Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2014 FBO #4676
SOLICITATION NOTICE

41 -- Industrial Ceiling Fans - Statement of Requirements

Notice Date
9/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B34206A001
 
Archive Date
10/3/2014
 
Point of Contact
Mahbubul K. Soeb, Phone: 334-953-7835, Jason Compton, Phone: 334-953-3266
 
E-Mail Address
mahbubul.soeb@us.af.mil, Jason.Compton.2@us.af.mil
(mahbubul.soeb@us.af.mil, Jason.Compton.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Requirements GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2X3B34006A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-76 25 Aug 2014) and the DPN 20140805 effective 05 Aug 2014. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 333413; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: 42nd FSS has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures. This procurement will be awarded as 100% Small Business Set Aside. All inquiries/responses to this combined synopsis/solicitation must be received by 18 September 2014, 2:00 p.m. CDT. Email is the preferred method. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Powerfoil X2.0 Fan Kit- 24' or Equal; Part # F-PFX2-24 or Equal (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0002: Mounting Kit/Bracket, 15' Extension Tube (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0003: Powerfoil X2.0 Fan Kit- 16' or Equal; Part # F-PFX2-16 or Equal (5 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0004: Mounting Kit/Bracket, 10' Extension Tube (4 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0005: Mounting Kit/Bracket, 15' Extension Tube (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0006: Powerfoil X2.0 Fan Kit- 14' or Equal; Part # F-PFX2-14 or Equal (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0007: Mounting Kit/Bracket, 15' Extension Tube (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. CLIN 0008: Wiring/Installation (1 EA) See attached Statement of Requirements for detailed "or equal" and "installation" instructions. DELIVERY INFORMATION: Delivery Date: 30 Days Delivery Address: Maxwell Fitness Center 50 West Ash St. Building 689 Maxwell AFB, AL - 36112 QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7035, Buy American Act-Free trade Agreements- Blance of payments Programs Certificate c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-888-227-2423. e. Responses to this notice shall be provided in writing via e-mail to SrA Mahbubul K Soeb at mahbubul.soeb@us.af.mil. All responses shall be received NLT 2:00 p.m. CDT on 18 September 2014. Email is the preferred method. Points of Contact: SrA Mahbubul K Soeb, Contracting Specialist, Phone (334) 953-7835, Fax (334) 953-3543. Alternate POC: MSgt Jason Compton, Contracting Officer, Phone (334) 953-3266, email: jason.compton.2@us.af.mil. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. Technical Acceptability: An offer will be determined technically acceptable if the offeror: a) Submits a dated quote, on company letterhead with unit prices and extended prices in response to this solicitation. b) Meet all minimum requirements, including in the Statement of Requirements and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements). Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.219-6 Notice to Total Small Business Set-Aside 52.219-13 Noticeof Set-Aside of Orders 52.219-28 Post-Award Small Business Program Representation. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities. 52.222-22 Previous Contracts and Compliance Reports. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information Terrorist Country 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items and Commercial Components (DoD Contracts) 252.247-7023 Transportation Of Supplies By Sea-Basic CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (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)). (ii) 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. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (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 (Jul 2012). (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) 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://farsite.hill.af.mil/vffara.htm (End of Clause) OMBUDSMAN (APR 2014) (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) SPECIAL INSTRUCTION 45 REQUIRED INSURANCE Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State shall be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy. c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. (End of clause) (End of clause) Special Instructions 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) SPECIAL INSTRUCTION 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: TBD@us.af.mil Contract Specialist: mahbubul.soeb@us.af.mil Contracting Officer: TBD@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) Attachment STATEMENT OF REQUIREMENTS FOR INSTALLATION OF CEILING MOUNTED INDUSTRIAL FANS AT MAXWELL AIR FORCE BASE FITNESS ANNEX (BLDG 689), MAXWELL AFB, AL 1. DESCRIPTION OF REQUIREMENTS. The contractor shall install 7 large industrial fans (1 ea 24 ft fan with 15 ft extension tube, 4 ea 16 ft fans with 10 ft extension tubes, 1 ea 16 ft fan with 15 ft extension tube, and 1 ea 14 ft fan with15 ft extension tube ). All fans will be 400-480 Volt/3 phase operation. The 24 ft fan must have a minimum of 2.0 HP, all other fans must have a minimum of 1.5 HP. No fan shall exceed sound level of greater than 55dBA at maximum operating speed. Service shall include ceiling (height over 30 ft) mounting for all seven fans. All fans must include safety features to designed to prevent death/injury in the event of mount or blade failure. Contractor will remove any and all material necessary for installation and dispose of all material in accordance with base, Air Force, state and federal regulations. Contractor will supply all management, parts, materials, tools, supplies, equipment and labor necessary for wiring and installation. The contractor will ship, transport, unload, set up, assemble and assure functionality of all installed components. All work shall include industry standard warranty. 1.1 INSTALLATION. The contractor will operate all required equipment needed to install fans and operational components, using qualified managers, supervisors, operators, and technicians. The contractor will install the product in accordance with the manufacturer's specifications, instructions, and recommendations. Contractor will deliver the parts and equipment IAW period of performance as stated in contract. Contractor will confirm delivery date with the MAFB Contracting Office. Notification must be at least 48 hours prior to delivery of product or installation of equipment. The contractor will meet all base, state and federal guidelines concerning utilizing equipment/materials within environmental standards. All equipment installed will meet base and federal safety standard requirements as established by OSHA. The contractor will perform work only during the hours of operation 0800-1800 hrs. Any exceptions must be discussed in advance with the Contracting Officer. The contractor's work area will be cleaned at the end of each work day. The contractor will advise the administrative staff of the fitness center on any operational and maintenance requirements of the installed items. 1.2 SPECIAL REQUIREMENTS. The contractor movement in and about the facility will be monitored at all times. 1.3 The contractor shall assign employees who possess certification to handle all required material handling, transportation, loading, unloading and product installation tasks that meet OSHA and base safety requirements. 2. SECURITY REQUIREMENTS: Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Maxwell AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Maxwell AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Maxwell AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Maxwell AFB, Alabama. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access. 3. PROJECT SITE: Bldg 689, Maxwell Fitness Annex, Maxwell AFB, AL 4. AUTHORIZED GATE ENTRY POINTS. Maxwell AFB Contractor Access Gate (Kelly Street gate) PROVISIONS INCORPORATED BY REFERENCE 52.204-7 -- System for Award Management 52.211-6 - Brand Name or Equal 52.212-1 -- Instructions to Offerors -- Commercial Items 252.204-7004 Alt A System for Award Management Alternate A 252.204-7011 Alternative Line Item Structure 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government 252.211-7006 Passive Radio Frequency Identification PROVISIONS INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2014) ALTERNATE I (MAY 2014) Offerors are reminded that Representations and Certifications are maintained at the following website: https://www.sam.gov/. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. (May 2014) 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): http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B34206A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03507684-W 20140913/140912000636-f57a5a357fd5322ae074cfb7db504a54 (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.