SOLICITATION NOTICE
J -- Access Control System Remedial and Preventative Maintenance - Attachments
- Notice Date
- 9/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561622
— Locksmiths
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330009Q0118
- Archive Date
- 3/31/2010
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ SP330009Q0118 Attachment 4 SCA Wage Determination RFQ SP330009Q0118 Attachment 3 Preventative Maintenace Task List RFQ SP330009Q0118 Attachment 2 Equipment List RFQ SP330009Q0118 Attachment 1 Statement of Work The Defense Distribution Depot Red River, TX (DDRT) has a requirement for Security Equipment Preventative Maintenance with Remedial, On-Call, and Emergency Repair Services for a Base year plus two (2) Option Years (if exercised by the Government). 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP330009Q0118. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-36 effective 11 Aug 2009, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090729 (amended) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-30. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 561622 and the small business size standard is $7 million. Service Contract Act Wage Determination Number 2005-2235, Revision Number 8, Revised on 07/22/2009 is incorporated into this combined synopsis/solicitation and any subsequent award. Preferred method of payment for Security Access Control Repair Services is with Government Procurement Card, but not mandatory to be eligible for award; however all offerors are required to be registered through the Central Contractor Registration (www.ccr.gov) database. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Attachments are available upon request to Alan Noble by one: 717-770-4192 or email: Alan.Noble@dla.mil. The requirement consists of the following: Period of Performance: Base Year: 01 Oct 2009 through 30 Sept 2010 Option Year 1: 01 Oct 2010 through 30 Sep 2011 (if exercised) Option Year 2: 01 Oct 2011 through 30 Sep 2012 (if exercised) CONTRACTOR MUST INVOICE ACCORDING TO THE CONTRACT CLIN STRUCTURE AND THE INVOICE PREPARATION INSTRUCTIONS OR PAYMENT WILL BE DELAYED. Invoice preparation instructions: At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices Base Year: 01 Oct 2009 through 30 Sep 2010 0001 Preventative Maintenance Services for a Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate. 0001AA Monthly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 8 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 0001AB Quarterly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 2 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 0001AC Semi-Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 0001AD Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 0002 Labor Hours to Perform Remedial Repairs on the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator as a Result of the Preventative Maintenance Inspection and On-Call Remedial Repair Service in accordance with the attached Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 96 HR @ $_________/HR Extend Cost $___________ (Ceiling Price) 0003 Labor Hours to Perform Remedial Repairs on the Northern Access Control System as a result of On-Call Remedial Repair Service in accordance with the attached Statement of Work and attached Equipment List. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 132 HR @ $_________/HR Extended Cost $_________ (Ceiling Price) 0004 Labor Hours for on-call service, unscheduled emergency requests, during regular duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) 0005 Labor Hours for on-call service, unscheduled emergency requests, during non-duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) Subtotal of extended prices and costs for CLINs 0001 through 0005: $__________ Subtotal to be evaluated for price. 0006 Replacement Parts and Material in Support of CLINS 0002, 0003, 0004, and 0005. The contractor shall only bill at cost and is required to provide invoice back up or other documentation that the parts are at cost. The dollar value shown is an estimate only. Contractor will only be paid the actual cost approved by the COR. QTY: 1 Lot $7,000.00 (Not-To-Exceed) CLIN 0006 will not be evaluated for price BASE Year Total to include CLINs 0001 through 0006: $_____________ (Ceiling Price) Option Year 1: 01 Oct 2010 through 30 Sep 2011 (If exercised) 1001 Preventative Maintenance Services for a Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate. 1001AA Monthly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 8 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 1001AB Quarterly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 2 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 1001AC Semi-Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 1001AD Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 1002 Labor Hours to Perform Remedial Repairs on the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator as a Result of the Preventative Maintenance Inspection and On-Call Remedial Repair Service in accordance with the attached Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 96 HR @ $_________/HR Extend Cost $___________ (Ceiling Price) 1003 Labor Hours to Perform Remedial Repairs on the Northern Access Control System as a result of On-Call Remedial Repair Service in accordance with the attached Statement of Work and attached Equipment List. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 132 HR @ $_________/HR Extended Cost $_________ (Ceiling Price) 1004 Labor Hours for on-call service, unscheduled emergency requests, during regular duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) 1005 Labor Hours for on-call service, unscheduled emergency requests, during non-duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) Subtotal of extended prices and costs for CLINs 1001 through 1005: $__________ Subtotal to be evaluated for price. 1006 Replacement Parts and Material in Support of CLINS 0002, 0003, 0004, and 0005. The contractor shall only bill at cost and is required to provide invoice back up or other documentation that the parts are at cost. The dollar value shown is an estimate only. Contractor will only be paid the actual cost approved by the COR. QTY: 1 Lot $7,000.00 (Not-To-Exceed) CLIN 1006 will not be evaluated for price BASE Year Total to include CLINs 1001 through 1006: $_____________ (Ceiling Price) Option Year 2: 01 Oct 2011 through 30 Sep 2012 (if exercised) 2001 Preventative Maintenance Services for a Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate. 2001AA Monthly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 8 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 2001AB Quarterly Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 2 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 2001AC Semi-Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 2001AD Annual Preventative Maintenance Services for the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator Located at the Lone Star Gate in accordance with the attached Statement of Work and Maintenance Task List. Price shall include all labor, parts, and materials. Quantity: 1 MO @ $___________/MO Extended Price $_________ (Firm-Fixed-Price) 2002 Labor Hours to Perform Remedial Repairs on the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator as a Result of the Preventative Maintenance Inspection and On-Call Remedial Repair Service in accordance with the attached Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 96 HR @ $_________/HR Extend Cost $___________ (Ceiling Price) 2003 Labor Hours to Perform Remedial Repairs on the Northern Access Control System as a result of On-Call Remedial Repair Service in accordance with the attached Statement of Work and attached Equipment List. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 132 HR @ $_________/HR Extended Cost $_________ (Ceiling Price) 2004 Labor Hours for on-call service, unscheduled emergency requests, during regular duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) 2005 Labor Hours for on-call service, unscheduled emergency requests, during non-duty hours for the Northern Access Control System and the Chamberlain Liftmaster SL585 Heavy Duty Slide Gate Operator In accordance with the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid the actual number of hours worked. Estimated Qty: 40 HR @ $________/HR Extended Cost $_____________ (Ceiling Price) Subtotal of extended prices and costs for CLINs 2001 through 2005: $__________ Subtotal to be evaluated for price. 2006 Replacement Parts and Material in Support of CLINS 0002, 0003, 0004, and 0005. The contractor shall only bill at cost and is required to provide invoice back up or other documentation that the parts are at cost. The dollar value shown is an estimate only. Contractor will only be paid the actual cost approved by the COR. QTY: 1 Lot $7,000.00 (Not-To-Exceed) CLIN 2006 will not be evaluated for price BASE Year Total to include CLINs 2001 through 2006: $_____________ (Ceiling Price) Place of Performance: Defense Distribution Depot Red River, TX (DDRT) Texarkana, TX 75507 Attachments are available by contacting Alan Noble at 717-770-4192 or by email: Alan.Noble@dla.mil. Attachments: 1.) Statement of Work 2.) DDRT Northern Access Control System Equipment List 3.) Preventative Maintenance Task List 5.) SCA Wage Determination The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Instructions to Offerors -- Commercial, applies to this acquisition Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisitions FAR 52.217-5 Evaluation of Options DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items - Alternate I, or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate offers in response to this solicitation and will award one contract to the responsible offeror whose quote represents the total overall lowest price for all CLINs unless otherwise stated. Therefore to be considered for award, a quote must be provided for all CLINS. The following CLINs will not be evaluated for price: 0006, 1006, and 2006. Addenda to 52.212-4; the following clauses apply: FAR 52.212-4 Contract Terms and Conditions–Commercial Items Alternate I The following paragraphs are incorporated in Full text. (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: None. (2) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price$0. FAR 52.204-9 Personnel Identity Verification of Contractor Personnel FAR 52.217-9 Option To Extend Term of the Contract FAR 52.228-5 Insurance -- Work on a Government Installation DFARS 252.246-7003 Notification of Potential Safety Issues DLAD 52.228-9000 Insurance (FEB 2005) The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers’ Compensation and Employer’s Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability – Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors’ proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) DDC 52.212-9W05 GOVERNMENT’S RIGHT TO DISCONTINUE ORDER (FEB 2007) The Government may discontinue this order in whole or part, at any time during the stated period of performance upon 30 days written notice to the contractor or shorter notice if agreed to by the contractor. At the end of the stated period of performance, the order is complete. (End of Clause) DDC 52.223-9W07 ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION (FEB 2007) Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. (End of Clause) DDC 52.247-9W08 MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB2007) Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. (End of Clause) DDC 52.237-9W21 MANAGEMENT OF CONTRACTOR EMPLOYEES (MAR 2007) The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Statement Of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. (End of Clause) DDC 52.246-9W24 SUBMISSION OF SERVICE/DELIVERY SLIPS (MAR 2007) Service verification slips must be delivered to the Technical POC/Contracting Officer’s Representative (COR) following each on-site visit. Verification slips shall include the contract number, person’s name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items applies to this acquisition Additional clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.232-36 Payments by Third Party FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Statement is only for information only – not a wage determination Employee ClassMonetary Wage – Fringe Benefits WG-2854 Grade 7$18.29/Hr Electrical Wquipment Repairer FAR 52.222-43 Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Alt III Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Alan Noble, 717-770-7591 or e-mail to Alan.Noble@dla.mil. All quotes must be received by September 18, 2009 to be considered for award. All questions concerning this acquisition should be directed to Alan Noble by phone: 717-770-4192, fax: 717-770-7591, or by email: Alan.Noble@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330009Q0118/listing.html)
- Place of Performance
- Address: Defense Distribution Red River, Texarkana, Texas, 75507, United States
- Zip Code: 75507
- Zip Code: 75507
- Record
- SN01946209-W 20090910/090909090338-14b5e0a775accc0356b1366873ec3504 (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 |