SOLICITATION NOTICE
69 -- FIRE PREVENTION WEEK MATERIAL
- Notice Date
- 9/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 467 w street, bremerton, WA 98314
- ZIP Code
- 98314
- Solicitation Number
- N00406-13-T-0654
- Response Due
- 9/13/2013
- Archive Date
- 3/12/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- 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.The solicitation number is N00406-13-T-0654 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-13 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The FLC - Puget Sound requires the following items, Brand Name or Equal, to the following: LI 001: JUNIOR FIREFIGHTER HAT RED PERSONALIZED LINE 1: CNRJ LINE 2: FIRE & EMERGENCY SERVICES BRAND NAME OR EQUAL TO: POSITIVE PROMOTIONS P/N: HM-69, 12100, EA; LI 002: PERSONALIZATION SET UP FEE PERSONALIZATION FOR LINE ITEM 0001 LINE 1: CNRJ LINE 2: FIRE & EMERGENCY SERVICES, 1, GROUP; LI 003: FIREMAN STRESS RELIEVER PERSONALIZED LINE 1: CNRJ LINE 2: FIRE & EMERGENCY SERVICES BRAND NAME OR EQUAL TO: POSITIVE PROMOTIONS P/N: OS-6490, 5000, EA; LI 004: PERSONALIZATION SET UP FEE PERSONALIZATION FOR LINE ITEM 0003 LINE 1: CNRJ LINE 2: FIRE & EMERGENCY SERVICES, 1, GROUP; LI 005: TRAVEL FIRST AID KIT PERSONALIZED LINE 1: PREVENT KITCHEN FIRES LINE 2: CNRJ FIRE & EMERGENCY SERVICES BRAND NAME OR EQUAL TO: POSITIVE PROMOTIONS P/N: VPP-1, 2600, EA; LI 006: PERSONALIZATION SET UP FEE PERSONALIZATION FOR LINE ITEM 0005 LINE 1: PREVENT KITCHEN FIRES LINE 2: CNRJ FIRE & EMERGENCY SERVICES, 1, GROUP; LI 007: I'M A FIRE SAFE KID KEY RING WALLET BRAND NAME OR EQUAL TO: POSITIVE PROMOTIONS P/N: GN5158F, 230, PACKS OF 10; LI 008: ONE TIME AIR FREIGHT CHARGE TO SHIP MATERIAL VIA COMMERCIAL AIR DOOR TO DOOR DIRECT TO: CNRJ FIRE & EMERGENCY SERVICES BLDG 3816 1-BANCHI TOMARI-CHO YOKOSUKA KANAGAWA PREF JAPAN 238-0001 **FREIGHT BILL MUST BE PROVIDED AT TIME OF INVOICE, ONLY EXACT FREIGHT CHARGES WILL BE PAID**, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Puget Sound intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Puget Sound is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bidding On: Manufacturer's Name:__________________________________________ Brand_______________________________________________________ No:_________________________________________________________ Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity (a) Preservation, packaging, and packing shall be in accordance with ASTM-D-3951 (most current edition), "Standard for Commercial Packing." The unit pack quantity that applies to items under this contract is "Industry Standard". (b) Prohibited Packing Materials. The use of asbestos, excelsior, loose fill polystyrene, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. (c) Non-Manufactured Wood Packing. All non-manufactured wood utilized in wood pallets and wood containers shall be heat treated to a minimum core temperature of 56 degrees centigrade for 30 minutes and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Refer to www.aphis.usda.gov/ppq/swp/eunmwp.html for wood packing policy, enforcement regulations and accredited agencies. Non-coniferous (hardwood) and manufactured wood, such as particleboard and plywood, are exempt from this requirement. If United Parcel Service (UPS) or Federal Express services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contract items--packaged, marked and labeled as required elsewhere in this contract. FAST PAY PROCEDURE All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. CENTRAL CONTRACTOR REGISTRATION (DEC 2012) CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2012) 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 Clauses: http://acquisition.gov/comp/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) EXPORT-CONTROLLED ITEMS (APR 2010) ITEM IDENTIFICATION AND VALUATION (JUN 2011) ALTERNATE I (DEC 2011) LEVIES ON CONTRACT PAYMENTS (DEC 2006) NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2007) COMBATING TRAFFICKING IN PERSONS (FEB 2009) REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012) NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) CONVICT LABOR (JUN 2003) CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) EQUAL OPPORTUNITY (MAR 2007) AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) PAYMENT BY ELECTRONIC FUNDS TRANSFER?CENTRAL CONTRACTOR REGISTRATION (OCT 2003) REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations. (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6) none of the funds made available by that Act for DoD (including military construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) ALTERNATE I (APR 2011) (a) Definitions. As used in this clause-- Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (End of provision) (a) Definitions. ?Commercially available off-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?foreign end product,? ?qualifying country,? ?qualifying country end product,? and ?United States? have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision) 1.The offeror certifies that it is ( ), is not ( ) the actual manufacturer of the item(s) covered by this solicitation/contract. The following information is to be provided by offerors who are not the actual manufacturer: a. Actual Manufacturer(s) Identification [if more than one, identify all]: ACTUAL MFR'S PART NO.OR OTHER IDENTIFICATIONACTUAL MFR'S BUSINESS SIZE*(L, SB, SDB) NAME AND ADDRESS b. Support effort performed by the offeror in addition to purchasing the item(s) for resale to the Government: *Refer to Section K (52.219-1) for the business size standards for this solicitation. L = Large Business. SB = Small Business. SDB = Small Disadvantaged Business. (1) Testing/Quality Assurance:Yes/No (2) Preservation, Packaging, and Packing:Yes/No (3) Bar CodingYes/No (4) Other ______________________________ INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) The Government contemplates award of a FFP contract resulting from this solicitation. (End of provision) (a) The procedures set forth in FAR 33.103 will be followed for submission and handling of agency protests. (b) All protests filed directly with the agency, NAVSUP Fleet Logistics Center Puget Sound (FLCPS), shall be addressed to the Contracting Officer. A protester may appeal a decision rendered by a Contracting Officer to the Reviewing Official. (c) The Reviewing Official for FLCPS is the Director, Regional Contracting Department (Code 200), NAVSUP Fleet Logistics Center Puget Sound at 467 W Street, Bremerton, WA 98314-5100. (d) Offerors should note that a review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM ? STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (1) The offeror?s past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System ? Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier?s performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier?s past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier?s overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue:Top 5% of suppliers in FSC group* 2. Purple:Next 10% of suppliers in FSC group* 3. Green:Next 70% of suppliers in FSC group* 4. Yellow:Next 10% of suppliers in FSC group* 5. Red:Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier?s percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. 1) Award under this procurement will be made to the technically acceptable quote/offer which is most advantageous to the Government, price and past performance considered. 2) Technically Acceptable - In order to be determined technically acceptable, offers must meet or exceed the specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. The offer must be determined to be technically acceptable before further consideration. 3) Price - Evaluation of price will include the following: ( )Single Award evaluation per the paragraph entitled "Single Award for All Items". ( )Split Award evaluation per the paragraph entitled ?Evaluation of Offers for Split Awards?. ( )Transportation costs per FAR 52.247-__@@___. ( )Evaluation of Options per FAR 52.217-__@@__. 4) Past Performance - Evaluation of past performance will be based on information obtained from PPIRS-SR as well as any other sources which may have relevant information. A quote/offer with a low PPIRS-SR rating (red or yellow for quality and/or less than a 70 weighted delivery score) may not represent the most advantageous quote/offer to the Government. F.O.B. DESTINATION (NOV 1991) System for Award Management (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE CLINQUANTITYREQUIRED DELIVERY 000112100 EA17 DAYS ARO 00021GROUP17 DAYS ARO 00035000 EA17 DAYS ARO 00041 GROUP17 DAYS ARO 00052600 EA17 DAYS ARO 00061 GROUP17 DAYS ARO 0007230 PK17 DAYS ARO 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 CLINQUANTITYPROPOSED DELIVERY 000112100 EA 00021 GROUP 00035000 EA 00041 GROUP 00052600 EA 00061 GROUP 0007230 PK (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) PLACE OF DELIVERY - DESTINATION (a)The articles to be furnished hereunder shall be delivered all transportation charges paid by the contractor to: COMMERCIAL AIR DOOR TO DOOR DIRECT TO: CNRJ FIRE & EMERGENCY SERVICES BLDG 3816 1-BANCHI TOMARI-CHO YOKOSUKA KANAGAWA PREF JAPAN 238-0001 (b)Bids submitted on a basis other than F.O.B. destination will be rejected as nonresponsive and offers may be deemed unacceptable. 252.225-7005 IDENTIFICATION OF EXPENDITURES IN THE UNITED STATES (JUN 2005) (a) Definition. United States, as used in this clause, means the 50 States, the District of Columbia, and outlying areas. (b) This clause applies only if the Contractor is-- (1) A concern incorporated in the United States (including a subsidiary that is incorporated in the United States, even if the parent corporation is not incorporated in the United States); or (2) An unincorporated concern having its principal place of business in the United States. (c) On each invoice, voucher, or other request for payment under this contract, the Contractor shall identify that part of the requested payment that represents estimated expenditures in the United States. The identification-- (1) May be expressed either as dollar amounts or as percentages of the total amount of the request for payment; (2) Should be based on reasonable estimates; and (3) Shall state the full amount of the payment requested, subdivided into the following categories: (i) U.S. products--expenditures for material and equipment manufactured or produced in the United States, including end products, components, or construction material, but excluding transportation; (ii) U.S. services--expenditures for services performed in the United States, including all charges for overhead, other indirect costs, and profit under construction or service contracts; (iii) Transportation on U.S. carriers--expenditures for transportation furnished by U.S. flag, ocean, surface, and air carriers; and (iv) Expenditures not identified under paragraphs (c)(3)(i) through (iii) of this clause. (d) Nothing in this clause requires the establishment or maintenance of detailed accounting records or gives the U.S. Government any right to audit the Contractor?s books or records. (End of clause) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N00406-13-T-0654/listing.html)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN03181339-W 20130912/130910235012-6b53013e91ac2e702e1c72acbf2810ae (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 |