MODIFICATION
58 -- Purchase of three Ground Data Terminal (GDT) Towers
- Notice Date
- 1/10/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
- ZIP Code
- 88103-5109
- Solicitation Number
- FA4855-11-Q-0004
- Archive Date
- 2/2/2011
- Point of Contact
- Tasha L Aguilar, Phone: 5757841349, Patricia L Thatcher, Phone: 575-784-4243
- E-Mail Address
-
tasha.aguilar@cannon.af.mil, patty.thatcher@cannon.af.mil
(tasha.aguilar@cannon.af.mil, patty.thatcher@cannon.af.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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-11-Q-0004 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-47, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110103, and Air Force Acquisition Circular (AFAC) 2010-1027. The North American Industry Classification System (NAICS) is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. This is a competitive full and open solicitation. Award will be based on All or None and Best Value to the Government. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. All items shall be delivered FOB DESTINATION. This solicitation is for the procurement of: Line items: 0001-Basic Tower PTM-100-50-MFR Tower Solutions, LLC Part #400 or equal (3EA) 0002-11 KW Gen-Set, Liquid Cooled, Multi-Phase, 3600 RPM, Diesel, SKID (includes fuel tank & enclosure)-MFR Tower Solutions, LLC Part #16014 or equal (3EA) 0003-Coaxial Cable Reel-MFR Tower Solutions, LLC Part #14859 or equal (3EA) 0004-Aircraft Warning Light w/ 5 cond reel & receptable-MFR Tower Solutions, LLC Part #16007 or equal (3EA) 0005-Input Lug Box & Transfer Switch, 60 amp, 2-40 VAC, 3-Ph (9-10KW Gen-Set)-MFR Tower Solutions, LLC Part #14840 or equal (3EA) 0006-GDT Mounting Plate-MFR Tower Solutions, LLC Part #16020 or equal (3EA) 0007-Guy-Wire Kit-MFR Tower Solutions, LLC Part #14865 or equal (3EA) 0008-Mid-Sized Storage Box (Tongue Storage)-MFR Tower Solutions, LLC Part #16004 or equal (3EA) 0009-Guardrail System-MFR Tower Solutions, LLC Part #16005 or equal (3EA) 0010-Lightning Protection Full System-MFR Tower Solutions, LLC Part #16017 or equal (3EA) 0011-Bale Monitoring System (3EA) 0012-Modified Lighting Rod Support Tubes (3EA) It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Name; Address; Telephone Number of Offeror; Terms of the Expressed Warranty; Price; Any Discount Terms and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile, e-mail or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and with drawls of offers", Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation - Commercial Item 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: Technical: Brand name or equal. Delivery of all items shall be on or before 30 January 2011. If delivery cannot be made by this date, the contractor shall provide a delivery schedule. Technical is more important than price or delivery. Delivery is more important than price. (b) 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. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 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(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (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 Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (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 Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-6 Alternate I FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-6 Data Universal Numbering System (DUNS) Number FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal NOTE: Any Offer Submitted as a Brand Name or Equal Must Include Required Documentation In Accordance with this Provision FAR 52.211-8 Time of Delivery As prescribed in 11.404(a)(2), insert the following clause: Time of Delivery (Jun 1997) (Altered) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE [Contracting Officer insert specific details] ITEM NO. QUANTITY REQUIRED DELIVERY DATE The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE ITEM NO. QUANTITY PROPOSED DELIVERY DATE (PROVIDE SCHEDULE) (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause) FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.215-5 Facsimile Proposals FAR 52.219-28 Post-Award Small Business Program Rerepresentation. As prescribed in 19.308(d), insert the following clause: Post-Award Small Business Program Rerepresentation (Apr 2009) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect the Contractor's current status. The Contractor shall notify the contracting officer in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-99 (dev) Notification Of Employee Rights Under The National Labor Relations Act FAR 52.223-6 Drug-Free Workplace FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.246-24 Limitation of Liability-High Value Items FAR 52.247-34 F.O.B. Destination DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation As prescribed in 211.274-6(a), use the following clause: ITEM IDENTIFICATION AND VALUATION (AUG 2008) (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD unique item identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications AFFARS 5352.201-9101 Ombudsmen (see below POC) **Lt Col Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-3990, DSN: 579-3990, Fax: (850) 884-2476, Email: eric.brewington@hurlburt.af.mil.** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Ave, Cannon AFB, NM 88103-5214 NO LATER THAN 12:00 p.m. Eastern Time on 18 January 2011. Quotations may be faxed to 575-784-1147. Please email quotes to tasha.aguilar@cannon.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is: Ms. Tasha Aguilar, 575-784-1349, Fax: 575-784-1147, E-mail: tasha.aguilar@cannon.af.mil. The Contracting Officer is Ms. Patricia Thatcher, 575-784-4243, E-mail: patty.thatcher@cannon.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-11-Q-0004/listing.html)
- Place of Performance
- Address: Cannon AFB, New Mexico, 88103, United States
- Zip Code: 88103
- Zip Code: 88103
- Record
- SN02357548-W 20110112/110110234159-1bf752d93d55cac8b6b65c863336309a (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 |