Common use of FFP Clause in Contracts

FFP. As applicable, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of the SOW FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot OPTION Non-Complex FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot OPTION Non-Complex CDRLs Period 4 (Lot 2) FFP As applicable, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot OPTION Travel Period 4 (Lot 2) FFP Estimated: $789,226 Reimbursed per Section C of the SOW FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

AutoNDA by SimpleDocs

FFP. As applicableThe Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Contractor Full-Time Equivalent Reporting. The contractor shall meet report all contractor labor hours required for performance of services provided under this contract IAW PWS Annex G-012. The reporting period is the requirements outlined in Government Fiscal Year (1 October to 30 September) and data shall be reported by 31 October annually. THE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the contract data requirements lists (CDRLs) provided as Exhibits A, B, report creation and C. See Note A. Not Separately Priced (NSP) submission. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot 4002 Months OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the SOW requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 4009 Months OPTION Non-Complex Entomology Services FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) pest control services IAW PWS Annex O-011 FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 4010 Months OPTION Non-Complex CDRLs Period 4 (Lot 2) Grounds Maintenance FFP As applicableThe Contractor shall provide all personnel, the contractor shall meet services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements outlined in the contract data requirements lists for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (CDRLsper acre per year) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for semi-improved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 4011 Months OPTION Travel Period 4 Parts, Matériel, and Svcs (Lot 2Work Tasks) FFP Estimated: $789,226 Reimbursed per Section C of the SOW COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,458,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $538,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $796,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $319,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,700 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. As applicableThe Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Contractor Full-Time Equivalent Reporting. The contractor shall meet report all contractor labor hours required for performance of services provided under this contract IAW PWS Annex G-012. The reporting period is the requirements outlined in Government Fiscal Year (1 October to 30 September) and data shall be reported by 31 October annually. THE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the contract data requirements lists (CDRLs) provided as Exhibits A, B, report creation and C. See Note A. Not Separately Priced (NSP) submission. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot 2002 Months OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the SOW requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 2009 Months OPTION Non-Complex Entomology Services FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) pest control services IAW PWS Annex O-011 FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 2010 Months OPTION Non-Complex CDRLs Period 4 (Lot 2) Grounds Maintenance FFP As applicableThe Contractor shall provide all personnel, the contractor shall meet services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements outlined in the contract data requirements lists for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (CDRLsper acre per year) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for semi-improved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 2011 Months OPTION Travel Period 4 Parts, Matériel, and Svcs (Lot 2Work Tasks) FFP Estimated: $789,226 Reimbursed per Section C of the SOW COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,327,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $522,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $772,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $309,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,300 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. As applicable, Subcontractor Firm-Fixed-Price tasks in accordance with the contractor shall meet Statement of Work in Section C. Estimated Cost is a Not-To-Exceed (NTE) Amount. ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3002AA 1 Lot AMOUNT OPTION DAS-SUB-KTR COST-OptionYr.3-HOLDING SLIN FFP Subcontractor Firm-Fixed-Price tasks in accordance with the requirements outlined Statement of Work in the contract data requirements lists Section C. Estimated Cost is a Not-To-Exceed Amount. (CDRLsEstimated) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) NTE amount: $888,053.24. FOB: Destination PSC CD: J999 NET AMT R425 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 3003 OPTION Materials-Option Yr. 3 COST Consumable Materials and Materials IAW the Master Material List (MML), J-4: Attachment 4 (MML also known as (aka) Bill of Materials or BOM), in Section J, required for task performance. Ordering procedure IAW the SOW and Clause C- 217-H001 PROVISIONED ITEMS ORDERS--BASIC in Section C. Estimated Cost is Not-To-Exceed (NTE) Amount. ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3003AA 1 Lot AMOUNT OPTION Travel Period 3 ODC-Materials-Option Yr. 3-HOLDING SLIN COST Consumable Materials and Materials IAW the Master Material List (Lot 2MML), J-4: Attachment 4 (MML also known as (aka) FFP EstimatedBill of Materials or BOM), in Section J, required for task performance. Ordering procedure IAW the SOW and Clause C- 217-H001 PROVISIONED ITEMS ORDERS--BASIC in Section C. Estimated Cost is NTE Amount.: $769,977 Reimbursed per Section C of the SOW 4,680,454.00 (Provided NTE Amount does not include Material Handling Costs - Offeror shall include Material Handling Costs if applicable for this Materials SLIN). FOB: Destination NET AMT PSC CD: R425 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 3004 OPTION NonODC: Travel - Option Yr. 3 COST Travel Amount listed is a NTE Amount, Cost-Complex FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenance, modernizationReimbursable, and repairNo Fee Amount. See Note A Travel will be reimbursed IAW the Joint Travel Regulations (JTR) and B. Estimated FAR 31.205-46. IAW the SOW in Section C Paragraph (ESTPara.) FOB3.14 Travel Requirements. Also, see Section J, J-3: Attachment 3 (Trip Information Form) and in Section J, Appendix B for Trip Destination PSC CD: J999 NET AMT and Information. ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 3004AA 1 Lot OPTION NonODC: Travel-Complex CDRLs Period 4 (Lot 2) FFP As applicableOption Yr. 3 - HOLDING SLIN COST Travel Amount listed is a NTE Amount, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, BCost-Reimbursable, and C. See Note A. Not Separately Priced No Fee Amount. Travel will be reimbursed IAW the JTR and FAR 31.205-46. IAW the SOW in Section C Para. 3.14 Travel Requirements. Also, see Section J, J-3: Attachment 3 (NSPTrip Information Form) and in Section J, Appendix B for Trip Destination and Information. FOB: Destination PSC CD: J999 NET AMT ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 3005 OPTION Travel Period 4 (Lot 2) FFP Estimated: $789,226 Reimbursed per Section C of the SOW N/A - WILL REMOVE FOR CONTRACT AWARD ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005AA OPTION N/A - WILL REMOVE FOR CONTRACT AWARD FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)PSC CD: R425 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

FFP. As applicable, CKU-5 Components (CKU-5 kit) in accordance with the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, Statement of Work. See Section J spreadsheet for part numbers and C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of the SOW quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 0035 OPTION NonM127 Kit-Complex Option 1 FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenance, modernization, and repairM127 Kit in accordance with the Statement of Work. See Note A Section J spreadsheet for part numbers and B. Estimated (EST) quantities. FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 0036 OPTION NonM21 Kit-Complex CDRLs Period 4 (Lot 2) Option 1 FFP As applicable, M21 Kit in accordance with the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, Statement of Work. See Section J spreadsheet for part numbers and C. See Note A. Not Separately Priced (NSP) quantities. FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 0037 OPTION Travel Period 4 (Lot 2) M25A1 Kit Option 1 FFP Estimated: $789,226 Reimbursed per M25A1 Kit in accordance with the Statement of Work. See Section C of the SOW J spreadsheet for part numbers and quantities. FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0038 OPTION PVU-0004 EXPEDITING CONTRACT CLOSEOUT Hardware Option 1 FFP PVU-Hardware in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0039 OPTION M73 Kit- Option 2 FFP M73 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0040 OPTION M91 Kit- Option 2 FFP M91 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0041 OPTION M90/93 Kit Option 2 FFP M90/93 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0042 OPTION M293 Kit Option 2 FFP M293 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0043 OPTION CCU-93 Kit Option 2 FFP CCU-93 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0044 OPTION CCU-94 Kit Option 2 FFP CCU-94 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0045 OPTION CCU-68 Kit Option 2 FFP CCU-68 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0046 CCU-22 Components Option 2 FFP CCU-22 Components (NAVSEACKU-5 kit) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0047 OPTION CKU-5 Components Option 2 FFP CKU-5 Components (NAVSEACKU-5 kit) in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0048 OPTION M127 Kit Option 2 FFP M127 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0049 OPTION M21 Kit Option 2 FFP M21 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0050 OPTION M25A1 Kit Option 2 FFP M25A1 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0051 OPTION PVU Hardware Option 2 FFP PVU Hardware in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0052 OPTION M73 Option 3 FFP M73 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0053 OPTION M91 KIt - Option 3 FFP M91 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0054 OPTION M90/93 Option 3 FFP M90/93 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0055 OPTION M293 Option 3 FFP M293 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0056 OPTION CCU-93 Option 3 FFP CCU-93 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0057 OPTION CCU- 94 Option 3 FFP CCU- 94 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0058 OPTION CCU- 68 Option 3 FFP CCU- 68 Kit in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0059 OPTION CCU-22 Components Option 3 FFP CCU-22 Components (SEP 1990)CKU-5 kit)in accordance with the Statement of Work. See Section J spreadsheet for part numbers and quantities. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0060 OPTION CKU- 5 Components Option 3

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

FFP. As applicableThe Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Contractor Full-Time Equivalent Reporting. The contractor shall meet report all contractor labor hours required for performance of services provided under this contract IAW PWS Annex G-012. The reporting period is the requirements outlined in Government Fiscal Year (1 October to 30 September) and data shall be reported by 31 October annually. THE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the contract data requirements lists (CDRLs) provided as Exhibits A, B, report creation and C. See Note A. Not Separately Priced (NSP) submission. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot 3002 Months OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the SOW requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 3009 Months OPTION Non-Complex Entomology Services FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) pest control services IAW PWS Annex O-011 FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 3010 Months OPTION Non-Complex CDRLs Period 4 (Lot 2) Grounds Maintenance FFP As applicableThe Contractor shall provide all personnel, the contractor shall meet services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements outlined in the contract data requirements lists for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (CDRLsper acre per year) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for semi-improved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 3011 Months OPTION Travel Period 4 Parts, Matériel, and Svcs (Lot 2Work Tasks) FFP Estimated: $789,226 Reimbursed per Section C of the SOW COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,392,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $530,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $784,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $314,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,500 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. As applicable, Subcontractor Firm-Fixed-Price tasks in accordance with the contractor shall meet Statement of Work in Section C. Estimated Cost is a Not-To-Exceed (NTE) Amount. ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1002AA 1 Lot AMOUNT OPTION DAS-SUB-KTR COST-OptionYr.1-HOLDING SLIN FFP Subcontractor Firm-Fixed-Price tasks in accordance with the requirements outlined Statement of Work in the contract data requirements lists Section C. Estimated Cost is a Not-To-Exceed (CDRLsNTE) provided as Exhibits A, B, and C. See Note A. Not Separately Priced Amount. (NSPEstimated) NTE amount: $888,053.24. FOB: Destination PSC CD: J999 NET AMT R425 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 1003 OPTION Materials-Option Yr. 1 COST Consumable Materials and Materials IAW the Master Material List (MML), J-4: Attachment 4 (MML also known as (aka) Bill of Materials or BOM), in Section J, required for task performance. Ordering procedure IAW the SOW and Clause C- 217-H001 PROVISIONED ITEMS ORDERS--BASIC in Section C. Estimated Cost is Not-To-Exceed (NTE) Amount. ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1003AA 1 Lot AMOUNT OPTION Travel Period 3 Materials Option Yr. 1- HOLDING SLIN COST Consumable Materials and Materials IAW the Master Material List (Lot 2MML), J-4: Attachment 4 (MML also known as (aka) FFP EstimatedBill of Materials or BOM), in Section J, required for task performance. Ordering procedure IAW the SOW and Clause C- 217-H001 PROVISIONED ITEMS ORDERS--BASIC in Section C. Estimated Cost is NTE Amount: $769,977 Reimbursed per Section C of the SOW 7,740,454Â .00 (Provided NTE Amount does not include Material Handling Costs - Offeror shall include Material Handling Costs if applicable for this Materials SLIN). FOB: Destination NET AMT PSC CD: R425 ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 1004 OPTION Non-Complex FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenance, modernization, and repairODC: Travel Option Yr. See Note A and B. Estimated (EST) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot OPTION Non-Complex CDRLs Period 4 (Lot 2) FFP As applicable, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot OPTION Travel Period 4 (Lot 2) FFP Estimated: $789,226 Reimbursed per Section C of the SOW FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)1 COST

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

AutoNDA by SimpleDocs

FFP. As applicableSee Section L 3.3.2, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, Table 1. See HQ B-2-0010 Note B and Note C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT CLIN Number 2302 2001 1 Lot OPTION Travel Period 3 Depot Level Repair & Maintenance (Lot OPT 2) FFP Estimated: $769,977 Reimbursed per FIRM FIXED PRICE (FFP) Depot Level Repair, Maintenance and modification of the MK-105 Magnetic Minesweeping Gear as specified in Section C Statement of Work (SOW), Exhibit A, DD Form 1423-1, and further delineated in individual delivery/task orders to be issued under this line item. Orders issued under this line item will be FIRM FIXED PRICE (FFP) and applicable to Statement of Work paragraphs 3.1 through 3.13. This ceiling includes all direct labor, indirects and profit associated with the SOW FFP effort as specified in the SOW. See HQ B-2-0010 Note B, Note C and Note D. Refer to Section L 3.2.1(e) for the Government's estimated level of effort per year. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT CLIN Number 2400 2002 1 Lot OPTION Non-Complex ODC TRAVEL in support of CLIN 2001 FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenanceSee Section L 3.3.2, modernization, and repairTable 1. See HQ B-2-0010 Note A B and B. Estimated (EST) Note C. FOB: Destination PSC CD: J999 MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT CLIN Number 2401 2003 1 Lot OPTION NonODC MATERIALS in support of CLIN 2001 FFP See Section L 3.3.2, Table 1. See HQ B-2-Complex CDRLs Period 4 (Lot 2) FFP As applicable, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, 0010 Note B and Note C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT CLIN Number 2402 3001 1 Lot OPTION Travel Period 4 Depot Level Repair & Maintenance (Lot 2OPT 3) FFP Estimated: $789,226 Reimbursed per FIRM FIXED PRICE (FFP) Depot Level Repair, Maintenance and modification of the MK-105 Magnetic Minesweeping Gear as specified in Section C Statement of Work (SOW), Exhibit A, DD Form 1423-1, and further delineated in individual delivery/task orders to be issued under this line item. Orders issued under this line item will be FIRM FIXED PRICE (FFP) and applicable to Statement of Work paragraphs 3.1 through 3.13. This ceiling includes all direct labor, indirects and profit associated with the SOW FFP effort as specified in the SOW. See HQ B-2-0010 Note B, Note C and Note D. Refer to Section L 3.2.1(e) for the Government's estimated level of effort per year. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 3002 1 Lot OPTION ODC TRAVEL in support of CLIN 3001 FFP See Section L 3.3.2, Table 1. See HQ B-2-0010 Note B and Note C. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 3003 1 Lot OPTION ODC MATERIALS in support of CLIN 3001 FFP See Section L 3.3.2, Table 1. See HQ B-2-0010 Note B and Note C. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 4001 1 Lot OPTION Depot Level Repair & Maintenance (OPT 4) FFP FIRM FIXED PRICE (FFP) Depot Level Repair, Maintenance and modification of the MK-105 Magnetic Minesweeping Gear as specified in Section C Statement of Work (SOW), Exhibit A, DD Form 1423-1, and further delineated in individual delivery/task orders to be issued under this line item. Orders issued under this line item will be FIRM FIXED PRICE (FFP) and applicable to Statement of Work paragraphs 3.1 through 3.13. This ceiling includes all direct labor, indirects and profit associated with the FFP effort as specified in the SOW. See HQ B-2-0010 Note B, Note C and Note D. Refer to Section L 3.2.1(e) for the Government's estimated level of effort per year. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 4002 1 Lot OPTION ODC TRAVEL in support of CLIN 4001 FFP See Section L 3.3.2, Table 1. See HQ B-2-0010 Note B and Note C. FOB: Destination MAX NET AMT ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 4003 1 Lot OPTION ODC MATERIALS in support of CLIN 4001 FFP See Section L 3.3.2, Table 1. See HQ B-2-0010 Note B and Note C. FOB: Destination MAX NET AMT CLAUSES INCORPORATED BY REFERENCE FULL TEXT HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 19901995)

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

FFP. As applicableThe Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Contractor Full-Time Equivalent Reporting. The contractor shall meet report all contractor labor hours required for performance of services provided under this contract IAW PWS Annex G-012. The reporting period is the requirements outlined in Government Fiscal Year (1 October to 30 September) and data shall be reported by 31 October annually. THE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the contract data requirements lists (CDRLs) provided as Exhibits A, B, report creation and C. See Note A. Not Separately Priced (NSP) submission. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot 6002 Months OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the SOW requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 6008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 6009 Months OPTION Non-Complex Entomology Services FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) pest control services IAW PWS Annex O-011 FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 6010 Months OPTION Non-Complex CDRLs Period 4 (Lot 2) FFP As applicable, the contractor shall meet the requirements outlined in the contract data requirements lists (CDRLs) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot OPTION Travel Period 4 (Lot 2) FFP Estimated: $789,226 Reimbursed per Section C of the SOW FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)Grounds Maintenance

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. As applicableThe Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Contractor Full-Time Equivalent Reporting. The contractor shall meet report all contractor labor hours required for performance of services provided under this contract IAW PWS Annex G-012. The reporting period is the requirements outlined in Government Fiscal Year (1 October to 30 September) and data shall be reported by 31 October annually. THE CONTRACTOR SHALL DETERMINE WHETHER OR NOT THIS CLIN SHALL BE PRICED SEPERATELY OR NOT-SEPERATELY-COSTED FROM CLIN x002 IF COSTED SEPERATELY, THE QTY SHALL BE PROPOSED AS "1" AND UNIT AS EACH THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the contract data requirements lists (CDRLs) provided as Exhibits A, B, report creation and C. See Note A. Not Separately Priced (NSP) submission. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot 5002 Months OPTION Travel Period 3 (Lot 2) FFP Estimated: $769,977 Reimbursed per Section C of Management and General Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the SOW requirements for the high level management staff, the quality control staff, the safety staff, the security staff, and the required contractor support requirements such as payroll, benefits management, etc. IAW the Performance Work Statement. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5003 Months OPTION Installation Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all information management services provided to both government and contractor personnel, as well as real property and other installation management services IAW PWS Annex I FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5004 Months OPTION Engineering Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for all engineering and drafting services IAW PWS Annex EG FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5005 Months OPTION Customer Service CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the Customer Service, Production Control, Operations Engineering, and Operations Management including all work request processing prior to execution and overall management of the Operations Flight IAW PWS Annex O, including Enhancement Work Planning Services. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5006 Months OPTION Corrective and Preventive Maintenance CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for the execution of Priority 1/3A/3B/3C Work Task service requests (CM) under 50 man-hours single shop or 200 Multi craft and Execution of Preventive Maintenance Priority 2 work (PM) IAW PWS Annex O FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5007 Months OPTION Emergency Management Services CPFF The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Emergency Management Services IAW PWS annex EM FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5008 Months OPTION Snow & Ice Control FFP The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for Snow & Ice Control and Pavements Sweeping Services IAW PWS Annex O-010 FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot 5009 Months OPTION Non-Complex Entomology Services FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders The Contractor shall provide all personnel, services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) pest control services IAW PWS Annex O-011 FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 Lot 5010 Months OPTION Non-Complex CDRLs Period 4 (Lot 2) Grounds Maintenance FFP As applicableThe Contractor shall provide all personnel, the contractor shall meet services, supervision, equipment, tools, vehicles, property and any other items necessary to fulfill the requirements outlined in the contract data requirements lists for grounds maintenance IAW IAW PWS Annex O. This CLIN includes unit priced (CDRLsper acre per year) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) levels of grounds maintenance services. This includes: Improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for improved grounds maintenance. 94.37 acres will be funded per 1 year performance period Semi-improved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for semi-improved grounds maintenance. 1,626.16 acres will be funded per 1 year performance period. Unimproved grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for unimproved grounds maintenance. 115.50 acres will be funded per 1 year performance period. BASH grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for BASH grounds maintenance. 584.05 acres will be funded per 1 year performance period. Security grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for security grounds maintenance. 122.88 acres will be funded per 1 year performance period. Xeriscape grounds maintenance. Offerors shall propose a fully burdened unit price per acre per year for xeriscape grounds maintenance. 94.36 acres will be funded per 1 year performance period. FOB: Destination PSC CDSIGNAL CODE: J999 A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 Lot 5011 Months OPTION Travel Period 4 Parts, Matériel, and Svcs (Lot 2Work Tasks) FFP Estimated: $789,226 Reimbursed per Section C of the SOW COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support Priority 1/2/3A/3B/3C work. Government authorization may be required IAW requirement G-017. FOB: Destination SIGNAL CODE: A ESTIMATED COST $4,525,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5012 Months OPTION Parts, Matériel, Svcs (Utilities Shop) COST The Contractor will be reimbursed for parts, matériel, and indefinite frequency services to support the government utilities shop, 377 MSG/CEOI. Government authorization may be required IAW requirement G-017 FOB: Destination SIGNAL CODE: A ESTIMATED COST $546,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5013 Months OPTION Facility Projects CPFF This CLIN is for all Priority 3A/3B/3C Facility Project, (greater than 50 Man Hours for a single craft or 200 hours multi-craft) as well as 4A and 4B efforts, to include labor and materials. Government approval for each work item is required. The Government anticipates funds of $750K to be available annually but may receive up to $5M. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $808,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5014 Months OPTION Propane Including Service/Delivery CPFF This CLIN is for the provisioning of propane including service and delivery IAW PWS Annex O-016 FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $324,000 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5015 Months OPTION Travel COST The Contractor will be reimbursed for off-installation symposia travel and attendance expenses. Government authorization is required IAW requirement for G 004 for any travel/attendance expenses. Profit/Fee is not authorized. FOB: Destination SIGNAL CODE: A ESTIMATED COST $10,900 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5016 Months OPTION RESERVED CLIN COST Note: This CLIN is reserved for Essential Contractor Services - Parts/Materiel & Services. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for all parts, matériel and indefinite frequency services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5017 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for General Services. This CLIN will be established for use and payment by written notification of the Contracting Officer. The Contractor shall provide general services and authorization is required IAW requirement G-017 for all work performed under this CLIN. Types of work included: • Enhanced Use Lease (EUL) Support Services. • Architect-Engineer Study/Design Services. This will only be for work that exceeds the level of effort defined by the minimum team complement requirements specified in PWS Annexes P-232, P-233 and P-003. • Drafting Support, As-Built Drawing Maintenance, Drawing Conversion, and other required Drafting Services. • Vertical Transportation Equipment Services for requirements as defined in PWS Annex O-016. • BUILDER survey, data population, and validation. • Tree and xxxxx removal/grinding, individually priced, individually approved by 377 MSG/CEO as priority 1/3A/3B/3C work reimbursable to the contractor. Government authorization is required IAW PWS Annex G-017. • Short term services requirements to allow time for a contract action to add/remove the requirements to the FFP portion of the contract. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5018 Months OPTION RESERVED CLIN CPFF Note: This CLIN is reserved for Essential Contractor Services - Labor. This CLIN will be established for use and payment by written notification by the Contracting Officer. This CLIN is for general services to support Essential Contractor Services IAW PWS Annex G-009 and DFARS 252.237-7023. FOB: Destination SIGNAL CODE: A ESTIMATED COST FIXED FEE TOTAL EST COST + FEE $0 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5019 Months OPTION Vegetation Free Safety Zones FFP FOB: Destination SIGNAL CODE: A NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT (NAVSEA) (SEP 1990)ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5020 Months OPTION Asphalt Crack Sealing

Appears in 1 contract

Samples: Option Emergency Management Services CPFF

FFP. As applicableFor each contractor employee deploying to Afghanistan, the contractor shall meet the requirements outlined in the contract data requirements lists following ODCs will be paid under this CLIN: (CDRLs1) provided as Exhibits Aairfare from origin to El Paso, BTexas to attend a one- week pre-deployment training and in-processing at CRC (CONUS Replacment Center) at Fort Bliss, and C. See Note A. Not Separately Priced Texas); (NSP) FOB: Destination PSC CD: J999 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2302 Lot OPTION Travel Period 3 (Lot 2) FFP Estimated: airfare back to origin from El Paso, Texas after re-deployment from Afghanistan; (3) round-trip airfare from Afghanistan for one 30-day R&R per contract performance period; (4) bonus no more than $769,977 Reimbursed per Section C of the SOW 5000; (5) PPE FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2400 Lot OPTION Non-Complex 0003 1 Job CMRA FFP DOs Period 4 (Lot 2) FFP Accomplish Fixed Price Delivery Orders for complex scheduled availabilities and/or emergent maintenance, modernization, and repair. See Note A and B. Estimated (EST) FOB: Destination PSC CDNET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 1001 1 Job AMOUNT OPTION IMIT Services for USACE in Afghanistan FFP The contractor shall provide the services and requirements set forth in the Performance Work Statement (PWS) contained herein. Period of Performance: J999 01 September 2018 - 31 March 2019 for four (4) positions and 01 October 2018 - 31 March 2019 for the remaining eleven (11) positions. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2401 1002 1 Lot OPTION NonOther Direct Costs (ODC) FFP For each contractor employee deploying to Afghanistan, the following ODCs will be paid under this CLIN: (1) airfare from origin to El Paso, Texas to attend a one- week pre-Complex CDRLs Period 4 deployment training and in-processing at CRC (Lot CONUS Replacment Center) at Fort Bliss, Texas); (2) FFP As applicableairfare back to origin from El Paso, the contractor shall meet the requirements outlined in the Texas after re-deployment from Afghanistan; (3) round-trip airfare from Afghanistan for one 30-day R&R per contract data requirements lists (CDRLs) provided as Exhibits A, B, and C. See Note A. Not Separately Priced (NSP) performance period. FOB: Destination PSC CDNET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 2001 1 Job AMOUNT OPTION IMIT Services for USACE in Afghanistan FFP The contractor shall provide the services and requirements set forth in the Performance Work Statement (PWS) contained herein. Period of Performance: J999 01 September 2018 - 31 March 2019 for four (4) positions and 01 October 2018 - 31 March 2019 for the remaining eleven (11) positions. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN Number 2402 2002 1 Lot OPTION Travel Period 4 Other Direct Costs (Lot ODC) FFP For each contractor employee deploying to Afghanistan, the following ODCs will be paid under this CLIN: (1) airfare from origin to El Paso, Texas to attend a one- week pre-deployment training and in-processing at CRC (CONUS Replacment Center) at Fort Bliss, Texas); (2) FFP Estimated: $789,226 Reimbursed airfare back to origin from El Paso, Texas after re-deployment from Afghanistan; (3) round-trip airfare from Afghanistan for one 30-day R&R per Section C of the SOW contract performance period. FOB: Destination NET AMT CLAUSES INCORPORATED BY REFERENCE HQ B-2ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 3001 1 Job AMOUNT OPTION IMIT Services for USACE in Afghanistan FFP The contractor shall provide the services and requirements set forth in the Performance Work Statement (PWS) contained herein. Period of Performance: 01 September 2018 - 31 March 2019 for four (4) positions and 01 October 2018 - 31 March 2019 for the remaining eleven (11) positions. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 1 Lot OPTION Other Direct Costs (ODC) FFP For each contractor employee deploying to Afghanistan, the following ODCs will be paid under this CLIN: (1) airfare from origin to El Paso, Texas to attend a one- week pre-0004 EXPEDITING CONTRACT CLOSEOUT deployment training and in-processing at CRC (NAVSEACONUS Replacment Center) DEC 1995 CLAUSES INCORPORATED BY FULL TEXT HQ B-2at Fort Bliss, Texas); (2) airfare back to origin from El Paso, Texas after re-0016 PROVISIONING TECHNICAL DOCUMENTATION – WITHHOLDING OF PAYMENT deployment from Afghanistan; (NAVSEA3) round-trip airfare from Afghanistan for one 30-day R&R per contract performance period. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 4001 1 Job AMOUNT OPTION IMIT Services for USACE in Afghanistan FFP The contractor shall provide the services and requirements set forth in the Performance Work Statement (SEP 1990PWS) contained herein. Period of Performance: 01 September 2018 - 31 March 2019 for four (4) positions and 01 October 2018 - 31 March 2019 for the remaining eleven (11) positions. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 1 Lot OPTION Other Direct Costs (ODC) FFP For each contractor employee deploying to Afghanistan, the following ODCs will be paid under this CLIN: (1) airfare from origin to El Paso, Texas to attend a one- week pre-deployment training and in-processing at CRC (CONUS Replacment Center) at Fort Bliss, Texas); (2) airfare back to origin from El Paso, Texas after re-deployment from Afghanistan; (3) round-trip airfare from Afghanistan for one 30-day R&R per contract performance period. FOB: Destination NET AMT

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

Time is Money Join Law Insider Premium to draft better contracts faster.