Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2018 FBO #5971
SOLICITATION NOTICE

J -- Project CSC 18405 “DCSS Elevator Service and Maintenance” - ATT # 1 Performance Work Statement - ATT # 2 Section B - ATT # 7 Real ID ACT - ATT # 4 Standard Form 1449 - (Draft) - ATT # 3 Full Text Provisions and Clauses - ATT # 6 Defense Supply Center Columbus Map

Notice Date
3/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-18-R-0509
 
Archive Date
5/15/2018
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296
 
E-Mail Address
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment # 6, Defense Supply Center Columbus Map Attachment # 3, Full Text Provisions and Clauses Attachment # 5, Department of Labor Wage Rates and Determination Attachment # 4, Standard Form 1449 Attachment # 7, Real ID ACT Attachment # 2, Section B Attachment # 1, Performance Work Statement PR: 72985045 FR: 200079228 Ledger: 61002540 WBS: P.2018.00508.001 Cost Center: 3000012 Description: Project CSC 18405 "DCSS Elevator Service and Maintenance" Customer: Defense Supply Center Columbus, DLA Installation Operations Columbus Contract Lines: 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002, 5001, 5002, and 6000. Options would not be exercise at the time of award. Contractor's performance will be measured at the end of each year. Unrestricted and Firm-Fixed-Price Period of Performance: 365 days after award (per year) FOB Inspection and Acceptance at Destination Non-Personal Service Normal duty hours for work are from 6: 30 a.m. to 6:00 p.m., Monday through Friday. PSC: J035 "Service and Trade Equipment" / J099 "Miscellaneous/Service Transition" Material ID: V00007096 "Service and Trade Equipment" / V00007163 "Miscellaneous/Service Transition" Unit of Issue: JB (JOB) WAWF Acceptance DoDAAC: SC0707 Purpose: Combined Synopsis and Solicitation under FAR PART 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items". This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation notice reference # SP4702-18-R-0509, is being issued as a notice. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This combined synopsis/solicitation is unrestricted. The anticipated period of performance will be a base period of 12 months, with five 12-month option periods. The Government intends to award a single award, firm-fixed-price elevator service and maintenance to the offeror which provides the lowest price technically acceptable to the United States Government. Potential offerors are hereby notified that the notice and subsequent amendments to the notice will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. In addition, Federal Acquisition Regulation (FAR) Part 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", Part 15 "Contracting by Negotiation", and Part 37 "Service Contracting" regulations and procedures will be utilized. HUBZONE ACQUISITION NOTES: a) FAR 19.1307 Price Evaluation Preference for HUBZone Small Business Concerns included in the solicitation. b) Per FAR 52.219-4 add a factor of 10 percent to the price of all offers. c) When the two highest rated offerors are a HUBZone small business concern and a large business, if the offers are equal after considering the price evaluation preference, the contracting officer shall award the contract to the HUBZone small business concern. Commercial: FAR 52.212-5 The NAICS code is 811310 The small business size standard is $7,500,000.00 The following commercial elevator service and maintenance are requested in this solicitation: Performance Work Statement: see attachment # 1 Contract Line Item (CLINs) and quantities: See Section B, attachment # 2 Material Code: J035- V00007096 "Service and Trade Equipment" (CLIN's 0001 through 5002) and Material Code: J099- V00007163 "Miscellaneous/Service Transition" (CLIN 6000). Unit of Issue: JB Quantity: 1.0 Period of Performance: 365 days (each year). It is anticipated that a firm-fixed price commercial purchase order will be awarded for the requested elevator service and maintenance as a result of this combined synopsis/solicitation notice. Award will be based on Lowest Price Technically Acceptable per FAR 15.101-2 (b) (1). The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The evaluation factors and significant subfactors that establish the requirements of acceptability will be set forth in the combined synopsis/solicitation notice under Sections L and M. Combined synopsis/solicitation notice will specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation by reference: C05 "Changes to Key Personnel (see attachment #3). DFARS 252.323-7006, Wide Area Workflow Payment Instructions (see attachment #3). DFARS 252.201-7000, Contracting Officer's Representative (see attachment # 3). 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, Representation Relating to Compensation of Former DoD Officials. FAR 52.203-3, Gratuities (see attachment #3). FAR 52.203-12, Limitations to Influence Certain Federal Transactions. FAR 52203-19, Prohibition on Requiring Certain Internal Confidential or Statements. FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. FAR 52.204-7, System for Award Management. FAR 52.204-9, Personal Identity Verification of Contractor Personnel. FAR 52.204-13, System for Award Management Maintenance. FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls (see attachment #3). DFARS 252.204-7000, Disclosure of Information. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (see attachment #3). DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (see attachment 3). DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. DLAD 52.204-9000, Contractor Personnel Security Requirements. DFARS 252.211-7003, Item Unique Identification and Evaluation. DFARS 252.213-7000, Notice To Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons. DFARS 252.223-7006, Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.237-7023, Continuation of Essential Contractor Services. DFARS 252.237-7024, Notice of Continuation of Essential Contractor Services. FAR 52.212-1, Instruction to Offerors - Commercial Items (see attachment #3). FAR 52.212-2, Evaluation- Commercial Items (see attachment #3). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (see attachment #3). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (see attachment #3). Addendum to 52.212-04, Contract Terms and Conditions- Commercial Items - USA MANUFACTURED ITEM "ONLY". L07, Site Visit Instructions (see attachment #3). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (see attachment #3). L08, Use of Past Performance Information Retrieval System- Statistical reporting in Past Performance Evaluations. L & M Proc Note 215-91010 All or None (Attachment # 2 "Section B", page # 8). FAR 52.216-1, Type of Contract (X =FIRM-FIXED-PRICE CONTRACT). FAR 52.216-24, Limitations of Government Liability (see attachment #3). FAR 52.216-25, Contract Definitization (see attachment #3). FAR 52.217-5, Evaluation of Options. FAR 52.217-9, Option to Extend the Term of the Contract (see attachment #3). FAR 52.219-4, Notice of Price Evaluation Preference For Hubzone Small Business Concerns. FAR 52.222-01, Notice to the Government of Labor Disputes. FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. DFARS 252.225-7048, Export - Controlled Items (see attachment # 3). DFARS 252.227-7013, Rights In Technical Data-Noncommercial Items. DFARS 252.227-7015, Technical Data - Commercial Items. FAR 52.222-60, Paycheck Transparency. FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. FAR 52.222-99, Establishing a Minimum Wage for Contractors. FAR 52.227-1, Authorization and Consent. FAR 52.227-2, Notice and Assistance Regarding Patent and Copyrights Infringement. FAR 52.228-1, Bid Guarantee (see attachment # 3). FAR 52.228-2, Additional Bond Security. FAR 52.228-5, Insurance Work on a Government Installation (see attachment # 3). FAR 52. 228-16, Performance and Payment Bonds-Other Than Construction (see attachment # 3). DLAD 52.228-4000 Required Insurance (see attachment # 3). FAR 52.232-17, Interest. FAR 52.232-18, Availability of Funds. FAR 52.232-39, Unenforceability of Unauthorized Obligations. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (see attachment # 3). DFARS 252.232-7010, Levis on Contract Payments. DLAD 52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution. DFARS 252.243-7001, Pricing of Contract Modification. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.246-7000, Material Inspection and Receiving Report. FAR 52.236-7, Permits and Responsibilities. FAR 52.236-12, Cleaning Up. FAR 52.236-13, Accident Prevention. FAR 52.237-1, Site Visit. FAR 52.237-10, Identification of Uncompensated Overtime. FAR 52,237- 2, Protection Of Government Buildings, Equipment, And Vegetation. FAR 52.237-3, Continuity Of Services. DFARS 252.243-7002, Request for Equitable Adjustments (see attachment # 3). FAR 52.242-13, Bankruptcy. FAR 52.242-15, Stop - Work Order. FAR 52.242-17, Government Delay of Work. FAR 52.245-1, Government Property. FAR 52.245-9, Use and Charges. DFARS 225.245-7003, Contractor Property Management System Administration. DFARS 252.245-7004, Reporting, Reutilization, and Disposal. FAR 52.246-4, Inspection of Services-Fixed Price. FAR 52.246-13, Inspection-Dismantling, Demolition, or Removal of Improvements. FAR 52.246-19, Warranty of Systems and Equipment under Performance Specifications or Design Criteria (see attachment # 3). FAR 52.246-20, Warranty of Services (see attachment # 3). FAR 52.246-25, Limitation Of Liability-Services. FAR 52.247-21, Contractor Liability for Personal Injury and/or Property Damage. FAR 52,247-34, FOB Destination. DFARS 252.247-7023, Transportation of Supplies by Sea. DFARS 252.246-7003, Notification of Potential Safety Issues. FAR 52.249-04, Termination for Convenience of The Government (Service) (Short Form). FAR 52.252-1, Solicitation Provisions Incorporated by Reference. FAR 52.252-2, Clauses Incorporated by Reference (see attachment # 3). FAR 52.252-5, Authorized Deviations in Provisions. FAR 52.252-6, Authorized Deviations in Clauses (see attachment # 3). FAR 52.253-1, Computer Generated Forms. System of Award Management Requirement No award will be made to a Contractor not registered in the System of Award Management (SAM). In addition, the Contractor's Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/. Note: There is no fee to register and use this site. During the contract, the Contractor must always have an active status in SAM during the life of this contract. Invoices will be paid using the financial information provided in the Contractor's SAM profile. Failure to keep an active status may result in payment delays and other administration delays. The following clauses are incorporated by full text. The full text is found in Attachment #3. C05, "Changes to Key Personnel". DFARS 252.323-7006, Wide Area Workflow Payment Instructions. DFARS 252.201-7000, Contracting Officer's Representative. FAR 52.203-3, Gratuities. DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. FAR 52.212-1, Instruction to Offerors - Commercial Items. FAR 52.212-2, Evaluation- Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions- Commercial Items. L07, Site Visit Instructions. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. FAR 52.216-24, Limitation Of Government Liability. FAR 52.216-25, Contract Definitization. FAR 52.217-9, Option to Extend the Term of the Contract. DFARS 252.225-7048, Export Controlled Items FAR 52.228-1, Bid Guarantee FAR 52.228-5, Insurance Work on a Government Installation FAR 52.228-16, Performance and Payment Bonds-Other Than Construction DLAD 52.228-4000 Required Insurance DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7002, Request for Equitable Adjustments FAR 52.246-19, Warranty of Systems and Equipment under Performance Specifications or Design Criteria FAR 52.246-20, Warranty of Services FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses Standard Form (SF) - 1449, attachment # 4 (two pages long). Note: contractors shall complete the following blocks (page #1); 12, 17a, 30a, 30b, and 30c. Quotes are due by 1:00 p.m. (EST) time on April 30, 2018. Electronic proposals must be submitted via e-mail to Ricardo Blanco at Ricardo.blancosoto@dla.mil. Facsimile proposals will not be accepted. Questions regarding this combined synopsis/solicitation notice may be directed to Ricardo Blanco no later than April 20, 2018 before noon. Please identify the applicable performance work statement (PWS) paragraph number or notice reference # SP4702-18-R-0509 with each question. All questions regarding this combined synopsis/solicitation notice shall be submitted in writing via email to: ricardo.blancosoto@dla.mil / 614-692-5296. Other Acquisition Notes: 1.The hardcopy/electronic (e-mail) submission is considered the official offer. If there are any discrepancies between submitted offers the original offer submitted version will take precedence. 2.It is the Government's intention to award without discussions, however the Government retains the right to conduct discussion, if needed. Offerors are encouraged to present their best technical offer and prices in their initial offer submission. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 3.If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial offer, as received, without clarifications. 4.FAR 19.1307, Price Evaluation Preference for HUBZone Small Business Concerns is hereby incorporated by reference. Per FAR 52.219-4, a factor of 10 percent to the price of all offers will be added. 5.Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the combined synopsis/solicitation notice. As a combined synopsis/solicitation notice based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part FAR 15.101-2 (b) (1). The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: a.Technical Service Acceptability b.Technical Qualifications of Proposed Staffing; and c.Past Performance Acceptability 6.DLA Internet Bid Board System (DIBBS) quotations are no acceptable for this combined synopsis/solicitation notice. Offeror's must complete the entire combined synopsis/solicitation notice including amendments previous posted in http://www.fedbizopps.gov. Proposals must be submitted on hard copy of this combined synopsis/solicitation notice and scanned and emailed to ricardo.blancosoto@dla.mil before the closing date of the notice. 7.The Service Act Wage Labor Rates Decision WD 15-4729 (Rev.-6/posted 01/16/2018) and WD 86-0233 (Rev.-37/posted on 01/02/2018), see attachment # 5. 8.Full and Open Competition FAR 6.101 - (b) Contracting officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently (10 U.S.C. 2304 and 41 U.S.C. 3301). 9.Contractor must be registered in "System for Award Management" (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM's certification with your proposal. Proposals and SAM's certification dates must match. 10.GREEN PROCUREMENT All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and nonozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. 11.FAR 52.237-1 SITE VISIT COORDINATOR (REQUIRED TO ATTEND) (a) Offerors are required to attend an organized site visit by reporting to the DLA Installation Support-Columbus Engineering Services Branch, Building 308, Defense Supply Center (DSCC), Columbus, Ohio on April 17, 2018 at 1:30 PM eastern time. Please email Ricardo Blanco at ricardo.blancosoto@dla.mil with a list of attendees' names, not nicknames will be allowed. Email should be submitted no later than 48 hours prior to the site visit. (b) Prospective offerors are notified that remarks or explanations provided during a site visit shall not qualify the terms of this combined synopsis/solicitation notice. Unless and until this combined synopsis/solicitation notice is amended in writing, terms of the notice and specifications remain unchanged.(c) Site visitors requiring interpretation or clarification of technical or contractual requirements included in this notice are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer, by contacting the individual identified on the face of the notice. Defense Supply Center Columbus base map will be attached to the solicitation, see attachment # 6. No other Site Visit will be conducted after April 17, 2018 at 1:30 PM eastern time, no exemptions. (b) Contractor "MUST" attend to the Site Visit. No proposal will be accepted by the contracting officer if the contractor does not attend to the Site Visit. (c) Contractors must review and comply with REAL ID Act before Site Visit takes place. 12.COMPLETE PROPOSAL INSTRUCTIONS Contractors shall provide their proposal in the following manner, using zip file: A.SF 1449 (two pages long); (including Section B/vendor fill-in provisions), one (1) PDF document. B.SAM Certifications; evidence showing your company is registered in SAM's. One (1) PDF document. C.Technical Service Acceptability; review Section M for technically acceptable considerations. One (1) PDF document. D.Technical Qualifications of Proposed Staffing; review Section M for technically acceptable considerations.One (1) PDF document. E.Past Performance Acceptability; review Section M for technically acceptable considerations. One (1) PDF document. F.Bid Bond; original copy must be submitted with your proposal. Liability limit shall cover the total value of your proposal. Also, if your company does not have a corporate seal, a separate memo shall be issued and submitted with your Bid Bond explaining the reason why your company does not have corporate seal. One (1) PDF document. •Note: the written qualifications statement shall be certified and signed by the principal of the contract firm. •Note: A total of six (6) documents shall be submitted in the contractor "proposal" to be considered a complete package. These documents are; SF 1449, SAM Certification, Technical Service Acceptability, Technical Qualifications of Proposed Staffing, Past Performance Acceptability, and Bid Bond. •Note: SAM certification date must match proposal submission date. •Note: Include HUBzone certification, if applicable. 13. FINAL INSPECTION AND ACCEPTANCE Upon completion of the entire project, a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCIE (Project Manager and Contracting Officers Representative). 14. Proposals (to include modifications and revisions per FAR 15.203(c)) will be received by electronic commerce methods (e-mail) "only". The acquisition specialist shall authorize receipt of e-mailed proposals only on those notices where there is a reasonable expectation the proposal will not exceed the maximum size limit of 15 MB, therefore it is inappropriate to authorize e-mailed proposals for very large and/or complex notice. If the size and/or complexity of the initial proposal submission makes it impractical for the initial proposal to be e-mailed, the acquisition specialist may authorize use of e-mail only for modifications and revisions to proposals. Contact Ricardo Blanco to receive a verbal confirmation that the proposal was successfully received. 15. Real ID ACT: Contractors shall read and comply with the below federal regulation before Site Visit and proposal submission for this project. Government would not be responsible or postpone or perform another Site Visit if the contractors is not in compliance with the Real ID ACT. For further details see attached Real ID Act document (see attachment # 7). 16. IMPORTANT NOTICE TO ALL CONTRACTORS: Defense Logistics Agency Installation DSCC prohibits all weapons from the workplace. All vehicles entering the DSCC installation are subject to inspection and any weapons found will be confiscated and owners/drivers subject to Federal Magistrate's Court. This prohibition also applies to all concealed carry (CCW) permit holders. 17. Contractor must complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Attachments: #1 - Performance Work Statement. #2 - Section B. #3 - Full Text Provisions and Clauses. # 4 - Standard Form 1449. # 5 -Department of Labor, Wage Rates and Determination. # 6 - Defense Supply Center Columbus Map. # 7 - Real ID ACT. Bid MUST be good for 90 calendar days after close of the notice. Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. ASSISTANCE IN SUBMITTING DOCUMENTS/INVOICES INTO THE WIDE AREA WORKFLOW (WAWF) If you need instruction on how to submit an invoice to the Government in WAWF, follow the below instructions. It is not necessary to log into WAWF to access the training. 1.Click on the Help/Training folder located on the top right hand corner WAWF home page. https://wawf.eb.mil/xhtml/unauth/home/login.xhtml# 2.Go to Training 3.Click on Web based Training 4.Click on iRAPT 5.Go to Roles and click on vendor 6.Click Vendor creating documents in iRAPT 7.Under Document, Scroll down through the documents list and selected the document you wish to learn about. In this case the document you should select is The 2 in 1 (Services Only). You find both a video and step by step instructions on how to complete any the form and be able to submit your invoice into WAWF. After reviewing this information and you are still having problems, you can call the Defense Finance and Accounting Services (DFAS) Help Desk at 1-800-756-4571 Prompt 2. Their hours of operation are between 7:30 AM to 4:30 PM; Monday to Friday Eastern Standard Time. Assistance may also be available to assist in the submission of the invoice by contacting the Procurement Technical Assistance Center (PTAC) office located in your State. There is an office for your county. Their website for further information is: http://www.dla.mil/HQ/SmallBusiness/PTAC.aspx#DDL_Lines
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-18-R-0509/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 E. Broad Street, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN04870037-W 20180330/180328231610-b808156de129d196513094bfd9223800 (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.