SUPPLIES OR SERVICES AND PRICE Clause Samples
SUPPLIES OR SERVICES AND PRICE. B.1 The Contractor Shall Provide All Resources (Except as May be Expressly Stated In The Contract As Furnished By The District Of Columbia Government) Necessary To Furnish The Items Below In Accordance With The Description/specification/work Statement Set Forth in Section C.
B.2 The Government of the District of Columbia ("District") Department of Health (DOH) Medical Assistance Administration (MAA) Has a Requirement to Contract for Health Care Programs:
a) District of Columbia Healthy Families Plans (DCHFP). DCHFPs will serve individuals in Temporary Assistance to Needy Families (TANF) or TANF-related Medicaid eligibility categories, and the
SUPPLIES OR SERVICES AND PRICE. This is an indefinite Delivery, Indefinite Quantity (IDIQ) contract using Firm-Fixed Price CLINS. All labor, travel and other direct costs will be firm-fixed price. Funding shall be obligated under separate task order(s) during the period of performance (consisting of base period and four (4) one (1) year option periods). The objective is for the Contractor to provide administrative level staff support to support Employer Support of the Guard and Reserve (ESGR) within the five regions of the United States. The following applies: Note 1 – Minimum Guaranteed funding amount is $3,000,000. Maximum Contract amount is estimated $30,000,000. Note 2 – Minimum Task Order amount is $3,000. Maximum Task Order amount is $4,000,000. *******Contractor to bill firm-fixed price based on having the personnel available (in each state or location) completing the deliverables as described in the PWS. ************* Contractor rates for the BASE and FOUR (4) OPTION YEARS are incorporated in Attachment 1. Rates are provided for each location based on providing a full man year of service to the location. UNIT UNIT PRICE MAX AMOUNT 0001 UNDEFINED Dollars, U.S. UNDEFINED UNDEFINED ESGR Program Support Spec- Base Period FFP Non-personal services to include all labor, travel and other direct costs to support the Employer Support of the Guard- PROGRAM SUPPORT SPECIALIST PWS dated 7 January 2007. Tasks will be further defined on the individual delivery orders. FOB: Destination PURCHASE REQUEST NUMBER: NN7H5A7HQ017MP UNDEFINED UNIT UNIT PRICE MAX AMOUNT 1001 UNDEFINED Dollars, U.S. UNDEFINED UNDEFINED OPTION ESGR Program Support Spec- 1st Option FFP Non-personal services to include all labor, travel and other direct costs to support the Employer Support of the Guard- PROGRAM SUPPORT SPECIALIST PWS dated 7 January 2007. Tasks will be further defined on the individual delivery orders. FOB: Destination PURCHASE REQUEST NUMBER: NN7H5A7HQ017MP UNDEFINED UNIT UNIT PRICE MAX AMOUNT 2001 UNDEFINED Dollars, U.S. UNDEFINED UNDEFINED OPTION ESGR Program Support Spec- 2nd Option FFP Non-personal services to include all labor, travel and other direct costs to support the Employer Support of the Guard- PROGRAM SUPPORT SPECIALIST PWS dated 7 January 2007. Tasks will be further defined on the individual delivery orders. FOB: Destination PURCHASE REQUEST NUMBER: NN7H5A7HQ017MP UNDEFINED UNIT UNIT PRICE MAX AMOUNT 3001 UNDEFINED Dollars, U.S. UNDEFINED UNDEFINED OPTION ESGR Program Support Spec- 3rd Opti...
SUPPLIES OR SERVICES AND PRICE. The Contractor shall furnish supplies and services when ordered by the Government in accordance with the procedures specified in this Basic Ordering Agreement (BOA). The price of the services or supplies to be furnished by the contractor shall be set forth in each order issued in accordance with Clause entitled “Orders Under BOAs” contained in Section H. The CLIN structure will be determined on each individual delivery order. In order to reduce risk to the small business and avoid potential contracting delays, it is suggested that companies interested in pursuing Phase II SBIR contracts and other contracts of similar size with the Department of Defense (DoD), have an adequate accounting system per General Accepted Accounting Principles (GAAP), Generally Accepted Government Auditing Standards (GAGAS), Federal Acquisition Regulation (FAR) and Cost Accounting Standards (CAS) in place. The accounting system will be audited by the Defense Contract Audit Agency (DCAA). DCAA’s requirements and standards are available on their Website at: ▇▇▇▇://▇▇▇.▇▇▇▇.▇▇▇ and click on “Guidance” and then click on “Audit Process Overview Information for Contractors,” and also at: ▇▇▇▇://▇▇▇.▇▇▇▇.▇▇▇ and click on “Checklists and Tools” and then click on “Pre-award Accounting System Adequacy Checklist.” It is a federal regulatory requirement that a cost reimbursement contract cannot be awarded without an adequate accounting system approved by DCAA. In order to understand cost reimbursement contract principles, Phase I contractors are advised to review the Limitation of Cost and Limitation of Funds clauses contained at FAR clauses 52.232-20 and 52.232-22- APR 84).
SUPPLIES OR SERVICES AND PRICE. The District of Columbia Public Schools (DCPS), Office of Fiscal Strategy, Contracts, and Acquisitions Division, on behalf of the Office of Teaching and Learning (OTL) (District), is seeking an instructional program that will support ESL and content area teachers in teaching ▇▇▇▇ and multilingual learners. Ellevation Strategies provides sustained, job-embedded professional development to help every educator develop the capacity to support English Learners in their language acquisition and content mastery.
