Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

S -- S-Trash Removal and Disposal Services

Notice Date
8/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-09-T-0074
 
Point of Contact
Amy A. Williams, Phone: (804) 734-8000, extension 48408
 
E-Mail Address
amy.williams@deca.mil
(amy.williams@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
A) This is a combined synopsis and solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-09-T-0074 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-35, DFARS Change Notice 20090729, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) The North American Industry Classification systems (NAICS) code is 562111. The Size standard is $12.5 million. E) Contract Line Item Numbers (CLINS) – Provide Pricing in the following format (Address & Periods of Performance are shown in Paragraph L – Statement of Work): CLIN (0001) Base Year October 1, 2009 through September 30, 2010: Trash Removal/Disposal Services for two (2) 8 cubic-yard containers, picked up twice per week Cost per container $________ Cost per week $ ________ CLIN (1001) First Option October 1, 2010 through September 30, 2011: Trash Removal/Disposal Services for two (2) 8 cubic-yard containers, picked up twice per week Cost per container $________ Cost per week $ ________ CLIN (2001) Second Option October 1, 2011 through June 30, 2012: Trash Removal/Disposal Services for two (2) 8 cubic-yard containers, picked up twice per week Cost per container $________ Cost per week $ ________ F) The services are for trash removal and disposal services at the CE Kelly Commissary located in Oakdale, PA. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS Quotes shall contain the following information: 1. RFQ Number (see Paragraph B) 2. Time specified for receipt of quotes (see Paragraph R); 3. Name, Address, Telephone and Fax Number, E-mail of Quoter 4. Unit Price, Extended Prices, and Total Price for all CLINs (in the format specified in paragraph E) 5. Any Discount Terms 6. Dun and Bradstreet (DUNS) or DUNS + 4 Number: ___________________ 7. Past Performance References: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years. Provide the following information for each contract identified: Performance Period Company Name and Address Point of Contact Name and Title Phone Number Facsimile Number Description of Work Performed The references will be asked to provide information on your company’s past performance with regard to the evaluation factors of timeliness of work, quality of work, and business relations. The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror’s performance on that contract. DeCA reserves the right to consider any other past performance information available to the Contracting Officer. 8. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: I. Price will be evaluated by adding the total price for all Base Years Line Items to the total price for all options. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1.Timeliness of Performance 2.Quality of Work 3.Business Relations Award will be made to the lowest-priced, technically acceptable Offeror (price and past performance combined). (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 ALT 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 2006) (as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum. ************************************************************************ ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS I. CHANGES: [(Reference Paragraph (c)] a. Unilateral Modifications The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data, or addition of funds. b. Bilateral Modifications Items may be added to or deleted from this contract at the option of the Government. Any replacement or additional items must be added to this contract prior to any service being performed on it. Addition and/or deletions of items will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. INVOICES: [(Reference Paragraph (g)] Invoices must contain the company name and address as it appears on the contract or in the remit to address and must contain, as a minimum, the following information: 1.Name and address of the contractor 2.Invoice date and invoice number 3.Contract/Purchase Order Number 4.Contract Line Item (CLIN) for the applicable commissary location 5.Description, quantity, unit of measure, unit price and extended price 6.Shipping and payment terms If, at any time during the performance of this contract, the company name changes or assets involving this service are sold to another company, the contract administration office must be notified prior to change of name or closing of sale to ensure actions required by the Federal Acquisition Regulation Part 42.12 are completed. Failure to notify this office in advance of the change may result in delay of payment. ELECTRONIC INVOICING: The Department of Defense has mandated the use of the electronic invoicing and receiving system called Wide Area WorkFlow (WAWF), as addressed in Clause 252.232-7003. The Defense Commissary Agency (DeCA) is in the process of converting to WAWF and reserves the right to convert this contracting action to WAWF during contract performance. Although the DeCA commissaries are not on-line with WAWF, contractors may submit “stand alone” invoices through WAWF. A duplicate invoice shall be sent to the Commissary Point of Contact (POC) [identified on the Contract Line Item Numbers (CLINs)] for preparation of a hard-copy receiving report (DD Form 250) until the store is on-line. All invoices shall be sent to the Defense Finance and Accounting Office (DFAS) (address in block 18a) in accordance with Defense Acquisition Regulation Clause 252-232-7003, Electronic Submission of Payment Requests. DFAS will process payment 30 days after receipt of a properly prepared invoice or receipt of the receiving report, whichever is later. PAYMENT QUESTIONS: Payment questions may be addressed to DFAS Customer Service (Columbus OH) at 800-756-4571. STORE RESPONSIBILITY: Upon receipt of services from the Contractor, the Government shall prepare and process the receiving report. One copy shall be faxed to DFAS for payment at 877-278-3106 no later than 72 hours after receipt of the invoice. An additional copy will be faxed to the AMDS Contracting Office at 804-734-8669. IV. LABOR POSTERS Clause at 52.222-41, Service Contract Act of 1965, as amended, is applicable to the services performed under this contract. The contractor is responsible for obtaining and posting the following publications available at http://www.dol.gov/osbp/sbrefa/poster/matrix.htm: 1. Employee Rights on Government Contracts (WHD Publication 1313) 2. Employee Rights under Fair Labor Standards Act (WHD Publication 1088) 3. Equal Employment Opportunity is the Law (OFCCP 1420) If you are unable to obtain a copy of the applicable posters at the above web site, please contact the Contract Administrator identified on page one of this award document. V. CENTRAL CONTRACTOR REGISTRATION (CCR): Contractor’s Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov VI. ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a “Vendor” at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) Statement of Work STATEMENT OF WORK TRASH REMOVAL AND DISPOSAL 1.GENERAL: The contractor shall provide all personnel, supervision, equipment, tools, parts, transportation, and other items necessary to perform removal, pickup and disposal off trash at the commissary location(s) covered by this contract. 2.NOTIFICATION: Within 10 days of contract award, the contractor shall provide the Store Director* with a point of contact and phone number to receive service calls. The contractor’s representative shall coordinate with the Store Director for services under this contract. 3.PERSONNEL: Contractor personnel must be recognizable while on Government property by means of uniform or identification badge or patch. 4.WORK SCHEDULE: Day and time of all work performed under this contract will be in accordance with the schedule and will not interfere with normal commissary operations. 5.COMPLIANCE WITH ENVIORNMENTAL PROTECTION AGENCY (EPA) AND ASSOCIATED FEES: Under Executive Order 13101, the contractor shall comply with all applicable EPA guidelines and procedures during the performance of this contract. The contractor shall, without additional effort by or cost to the Government, maintain and acquire all permits in accordance with local, state, and federal regulations applicable to removal, transportation and disposal of refuse. Disposal shall be at an off-base location. The Government will assume no liability or responsibility for the Contractor’s compliance or noncompliance with such responsibilities. All charges pertaining to providing, maintaining, emptying, transporting and dumping containers and refuse shall be included in the contactor’s price for services. 6.EQUIPMENT: The contractor shall provide all equipment necessary for the performance of this contract. All covered dumpsters and roll-offs shall meet industry standards and shall be leak proof and free of rust. The lids shall be counter-balances, odor-sealing, easy to open and close and in good working condition. 7.SANITATION AND MAINTENANCE: All equipment, including trucks, roll-offs and covered dumpsters, will be kept in clean and well-maintained condition. The contractor shall thoroughly wash all refuse collection containers with steam, soap or detergent and water in accordance with industry and OSHA standards to preclude unsanitary conditions. Containers shall be free of unpleasant odor, dirt and debris. Cleaning shall be performed as often as necessary to prevent an unsanitary environment. a.The contractor shall pick up all spillage around the refuse containers whether it was caused by the Government or the Contractor. The area of responsibility for the contractor will be a five (5) foot radius around all refuse containers. b.Missing or deteriorated containers (i.e., excessive rust, lids not operating properly, exterior damage, etc.) will be replaced by the contractor at no additional cost to the government. In addition, the contractor shall furnish replacement dumpsters or roll-off containers for each one that is removed for maintenance or repair. c.The contractor shall not collect or dispose of any material which has obvious value and appears to have been inadvertently placed near the collection point unless such material is designated as refuse by the Store Director. 8.VEHICLES: The contractor shall provide all vehicles required to fulfill the requirement. Vehicles shall be in operable condition; meet all local, state and federal safety requirements; painted or present a neat appearance; and shall bear the contractor’s name on both sides. The contractor is responsible for obtaining pass/identification forms and ID from the installation and shall comply with posted speed limits and base safety regulations while on post grounds. 9.INCLEMENT WEATHER SCHEDULE: The contractor shall collect refuse during the periods of inclement weather. Exceptions to this may be authorized by the Store Director in cases of unduly severe weather. When exceptions are granted, the contractor shall accomplish all collections for each day missed within 24 hours after the severe weather has terminated. Rescheduling to provide make-up collections shall not be a basis for a claim by the contractor for additional compensation. 10.MISSED PICK-UPS: The contractor shall be required to collect refuse at missed pick-up points at no additional cost to the government. Such collections shall be within 24 normal working hours after notification by the Store Director or designated representative. 12. INVOICING: Contractor will submit the original invoice to the paying office located in Block 18a of the contract. One additional copy of the invoice must be submitted to the commissary for preparation of the required receiving reports authorizing payment. In order for the invoice to be considered valid for payment, it must contain the following information: a.Invoice Date/Number b.Contractor Name/Address/Phone c.Contract number and Line item number as referenced in the contract d.Location of service being performed e.Amount being billed *NOTE: Store Director is intended to include the Store Director’s authorized representative. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor; FAR 52.219-28 Post Award Small Business Representation; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50 Combating Trafficking in Person; FAR 52.223-5 Pollution Prevention & Right-to-Know; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.223-4 Recovered Material Certification; FAR 52.223-10 Waste Reduction Program DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.201-7000 Contracting Officer’s Representative (COR). N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at fax #: 804-734-8669 (ATTN: Amy Williams) in accordance with FAR 52.215-5 Facsimile Proposals. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) “Late Submissions.” 52.204-4500INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (JUL 2003) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c.The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits Refuse Collector – 99730, WG2/2, $14.62 Truck Driver LT – 31361, WG6/2, $19.43 Truck Driver MED – 31362, WG7/2, $20.64 (End of clause) 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, paragraph (c)(1). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. If you are unable to obtain a copy of the Wage Determination(s) at www.wdol.gov, please contact the Contract Specialist listed in section (S) of this solicitation. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1)For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2)For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen’s Compensation: As required by law of the State of Pennsylvania. (2) Employer’s Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer’s decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E. Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/ 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/ 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. WAGE DETERMINATION INFORMATION CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT WAGE RATES NOTE: Wage Determination information pertains to FAR Clause 52.222-41, Service Contract Act of 1965, as amended, which is incorporated by reference under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (Aug 1996). Guidance for use of the information is provided by Clause 52.0022-4507, entitle Consolidated Wage Determination (Sep 1997). Complete wage determination in hard copy may be obtained by written or verbal request from the office names in Block 9, SF 1449. LocationStCty99730 Refuse Collector Hourly Wage31361 Truck Driver LT 6-231362 Truck Driver MED 7-2WD No.Health and Wealthfare Rate (Hourly)Vacation Days Per Year (After 1 Year)Paid Holidays Per YearWD Rev No.WD Date Charles E KellyPAAllegheny$15.92$14.65$17.0705-2451$3.35101082-Jun-09 CONSOLIDATED EQUIVALENT WAGE RATES NOTE: Equivalent wage rate information pertains to FAR Clause 52.222-42, Equivalent Rates for Federal Hires (May 1998) which is incorporated by reference under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (Aug 1996). EQUIVALENT WAGE RATE DATA IS FOR INFORMATION PURPOSES ONLY. It is NOT a wage determination. Complete wage determination in hard copy may be obtained by written or verbal request from the office names in block 9, SF 1449. LocationStCtyEquivalent Number AC****REQ Issue Date99730 Refuse Collector Hourly Wage31361 Truck Driver LT 6-231362 Truck Driver MED 7-2 Charles E KellyPAAllegheny011624-Dec-08$14.62$19.43$20.64 P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON Friday, August 28, 2009. S) The point of contact for this solicitation is Amy Williams, 804-734-8000, Ext 48408.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-09-T-0074/listing.html)
 
Place of Performance
Address: DeCA's C.E. Kelly Commissary located in Oakdale, PA, Oakdale, Pennsylvania, 15071-5020, United States
Zip Code: 15071-5020
 
Record
SN01912413-W 20090816/090815002430-c2698fd911095679187d44fc836dc102 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.