if they were given in full text Upon request, the Contracting Officer will make their full text available. Also, me full text of a clause may be accessed electronically at mis address: http://www.arnct.gOv/:far/

Federal Acquisition Regulation (48 CFR Chapter 1) Clauses Agriculture Acquisition Regulation (48 CFR Chapter 4) Clauses

GENERAL The following terms and conditions apply to all purchase orders (unless otherwise indicted): 52204-7 Central Contractor Registration (July 2006) 52.246-1 Contractor Inspection Requirements (APR 1984)

Additional clauses that apply as indicated:

52.213-2 Invoices (APR 1984) (Applicable when advance payments are authorized for subscriptions and publications.) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (Applicable to contracts exceeding $10,000.) 52222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible

Veterans (Dec 2001) (Applicable to orders exceeding $25,000) 52222-36 Affirmative Action Jor Workers with Disabilities (June 1998) (Applicable to orders over $10,000) 52222-37 Employment Reports on Special Disablied Veterans, Veterans of the Vietnam Era and Other Eligible

Veterans (Dec.2001) (Applicable to orders over $25,000) 52223-6 Drag-Free Workplace (JAN 1997) (Applicable to orders with individuals) 52227-19 Commercial Computer Software-Restricted Rights (TUN 1987) (Applicable to orders for commercial

software) 52232-23 Assignment of Claims (JAN 1986) (Applicable to orders over $200; $2,000 for construction.) 52245-4 Government-Furnished Property (Short Form) (APR 1984) (If the Government provides property to the

Contractor) 452.211-70 Brand Name or Equal (NOV 1996) (Jf "brand name or equal" is referenced in the specifications) 452.237-75 Restrictions Against Disclosure (FEB 1988) (Applicable if contract involves work with sensitive or

confidential information) 452246-70 Inspection and Acceptance (FEB 1988) (If the inspection or acceptance occurs at location other man

destination, the clause with its Alternate 1, February 1988, applies)

EQUIPMENT AND SUPPLIES. Additional clauses applicable to the purchase of equipment and supplies:

52343-1 Changes-Fixed Price (AUG 1987)

52347-35 F.OJB. Destination within Consignee's Premises (APR 1984) (Applicable if "Inside Delivery" is specified)

SERVICES. Additional terms and conditions applicable to purchase orders for services: 52222*42 Statement of Equivalent Federal Wage Rates (MAY 1989) (Applicable over $2,500.) 52222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment (MAY 1989) (Over $2500) 52343-1 Changes - Fixed Priced (AUG 1987) Alternate I (APR 1984) (If no supplies are to be furnished.) 52343-1 Changes -Fixed Priced (AUG 1987) Alternate H (APR 1984) (Jf supplies are to be furnished.)

PERSONAL SERVICES. Additional terms and conditions applicable to purchase orders for personal

services:

52232-3 Payments Under Personal Services Contracts (APR 1984)

52249-12 Termination - Personal Services 0

CONSTRUCTION. Additional terms and conditions applicable to purchase orders for construction:

52211-18 Variation in Estimated Quantity (APR 1984) (Not applicable to lump sum or design quantities.)

52.222-6 Davis Bacon Act (FEB 1995) (Over $2,000)

52222-7 Withholding of Funds (FEB 1988) (Over $2,000)

52222-8 Payrolls & Basic Records (FEB 1988) (Over $2,000)

5 777-9 Apprentices & Trainees (FEB 1988) (Over $2,000)

52222-10 Compliance with Copeland Act Requirements (FEB 1988) (Over $2,000)

57 777-11 Subcontracts (Labor Standards) (FEB 1988) (Over $2,000)

52222-12 Contract Termmation-Debarment (FEB 1988) (Over $2,000)

52222-13 Compliance with Davis-Bacon & Related Act Regulations (FEB 1988) (Over $2,000)

57,777-14 Disputes Concerning Labor Standards (FEB 1988) (Over $2,000)

57 777-15 Certification of Eligibility (FEB 1998) (Over $2,000)

57.777.-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for .

Construction (FEB 1999) (Over $10,000)

57 777-27 Affirmative Action Compliance Requirements for Construction (FEB 1999) (Over $10,000)

52225-9 Buy American Act - Balance of Payments Program - Construction Materials (FEB 2000)

52232-5 . Payments under Fired - Price Construction Contracts (MAY 1997)

52232-27 Prompt Payment for Construction Contracts (TUN 1997)

52236-2 Differing Site Conditions (APR 1984)

52236-3 Site Investigation & Conditions Affecting the Work (APR 1984)

52236-5 Material & Workmanship (APR 1984)

52236-6 Superintendence by the Contractor (APR 1984)

52236-7 Permits & Responsibilities (NOV 1991)

52236-8 Other Contracts (APR 1984)

52236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, & Improvements (APR 1984)

52236-10 Operations and Storage Areas (APR 1984)

52236-11 Use and Possession Prior to Completion (APR 1984)

52236-12 Clean Up (APR 1984)

52236-13 Accident Prevention (NOV 1991)

52236-14 Availability and Use of Utility Services (APR 1984) (If Government provides utilities)&lt;/p>

52236-15 Schedules for Construction Contracts (APR 1984) (If contract term exceeds 30 days)

52236-17 Layout of Work (APR 1984) (If site verification and work layout is required)

52236-21 Specifications & Drawings for Construction (FEB 1997) Alternate I (APR 1984)

52242-14 Suspension of Work (APR 1984)

52243-5 Changes and Changed Conditions (APR 1984)

51246-1 Contractor Inspection Requirements

52246-12 Inspection of Construction (AUG 1996)

52249-1 Termination of Convenience of the Government (Fixed-Price) (Short Form) (APR 1984)

52249-10 Defanlt(Fixed-Price Construction) (APR 1984)

452232-1 Reimbursement for Bond Premiums - Fixed-Price Construction Contracts (NOV 1996)

452236-71 Prohibition Against the Use of Lead-based Paint (NOV 1996)

452236-72 Use of Premises (NOV 1996)

452236-73 Archaeological or Historic Sites (FEB 1988)

452236-74 Control of Erosion Sedimentation and Pollution (NOV 1996)

452236-75 Maximum Workweek - Construction Schedule (NOV 1996)

452236-76 Samples and Certificates (FEB 1988)

Link/URL: https://www.fbo.gov/notices/cd549b6bca3f61579c5015264e848158

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  5131

Older

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 News

Annuity 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 News

Health/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 News

Life 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

- Presented By -

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Why Blend in When You Can Make a Splash?
Pacific Life’s registered index-linked annuity offers what many love about RILAs—plus more!

Life moves fast. Your BGA should, too.
Stay ahead with Modern Life's AI-powered tech and expert support.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Discipline Over Headline Rates
Discover a disciplined strategy built for consistency, transparency, and long-term value.

Inside the Evolution of Index-Linked Investing
Hear from top issuers and allocators driving growth in index-linked solutions.

Press Releases

  • Sequent Planning Recognized on USA TODAY’s Best Financial Advisory Firms 2026 List
  • Highland Capital Brokerage Acquires Premier Financial, Inc.
  • ePIC Services Company Joins wealth.com on Featured Panel at PEAK Brokerage Services’ SPARK! Event, Signaling a Shift in How Advisors Deliver Estate and Legacy Planning
  • Hexure Offers Real-Time Case Status Visibility and Enhanced Post-Issue Servicing in FireLight Through Expanded DTCC Partnership
  • RFP #T01325
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet