Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
MODIFICATION

S -- Brigade Annual Training Service Support

Notice Date
4/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J710R0003
 
Response Due
5/11/2010
 
Archive Date
7/10/2010
 
Point of Contact
Sandra Snediker, 2082724602
 
E-Mail Address
USPFO for Idaho
(sandra.snediker@id.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912J7-10-R-0003. All quotes shall reference the RFQ number and shall be submitted by 2:00 P.M. Mountain Standard Time on 11 May 2010. The anticipated award date is 04 June 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-39 dated 19 Mar 2010. This acquisition is unrestricted. The North American Industry Classification system code (NAICS) 561210 size standard of $35.5M. Changes are highlighted in yellow. Contractors still need to review all documents as no guarantee is made that all changes were highlighted. Each CLIN should be priced as a total. Example the price for CLIN 0001 should contain the total price to provide all the meals IAW the PWS, not the price of one meal. Contract line item numbers and quantities: CLIN 0001 Rations. Meal prices will include mobile catering unit with staff, food/drinks, ice, preparation area, refrigeration storage, paper products, condiments and all incidentals necessary to prepare stated meals IAW the performance work statement. Listed numbers by FOB, are in the performance work statement Appendix C and are estimates. Numbers may switch between FOBs, example FOB Donaldson may increase to 1140 while FOB Lowe decreases to 555. Exact numbers will be provided NLT 15 days from performance. Total exact numbers will remain within +/- 5%. CLIN 0002 Ice. Price will include refrigeration storage, stair and lighting IAW the performance work statement. This pricing is only for ice procured directly for the soldiers. Ice procured for preparation, cooking and serving shall be priced in CLIN 0001. Listed numbers by FOB, by day are in the performance work statement Appendix C. CLIN 0003 Tents. Price will include tents, power generation, HVAC, flooring, electrical outlets, fire extinguishers, lighting, tables, chairs and maintenance IAW the performance work statement. Tent requirement is listed in the PWS section 2.3. CLIN 0004 Aid Stations. Price will include building type mobile office, power generation, HVAC, electrical outlets, fire extinguishers, lighting, partitions and maintenance IAW the performance work statement. Aid Station requirement is listed in the PWS section 2.4. CLIN 0005 Portable Shower Units. Price will include portable shower units, soap, cleaning, maintenance, potable water storage, grey water storage and removal IAW the performance work statement. Shower Unit requirement is listed in the PWS section 2.5. CLIN 0006 Portable Light Sets. Price will include light sets, maintenance and ability to reposition lights with two hours IAW the performance work statement. Light Sets requirement is listed in the PWS section 2.6. CLIN 0007 Hand Washing Stations. Price will include hand washing station, soap, hand towels, heated water, servicing and maintenance IAW the performance work statement. Hand Washing Stations requirement is listed in the PWS section 2.7. CLIN 0008 Chemical Toilets. Price will include chemical toilets, servicing (to include Government owned), maintenance, toilet paper, hand sanitizer, waste removal and disposal IAW the performance work statement. Chemical Toilet requirement is listed in the PWS section 2.8. CLIN 0009 Dumpsters. Price will include dumpsters and maintenance to ensure trash does not overfill IAW the performance work statement. Dumpster requirement is listed in the PWS section 2.9. CLIN 0010 Fuel. Price will include the requirements to operate a station at each FOB and to refuel Government generators IAW the performance work statement. Other fuel costs shall be incorporated into the appropriate CLIN (fuel to maintain the HVAC for the sleeping tents shall be part of the pricing for CLIN 0003). Fuel requirement is listed in the PWS section 2.10. CLIN 0011 Dust Abatement. Price will include dust abatement trucks, operation, operators and maintenance IAW performance work statement. Dust Abatement requirement is listed in the PWS section 2.11. CLIN 0012 Copiers. Price will include copiers, copies and maintenance of supplies IAW performance work statement. Copier requirement is listed in the PWS section 2.12. CLIN 0013 Mayor Cell. Price will include personnel available 24 hours in the Mayor cell and Government work space IAW performance work statement. Mayor Cell requirement is listed in the PWS section 2.13. CLIN 0014 Laundry. Price will include 40lbs per soldier for the entire period of performance IAW performance work statement. Contractor shall include a brief description on how they plan to accomplish. Laundry requirement and soldier numbers are listed in the PWS section 2.14. CLIN 0015 Manpower. Manpower Reporting Requirements. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report All contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information) (The UIC is WYLHAA); (11) Locations where contractor and sub-contractors perform the work (specificed by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Contractor shall provide all service and support requirements outlined in the Performance Work Statement for the Idaho Army National Guard. Responsibilities are to include but not limited to the setup and maintenance for three Forward Operating Bases (FOBs) in the Orchard Training Area (OTA). This will include but not limited to providing food service, sleeping tents, aid station, shower units, light sets, hand washing stations, chemical toilets, dumpsters, fuel services, dust abatement, copiers, Mayor cell and laundry. The contractor will also be required to place and maintain/service chemical toilets and dumpsters at ranges 6, 10, 13 14S, 14N, 15 and Warrior Road as well as maintain/service Government chemical toilets. The place of performance is the OTA, an area just past the MATES facility located at 33400 S. Orchard Access Rd, Boise, ID 83706-9639. A map of the OTA is attached. Contractor will be allowed to submit one invoice during period of performance and one invoice at the end of performance. Contract will be setup Net 14 days. The following provisions apply to this solicitation. FAR 52.212-1 Instructions to Offerors, Commercial. FAR 52.212-2 EvaluationCommercial Items. (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: Past Performance and Price. Past Performance is significantly more important than price. (b) Options. 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 offers 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. The Government intends to evaluate quotes and award one contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offerors initial quote should contain the Offerors best terms from a price standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. SITE VISIT: A site visit will be conducted on 20 April 2010, at 8:00 a.m. Mountain Standard Time. Contractors shall meet at the Idaho Army National Guard, USPFO for Idaho conference room, 3489 W. Harvard, Boise, ID 83705. Site visit will include inspection of all sites, contractor is responsible for own transportation. A light truck or larger is suggested. All interested parties who will attend this site visit will RSVP by email the name of the company, representatives, vehicle type, and license plate number to Sandra.snediker@us.army.mil. This will be the only site visit for this synopsis/solicitation. Any explanation desired by an offeror regarding the meaning or interpretation of the synopsis/solicitation, Performance Work Statement (PWS), etc., must be requested in writing. A cut-off date for receiving questions concerning this combined synopsis/solicitation has been established as 27 April 2010 at 2:00 p.m. Mountain Standard Time. Because of the tight time constraints involved in this requirement, questions will not be addressed after that date. The time limits for this requirement will not be extended. The Contracting Officer reserves the right to address questions received after the cut off date. Offerors are strongly encouraged to submit questions early in this process. A questions and answer document will be posted on FedBizOpps. Any interpretations made will be in the form of an amendment of the solicitation and will be posted on FedBizOpps. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Submit questions by email to the contracting office at the addresses shown below: USPFO for Idaho Purchasing and Contract Subject Line: Brigade Annual Training Service Support W912J7-10-R-0003 Email: Sandra.snediker@us.army.mil and jerry.deweerd@us.army.mil All information relating to this synopsis/solicitation, including pertinent changes/amendments and information prior to the date set for receipt of quotes, will be posted on the FedBizOpps website. An Amendment is very possible so it is crucial to monitor this action on FedBizOpps. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. All combined synopsis/solicitation amendments must be acknowledged in accordance with FAR Clause 52.212-1 Instructions to Offerors, Commercial. A repository is provided for hand carried quotes and is located at USPFO for Idaho, Purchasing and Contracting section, 3489 W. Harvard Street, Boise Idaho 83705. Hand carried quotes must be delivered to the repository prior to the time established for receipt of quotes. Offerors are cautioned that approval to enter the base must be obtained prior to the closing date for receipt of quotes. All requests for entry must be made not later than 48 hours in advance and must include the following information: Company Name, Telephone Number, Visitors Name, Type of Vehicle, and Registration Number. Email all requests to: Sandra.snediker@us.army.mil and jerry.deweerd@us.army.mil. Delays are probable at the entry point and should be accommodated for. Late receipt of quotes due to base entry delays may not be deemed excusable, and the Contracting Officer may declare the quote late and remove it from consideration. This synopsis/solicitation does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent quote or for other costs incurred prior to award of a formal contract. Offerors are cautioned to strictly comply with all instructions within this synopsis/solicitation to ensure submission of a complete quote. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government; and be eliminated from consideration for award. Each offerors quote shall be submitted as set forth below and all information shall be confined to the appropriate part to facilitate evaluation. Quotes which do not follow these guidelines or which do not include the requested minimum information may be eliminated from further consideration for award. 1. PART I Documents and Price 2. PART II - Past Performance Offeror shall submit two copies of their quote hard copy and one set on CD ROM, the electronic file shall be in a Microsoft office format. The cover page will clearly identify the offerors name, synopsis/solicitation number, and title. All quotes shall be prepared on standard 8.5 x 11 inch paper and shall be in a legible font size (11 minimum). All pages of each quote shall be appropriately numbered. Each page shall have no less than a one-inch margin at the top, the bottom, and on each side. Page numbers, notations of proprietary information, and any other identifying information printed on each page are excluded from the margin requirement. Late quotes will not be considered. PART I. Price. A complete quote shall contain the following: Executive Summary - A summary cover letter to the quote should provide the following: Identification of the quote POC, address, phone number, Cage Code, DUNS Number and Tax Identification Number TIN. Pricing for all CLINs. Quotes that do not contain complete pricing information for all CLINs will not be considered or evaluated as the Government intends to do one award for this synopsis/solicitation. PART II Past Performance. Part II shall contain the Past Performance information described in this section. Past performance includes current and present performance. Offerors are required to identify and submit a past performance record which are similar in complexity and size to this project, within the last three years. Only references for same or similar type contracts are desired. Offerors shall submit information on no more than 4 specific and related contracts/work efforts. This information includes, but is not limited to, contracts or work efforts under which the offeror (including other divisions) was primarily responsible for contract and/or workload accomplishment, served as a subcontractor, or was teamed with other Contractors on efforts in which the offeror gained experience which will be brought to bear or significantly influence the performance of this effort. This reference information must not exceed 10 pages. For each reference furnished, offeror shall include the following information: Name of Contracting Activity that awarded the contract Contract Number and Period of Performance Total Contract Value Name of the Contracting Officer, to include Phone Number and Email address Name of Contract Administrator, to include Phone Number and Email address List of major subcontractors Brief history of the work performed (Information submitted must clearly describe the relevance of the effort to the work proposed.) Comments regarding compliance with contract terms and conditions Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. The Contractor is responsible for the accuracy of the furnished information. The Government will not compensate for erroneous or outdated phone numbers, FAX numbers, or addresses. Past Performance Narrative: In addition to individual contract references above, offeror should submit a narrative assessment of how the offeror has performed on previous contracts. This narrative must not exceed 20 pages. Information should describe conformance with contract requirements, PWSs, and standards of service offered. Offeror shall describe in complete detail layout and equipment to include but not limited to mobile kitchen, refrigeration, dry storage, power generation, hand washing stations, grey water stoarage/disposal, potable water storage, tents, HVAC, aid stations, portable showers, portable light sets, chemical toilets, dumpsters, fuel service, copiers, dust abatement and laundry service used in past performance. Offeror shall also describe in complete detail any experience with food service and adhering to the FDA Food Code. Offeror shall also submit sample menu for the entire occupation of the FOBs. Performance References: Offerors shall prepare and submit a maximum of 4 prior/current clients a Package Information and Forms which is attached separately on this website. This includes correspondence explaining the requirement to obtain an independent evaluation of prior contract performance, and the Past Performance Questionnaire for use in evaluating Past Performance. It is suggested you provide a pre-addressed stamp envelop to former clients for their use in submitting their Performance Questionnaire. See section Past Performance References for additional information. Offerors are advised that the Government may use all data provided by the offeror in this quote and data obtained from other sources, to include but not limited to Governmentwide databases, in the development of performance assessments. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the offeror. One award will be made to the qualified offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all the synopsis/solicitation requirements and is judged to represent the Best Value to the Government. This may result in award being made to a higher-rated, higher-priced offeror; where the Contracting Officer determines that the Past Performance of the higher-priced offeror outweighs the cost difference. To arrive at a Best Value decision this acquisition will utilize the FAR Part 13.106-2 evaluation of quotations or offers. Past Performance Evaluation: The past performance assessment will assess the confidence in the offerors ability to successfully accomplish the proposed effort based on the offerors demonstrated present and past performance record under existing and prior contracts over the past three years for similar services. The government will evaluate the offerors demonstrated record of contract compliance in supplying services that meet users needs, including cost and schedule. General trends in the Contractors performance will be considered. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of this synopsis/solicitation. Emphasis will be placed on recent, relevant experience. The Government will perform an independent determination of relevancy of the data provided or obtained. A relevancy determination of the offerors present/past performance (which includes, if applicable, the extent of its subcontractors or teaming partners involvement) will be made. The Government is not bound by the offerors opinion of relevancy. The Government may consider an offerors contracts in the aggregate in determining relevancy, should the offerors present and past performance lend itself to this approach. For example, an offerors work experience on three contracts may, by definition, represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a very relevant effort. The following relevancy criteria apply: VERY RELEVANT: Present/past performance programs involved the magnitude of effort and complexities, which are essentially what this solicitation requires. RELEVANT: Present/past performance programs involved less magnitude of effort and complexities, including most of what this solicitation requires. SEMI-RELEVANT: Present/past performance programs involved much less magnitude of effort and complexities, including some of what this solicitation requires. NOT RELEVANT: Did not involve any significant aspects of above. In assessing present and past performance an overall confidence assessment rating will be made. The following performance confidence assessment ratings apply: Rating Definition High Confidence Based on the offerors performance record, the Government has high confidence that the offeror will successfully perform the required effort. Significant Confidence Based on the offerors performance record, the Government has significant confidence that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offerors performance record, the Government has confidence that the offeror will successfully perform the required effort. Normal Contractor emphasis should preclude any problems. Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Little Confidence Based on the offerors performance record, substantial doubt exists that the offeror will successfully perform the required effort. No Confidence Based on the offerors performance record, extreme doubt exists that the offeror will successfully perform the required effort. Price Evaluation: The price quote shall initially be reviewed for compliance with the synopsis/solicitation. The Contracting Officer may complete the compliance review prior to the evaluation of Past Performance and offers that fail to meet the compliance requirements will not be evaluated and will be eliminated from the competition. The purpose of the Price evaluation is to provide an assessment of the reasonableness and realism of the proposed price/cost in relation to the solicitation requirements. Quotes will be evaluated in the following manner: Reasonableness will be determined IAW FAR 13.106-3. A Total Evaluated Price (TEP) will be calculated for evaluation purposes only. The Total Evaluated Price will be formulated as follows: For CLIN 0001- CLIN 0015 the Contracting Officer shall add the total prices together to develop the TEP. Offerors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more schedule items is significantly overstated or understated as indicated by the application of analysis techniques. The Government may determine that a quote is unacceptable if the prices are significantly unbalanced. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx), 52.212-4 Contract Terms and ConditionsCommercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders with the following clauses incorporated 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns (DEVIATION), 52.219-9 Small Business Subcontracting Plan (DEVIATION), 52.219-28 Post-Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.223-15 Energy Efficiency in Energy-Consuming Products, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations, 52.237-11 Accepting and Dispensing of $1 Coin. Additional FAR clauses are applicable to this acquisition. 52.202-1 Definitions, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.209-6 Protecting the Governments Interests when Subcontracting with Contractors Debarred Suspended or Proposed for Debarment, 52.212-1 Instructions to OfferorsCommercial Items by reference, 52.215-8 Order of PrecedenceUniform Contract Format, 52.219-1 Alternate I Small Business Program Representations, 52.219-16 Liquidated DamagesSubcontracting Plan, 52.222-1 Notice to the Government of Labor Disputes, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, 52.223-1 Biobased Product Certification, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances, 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance Work on a Government Installation, 52.229-3 Federal State and Local Taxes, 52.232-23 (Alt I) Assignment of Claims, 52.233-1 (Alt I) Disputes, 52.237-1 Site Visit., 52.237-2 Protection of Government Buildings Equipment and Vegetation, 52.242-13 Bankruptcy, 52.246-25 Limitation of LiabilityServices, 52.246-4 Inspection of ServicesFixed-Price, 52.249-8 Default (Fixed-Price Supply and Service), 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses. Additional DFAR clauses are applicable to this acquisition 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses incorporated, 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (DEVIATION), 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns, 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea; 252.223-7001 Hazard Warning Labels, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.247-7022 Representation of Extent of Transportation by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: 52.233-2 Service of Protest (a) Protests, as defined in section31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel Attn: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1 Suite 11300 Arlington, Virginia 22202-3231 FAX 703-607-3684 or 3682 OR USPFO For Idaho Attn: Purchasing and Contracting, Jerry DeWeerd 3489 W. Harvard Boise, Idaho 83705 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Only written protests will be considered. No protest may be filed by electronic mail. 52.252-2 Clauses Incorporated by Reference 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: http://farsite.hill.af.mil All information relating to this solicitation including pertinent PWS, Department of Labor Wage Determination, changes/amendments, questions and answers will be posted on FedBizOps. Sign and date your quote, then submit to: Idaho Army National Guard Purchasing and Contracting ATTN: CPT Sandra Snediker 3489 W. Harvard Street Boise Idaho, 83705. There will be a minimum of one post award conference with the option for a second one dates are TBD. Both will be at no expense to the Government. No electronic submission is acceptable. Quotes are due at or before by 2:00 P.M. Mountain Standard Time on 11 May 2010. The terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. The point of contact is: CPT Sandra Snediker, 208-272-4602, Sandra.snediker@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J710R0003/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN02135958-W 20100501/100429234940-46eb1c9621d1d1cf43d1d60cd928866e (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.