Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

G -- Aerobics Instructors - Performance Work Statement

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3684204AW01
 
Archive Date
10/4/2014
 
Point of Contact
Michael C. Jones, Phone: 7074243898, Jason E. Horlacher, Phone: 7074242014
 
E-Mail Address
michael.jones.105@us.af.mil, jason.horlacher@us.af.mil
(michael.jones.105@us.af.mil, jason.horlacher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This document is the Performance Work Statement for this requirement. This is a posting 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 is F3Z3684204AW01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective 25 Aug 2014, Defense DPN 20140828 effective 28 Aug 2014, and AFAC 2014-0421 effective 21 Apr 2014. The North American Industry Classification System (NAICS) code is 611620. The business size standard is $7M. The Federal Supply Class (FSC) is G003. The Standard Industrial Classification (SIC) is 7991. All responsible sources may submit a quotation which shall be considered by the agency THIS REQUIREMENT IS CURRENTLY NOT FUNDED. THE CONTRACT AWARD FOR THIE REQUIREMENT WILL BE BASED UPON CERTIFICATION OF FUNDING FOR FISCAL YEAR 2015. THIS REQUIREMENT IS BEING SET-ASIDE FOR SMALL BUSINESSES. This solicitation is for aerobics instructors at Travis AFB Fitness Center. All work will be accomplished in accordance with the attached Performance Work Statement (PWS). Base Years and Options: CLIN 0001 - Base year period of performance: 01 October 2014 - 30 September 2015 CLIN 1001 - Option year one (1) period of performance: 01 October 2015 - 30 September 2016 CLIN 1002 - Option year two (2) period of performance: 01 October 2016 - 30 September 2017 Freight (FOB Destination), must include standard warranty on all items. Please add shipping if applicable. Performance will be at Travis AFB, CA 94535 Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractors, Alt 1 FAR 52.203-12 Limitations on Payments FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.209-6 Protecting the Government Interest FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 FAR 52.212-4 Contract Terms and conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Deviation) FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 Post Award Small Business Program FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 Service Contract Labor Standards FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contractor with Entities Engaging in Sanctioned Activities Relation to Iran - Representation and Certification FAR 52.229-3 Federal, State and Local Taxes FAR 52.232-18 Availability of Funds FAR 52.233-1 Disputes FAR 52.233-2 Service of Protest FAR 52.233-3 Protest after award FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.242-13 Bankruptcy FAR 52.243-1 Changes - Fixed Price FAR 52.249-8 Default FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representations Relating to Compensation DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7004 Alternate A - Central Contractor Registration DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items (Deviation) DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export-Controlled Items DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.239-7018 Supply Chain Risk DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Request for Equitable Adjustment Information DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers,': A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit one (1) copy a) Insert proposed unit and extended prices for each item listed in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. b) Complete the necessary fill-ins and certifications in provisions. The provisions in 52.212-3 shall be returned along with the proposal. 2. PART II - TECHNICAL PROPOSAL - limited to no more than 2 pages. First Technical Factor: Contractor shall provide certifications and documentation of experience in accordance with paragraph 1.2.2.2 of the attached Statement of Work. Second Technical Factor: Contractor shall provide proof of liability insurance on all instructors for minimums of $1,000,000 per occurrence and $3,000,000 aggregate. Third Technical Factor: Contractors will submit a statement that all work will be performed in accordance with the Performance Work Statement. 1. Requirements of the solicitation: Contract Line Items (CLINs),Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award are found in 52.212-2 and the addendum. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in 52.212-1 will not be read or evaluated, and will be removed from the proposal 4. Format for proposal Parts I and II shall be as follows: (a) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (b) Typing shall not be less than 12 pitch. (c) Elaborate formats, bindings or color presentations are not desired or required. Offers may be submitted via handcarry or electronic mail. To send offer via electronic mail all documents must be scanned in.pdf (Acrobat) format and emailed to michael.jones.105@us.af.mil. Submit quotations on company letterhead or pricing document. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration), d) a completed FAR Provision 52.212-3, Representation and Certification with a copy of a verification of registration with System for Award Management (SAM (www.sam.gov) and e) any other information relevant to the proposal. Quotations may be faxed to (707) 424-0288. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions. Paragraph (c), entitled ‘Period for Acceptance of 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 withdrawals of offers,': Travis AFB is in the Pacific Time Zone (End of Provision) 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)TECHNICAL (ii)PRICE (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. BASIS FOR CONTRACT AWARD: This is a competitive "Lowest Price Technically Acceptable" solicitation. By submission of its offer, the offeror accedes to instructions provided in clause 52.212-1, Instructions to Offerors, all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: A. Technical Acceptability. Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following factor: First Technical Factor: Contractor shall provide certifications and documentation of experience in accordance with paragraph 1.2.2.2 of the attached Performance Work Statement. Second Technical Factor: Contractor shall provide proof of liability insurance on all instructors for minimums of $1,000,000 per occurrence and $3,000,000 aggregate. Third Technical Factor: Contractors will submit a statement that all work will be performed in accordance with the Performance Work Statement. B. Price Evaluation. Next, the government shall rank all technically Acceptable offers by price. An offeror's proposed prices will be determined by multiplying the quantities identified in Section B by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at an evaluated price. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. C. Award shall be made to the lowest priced evaluated technically acceptable offer without further consideration of any other offers. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of Provision) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 52.217-5 -- Evaluation of Options. Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-8 -- Option to Extend Services. 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 within 30 days prior to the end of the period of performance. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months. (End of Clause) FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation); (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (ix) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute 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 Emp Employee ClassMonetary Wage -- Fringe Benefits Please fill out in accordance with the State of California and County of Solano at http://www.wdol.gov 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): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) FAR 52.252-6 Authorized Deviation in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) 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 Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.204-7006 Billing Instructions; When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause AFFARS 5352.201-9101 Ombudsman. a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All questions regarding the solicitation must be submitted to to me via email by 15 September 2014. Please send all offers to michael.jones.105@us.af.mil or fax to 707-424-5189 NO LATER THAN19 September 2014, 10:00 AM, PST. Primary point of contact is Michael C. Jones, SSgt, Contract Specialist, telephone 707-816-3898. Alternate POC is Jason E. Horlacher, Contracting Officer, telephone 707-424-7760.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3684204AW01/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03495846-W 20140906/140904235522-e90b2b546cd73f19218a0249b0a0f6d6 (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.