Sample Business Contracts


Solicitation/Contract/Order for Commercial Items - Armed Forces Retirement Home and Paragon Systems Inc.

Services Forms

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS


1. REQUISITION NUMBER



OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30


ATRG-72230-05-0001




 






2. CONTRACT NO.


3. AWARD/EFFECTIVE DATE


4. ORDER NUMBER


5. SOLICITATION NUMBER


6. SOLICITATION ISSUE DATE

AFR-RHG-05-C-001


10/01/2004




AFR-RHG-04-0-0002


09/02/2004







 



7. FOR SOLICITATION INFORMATION CALL:


a. NAME

HENRY CHATMAN


b. TELEPHONE NUMBER (No collect calls)


8. OFFER DUE DATE/LOCAL TIME

LT





 


 

9. ISSUED BY



Armed Forces Retirement Home-GFT
Building #?
1800 Beach Drive
Atten: Henry Chatman
Gulfport MS 39507-1597



CODE
AFR-OPT-HCHA


10. THIS ACQUISITION IS

ý UNRESTRICTED

o SET ASIDE: [ILLEGIBLE]

o SMALL BUSINESS

o HUBZONE SMALL BUSINESS

o 8(A)

[ILLEGIBLE] 561612

[ILLEGIBLE] STANDARD: $10.5


11. DELIVERY [ILLEGIBLE] FOR DESTINATION UNLESS BLOCK IS MARKED
ý SEE SCHEDULE


12. DISCOUNT TERMS
N/30 PROMPT PAY







ý 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)









13b. RATING
A7









14. METHOD OF SOLICITATION









o RFQ

o IFB


ý [ILLEGIBLE]













15. DELIVER TO



CODE



16. ADMINISTERED BY


CODE


BPD


AFR-GFT-RS

 

AFR-GFT-RS

 

Bureau of the Public Debt


BLDG #1

 

 

 

Division of Procurement






1800 BEACH DRIVE

 

 

 

 

200 Third Street






GULFPORT MS 39507-1597

 

 

 

 

UNB 4th Floor







 

 

 

 

Parkersburg NV 26101







 

 

 

 






17a.

CONTRACTOR/
OFFEROR

CODE
175357572

 

FACILITY CODE

 

 

18a. PAYMENT WILL BE MADE BY


CODE
ARC/ASD/AOB


PARAGON SYSTEMS INC

3317 TRIANA BLVD

HUNTSVILLE AL 35805-46?3

 

 

 

 

ARC/ASD/AOB
200 3RD ST
UNB - 6TH FLOOR
PO BOX 1328
PARKERSBURG NV 26106-132?





TELEPHONE NO


 


 

 





o 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER

 

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW

First Commercial Bank

 

ý CHECKED.   o SEE ABENDUM

19.
ITEM NO.

 

20.
SCHEDULE OF SUPPLIES/SERVICES

 

21.
QUANTITY

 

22.
UNIT

 

23.
UNIT PRICE

 

24.
AMOUNT



The contractor shall provide all resources (management, manpower, materials, equipment, travel, training, and facilities) necessary to furnish the services and deliver the documentation described in the Performance Work Statement and the Contract Line Item Number (CLIN) below, except as may be expressly stated in this contract as furnished by the Government.

Verbal proceed for start-up/transistion costs was issued by Contracting Officer prior to effective











(Use Reverse and/or Attach Additional Sheets as Necessary)









25. ACCOUNTING AND APPROPRIATION DATA


26. TOTAL AWARD AMOUNT (For Govt. Use Only)

See schedule


*




o 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4 FAR 52.212-3 AND 52.212-5 ARE ATTACHED.  ADDENDA

o ARE

o ARE NOT ATTACHED

ý 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4, FAR 52.212-5 IS ATTACHED.  ADDENDA

o ARE

o ARE NOT ATTACHED




ý 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN    1
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

29. AWARD OF CONTRACT: REF.                    OFFER DATED                                  . YOUR OFFER ON SOLICITATION (BLOCK 5) INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:



30a. SIGNATURE OF OFFEROR/CONTRACTOR

31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

/s/ Charles Keathley


/s/ Kathy Spainhower






30b. NAME AND TITLE OF SIGNER (Type or Print)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or print)

31c. DATE SIGNED

CHARLES KEATHLEY PRES

10/1/2004

KATHY SPAINHOWER

10/01/2004





AUTHORIZED FOR LOCAL REPRODUCTION

 

STANDARD FORM 1449 (REV. 4/2002)

Prescribed by GSA-FAR [ILLEGBILE]

PREVIOUS EDITION IS NOT USABLE

 

 



* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


1




19
ITEM NO

 

20
SCHEDULE OF SUPPLIES/SERVICES

 

21
QUANTITY

 

22
UNIT

 

23
UNIT PRICE

 

24
AMOUNT

 

 

 

 

 

 

 

 

 

 

 

 

 



date of contract.
Delivery:  01/31/2005
Accounting Info:
AFR8522TFXXXX-2005-610001-AFR7223000-2524-00000000-XXX-XX-XXXXXXXXX-XXXXXXXXX-XXXXXXXXX
FOB:  Destination
Period of Performance:  10/01/2004 to 01/31/2009






















0001


BASE YEAR:  The contractor shall provide unarmed security guard services at the main AFRH-G gate in accordance the Performance Work Statement on Sunday through Saturday, 24 hours per day, seven days per week (24/7).  Security guards shall be briefed prior to assuming their shift duties.  The period of performance for the base period is 10/01/2004 to 01/31/2005.
Obligated Amount:  *








*
















THIS IS A FIRM-FIXED PRICE LINE ITEM






















0002


BASE YEAR:  The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 1st shift (0800-1600 local time), Sunday through Saturday.  Security guards shall be briefed prior to assuming their shift duties.  The period of performance for the base period is 10/01/2004 to 01/31/2005.
Obligated Amount:  *








*



32a. QUANTITY IN COLUMN 21 HAS BEEN









ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS

o  RECEIVED


o  INSPECTED


o  NOTED:








32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32c. DATE

32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE












32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE




32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE












33. SHIP NUMBER

34. VOUCHER NUMBER

35. AMOUNT VERIFIED CORRECT FOR

36. PAYMENT

37. CHECK NUMBER






o PARTIAL

o FINAL


o COMPLETE

o PARTIAL

o FINAL


38. S/R ACCOUNT
NUMBER

39. S/R VOUCHER
NUMBER

40. PAID BY












41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT



41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

41c. DATE

42a. RECEIVED BY (Print)



42b. RECEIVED AT (Location)



42c. DATE REC’D (YY/MM/DD)

42d. TOTAL CONTAINERS


STANDARD FORM 1499 (REV. 4/2002) BACK




* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


2




CONTINUATION SHEET


REFERENCE NO. OF DOCUMENT BEING CONTINUED






AFR-RHG-05-C-0001






NAME OF OFFEROR OR CONTRACTOR

PARAGON SYSTEMS INC


ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 



THIS IS A FIRM-FIXED PRICE LINE ITEM






















0003


BASE YEAR: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 2nd shift (1600-2400 local time) and for 3rd shift (0000-0800 local time) on Friday and Saturday only. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the base period is 10/01/2004 to 01/31/2005.
Obligated Amount:  *








*
















THIS IS A FIRM-FIXED PRICE LINE ITEM






















0004


BASE YEAR: The Government may order additional gate and roving patrol service for special events, emergencies, extraordinary events, temporary construction gates, and other security needs that are not included in the core FFP requirements above in accordance with Clauses B.4, H.4, I.3, I-4, and PWS Paragraphs C2.22 and C3.41. Ceiling amount on IDIQ line item is $7500.00 per year and a total contract ceiling of $37,500. Funding of $100.00 is added to the contract amount for potential IDIQ taskings and will be deobligated in the event no task orders are issued. The period of performance for the base period is 10/01/2004 to 01/31/2005.
Obligated Amount:  *








*
















THIS IS AN INDEFINITE DELIVERY, INDEFINITE QUANTITY LINE ITEM






















0005


OPTION YEAR 1: The contractor shall provide unarmed security guard services at the main AFRH-G gate in accordance the Performance Work Statement on Sunday through Saturday, 24 hours per day, seven days per week (24/7). Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option I period is 02/01/2005 to 01/31/2006.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM











NSN 7540-01-152-80?7


OPTIONAL FORM 338 (4-86)



Sponsored by GSA



FAR (48 CFR) 53.110




* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


3




CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

o

F

AFR-RHG-05-C-0001

4


59

NAME OF OFFEROR OR CONTRACTOR





PARAGON SYSTEMS INC






ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 

0006


OPTION YEAR 1: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 1st shift (0800-1600 local time), Sunday through Saturday. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option I period is 02/01/2005 to 01/31/2006.
Amount :  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0007


OPTION YEAR 1: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance the Performance Work Statement for 2nd shift (1600-2400 local time) and for 3rd shift (0000-0800 local time) on Friday and Saturday only. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option I period is 02/01/2005 to 01/31/2006.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0008


OPTION YEAR 1: The Government may order additional gate and roving patrol service for special events, emergencies, extraordinary events, temporary construction gates, and other security needs that are not included in the core FFP requirements above in accordance with Clauses B.4, H.4, I.3, I-4, and PWS Paragraphs C2.22 and C3.41. Ceiling amount on IDIQ line item is * per year and a total contract ceiling of *. The period of performance for the option I period is 02/01/2005 to 01/31/2006.
Amount:  * (Option Line Item)
























THIS IS AN INDEFINITE DELIVERY, INDEFINITE QUANTITY LINE ITEM






















0009


OPTION YEAR 2: The contractor shall provide unarmed security guard services at the main AFRH-G gate in accordance the Performance Work Statement on Sunday through Saturday, 24 hours













* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


4




CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

o

F

AFR-RHG-05-C-0001

5


59

NAME OF OFFEROR OR CONTRACTOR





PARAGON SYSTEMS INC






ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 



per day, seven days per week (24/7).  Security guards shall be briefed prior to assuming their shift duties.  The period of performance for the option II period is 02/01/2006 to 01/31/2007.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0010


OPTION YEAR 2: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 1st shift (0800-1600 local time), Sunday through Saturday.  Security guards shall be briefed prior to assuming their shift duties.  The period of performance for the option II period is 02/01/2006 to 01/31/2007.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0011


OPTION YEAR 2:  The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance the Performance Work Statement for 2nd shift (1600-2400 local time) and for 3rd shift (0000-0800 local time) on Friday and Saturday only.  Security guards shall be briefed prior to assuming their shift duties.  The period of performance for the option II period is 02/01/2006 to 01/31/2007.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0012


OPTION YEAR 2:  The Government may order additional gate and roving patrol service for special events, emergencies, extraordinary events, temporary construction gates, and other security needs that are not included in the core FFP requirements above in accordance with Clauses B.4, H.4, I.3, I-4, and PWS Paragraphs C2.22 and C3.41.  Ceiling amount on IDIQ line item is $7500.00 per year and a total contract ceiling of $37,500.  The period of performance for the option II period is 02/01/2006 to 01/31/2007.
Amount:  * (Option Line Item)













* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


5




CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

o

F

AFR-RHG-05-C-0001

6


59

NAME OF OFFEROR OR CONTRACTOR





PARAGON SYSTEMS INC






ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 



THIS IS AN INDEFINITE DELIVERY, INDEFINITE QUANTITY LINE ITEM






















0013


OPTION YEAR 3: The contractor shall provide unarmed security guard services at the main AFRH-G gate in accordance the Performance Work Statement on Sunday through Saturday, 24 hours per day, seven days per week (24/7). Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option III period is 02/01/2007 to 01/31/2008.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0014


OPTION YEAR 3: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 1st shift (0800-1600 local time), Sunday through Saturday. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option III period is 02/01/2007 to 01/31/2008.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0015


OPTION YEAR 3: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance the Performance Work Statement for 2nd shift (1600-2400 local time) and for 3rd shift (0000-0800 local time) on Friday and Saturday only. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option III period is 02/01/2007 to 01/31/2008.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0016


OPTION YEAR 3: The Government may order additional gate and roving patrol service for special events, emergencies, extraordinary events, temporary construction gates, and other













* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


6




CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

o

F

AFR-RHG-05-C-0001

7


59

NAME OF OFFEROR OR CONTRACTOR





PARAGON SYSTEMS INC






ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 



security needs that are not included in the core FFP requirements above in accordance with Clauses B.4, H.4, I.3, I-4, and PWS Paragraphs C2.22 and C3.41. Ceiling amount on IDIQ line item is $7500.00 per year and a total contract ceiling of $37,500. The period of performance for the option III period is 02/01/2007 to 01/31/2008.
Amount :  * (Option Line Item)
























THIS IS AN INDEFINITE DELIVERY, INDEFINITE QUANTITY LINE ITEM






















0017


OPTION YEAR 4: The contractor shall provide unarmed security guard services at the main AFRH-G gate in accordance the Performance Work Statement on Sunday through Saturday, 24 hours per day, seven days per week (24/7). Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option IV period is 02/01/2008 to 01/31/2009.
Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0018


OPTION YEAR 4: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance with the Performance Work Statement for 1st shift (0800-1600 local time), Sunday through Saturday. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option IV period is 02/01/2008 to 01/31/2009.
Amount :  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0019


OPTION YEAR 4: The contractor shall provide unarmed security guard services at AFRH-G for outside roving patrol in accordance the Performance Work Statement for 2nd shift (1600-2400 local time) and for 3rd shift (0000-0800 local time) on Friday and Saturday only. Security guards shall be briefed prior to assuming their shift duties. The period of performance for the option IV period is 02/01/2008 to 01/31/2009...













* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


7




CONTINUATION SHEET

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

o

F

AFR-RHG-05-C-0001

8


59

NAME OF OFFEROR OR CONTRACTOR





PARAGON SYSTEMS INC






ITEM NO.

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

(A)

 

(B)

 

(C)

 

(D)

 

(E)

 

(F)

 



Amount:  * (Option Line Item)
























THIS IS A FIRM-FIXED PRICE LINE ITEM






















0020


OPTION YEAR 4: The Government may order additional gate and roving patrol service for special events, emergencies, extraordinary events, temporary construction gates, and other security needs that are not included in the core FFP requirements above in accordance with Clauses B.4, H.4, I.3, I-4, and PWS Paragraphs C2.22 and C3.41.  Ceiling amount on IDIQ line item is $7500.00 per year and a total contract ceiling of $37,500.  The period of performance for the option IV period is 02/01/2008 to 01/31/2009.
Amount:  * (Option Line Item)
























THIS IS AN INDEFINITE DELIVERY, INDEFINITE QUANTITY LINE ITEM
THE CONTRACTING OFFICER’S REPRESENTATIVE (COR) FOR THIS PROCUREMENT IS ROBERT LOCKE.  EMAIL ADDRESS IS [email protected].  PHONE NUMBER IS 228-897-4020.
























INVOICING SHALL BE MONTHLY IN ARREARS.  INVOICING ON FIXED PRICED LINE ITEMS SHALL DIVIDE TOTAL AMOUNT BY THE NUMBER OF MONTHS IN THE PERIOD OF PERFORMANCE FOR THAT PERIOD AND BILL MONTHLY AMOUNTS FOR EACH LINE ITEMS.  IDIQ LINE ITEMS SHALL BE SEGREGATED ON THE INVOICE AND BILL PER TASK ORDER ON A MONTHLY BASIS.
























Total amount of award:  *.













* Confidential portions omitted and filed separately with the Securities and Exchange Commission.


8


ClubJuris.Com