Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

70 -- HP Open View License Renewal - Bill of Material - Package #2

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QAO57126852
 
Archive Date
1/7/2012
 
Point of Contact
Laqulla L Williams, Phone: (404) 224-2354
 
E-Mail Address
laqulla.williams@gsa.gov
(laqulla.williams@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Bill of Material SYNOPSIS/SOLICITATION FOR BRAND NAME AND EQUAL TITLE: HP Open View License Renewal Solicitation Number: 4QAO57126852 Issuance Date: December 15, 2011 Bid Closing Date: 1:00 PM Eastern Time on 23 December 2011 Questions Due by: 1:00 PM Eastern Time on 20 December 2011 NAICS Code: 511210 – Software Publishers Contract Type: Firm Fixed Price – Commodity This is a combined synopsis/solicitation for a BRAND NAME commercial item prepared in accordance with the format in FAR subpart 12.6 and as supplemented with the additional notes provided in this solicitation notice. This announcement constitutes the only solicitation, which is issued as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued beyond this notice. The Government intends to acquire a commercial item using FAR subpart 12 and the Simplified Acquisition Procedures set forth in FAR subpart 13. Questions regarding this solicitation must be submitted in writing via email to laqulla.wiliams@gsa.gov no later than 1:00 PM Eastern Time on 20 December 2011. Oral communication is not accepted on this solicitation. It is the offeror responsibility to monitor this site for the release of information amendments (if any). Potential offerors are responsible for downloading their own copy of this notice, and amendments (if any). REQUIREMENT GSA IT Commodity Division has received a requirement from the Air Force Distributed Common Ground Stations ( DCGS) in Warner Robins, GA. Please see attached Bill Of Material (BOM) which indicates the BRAND NAME ONLY. HOW TO SUBMIT QUOTE All interested parties must submit their quote via email to laqulla.williams@gsa.gov. Quotes will only be accepted via email. All offerors must be registered in the GSA IT Solutions Shop (ITSS) Web-base Order Processing System at https://it-solutions.gsa.gov or via telephone at 877-243-2889 option 2 Monday-Friday 6:00 AM – 5:30 PM PST or outside the continental United States at 858-481-1075. In order to process the vendor’s quote in ITSS for submission, all interested parties must send the exact individual name and company name registered in ITSS via email to laqulla.williams@gsa.gov no later than 1:00pm on 23 December 2011. THE CONTACT’S NAME MUST BE EXACTLY AS IT APPEARS IN ITSS.. It’s the interested parties’ responsibility to ensure vendor registration is in ITSS, notification of ITSS registration to the GSA POC for this solicitation and submission of the quote are completed before the bid closing date and time. Extension to the RFQ closing date and time will not be granted due to late registration in ITSS. All interested parties quote must include the following: 1. The interested party shall state in their quotation: a. Vendor size status under the solicitation NACIS code, b. Proposed delivery schedule to client location, c. Vendor has an active registration in the Central Contractor Registration (CCR), https://www.bpn.gov/ccr/default.aspx and in Online Representations and Certifications Applications (ORCA), https://orca.bpn.gov/. 2. Completed Bill of Material (BOM) Pricing Sheet with the unit cost, total cost and delivery date. 3. Company standard quote to include product specification, warranty information, and any services offered with the quoted product. 4. Comparison matrix for any quoted equivalent products (if applicable). BASIS OF AWARD Selection and award will be made to the lowest priced, technically acceptable quote. Technically Acceptable is defined as meeting the requirements of the specifications listed in the Bill of Material. Missing documentation could potentially exclude an interested party from consideration of award. This order will be issued via ITSS on an electronic Standard Form 1449. POINTS OF CONTACT LaQulla (Quil) Williams, GSA Senior Contracting Officer, laqulla.williams@gsa.gov CONTRACT TERMS AND CONDITIONS FAR 52.252-1 Solicitation provisions Incorporated by Reference (Feb 1998) 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://www.acqnet.gov/far/ (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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.acqnet.gov/far/ The following clauses are incorporated by Reference: CLAUSE TITLE DATE FAR 52.212-1 Instructions to Offeror – Commercial Items Jun 2008 FAR 52.212-3 Offerors Representations and Certifications- Commercial Items May 2011 FAR 52.212-4 Contract Terms and Conditions – Commercial Item Jun 2010 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. Aug 2011 FAR 52.219-6 Notice of Total Small Business Set-Aside June 2003 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-34 FOB Destination Nov 1991 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301 (b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L.108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 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)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (10) [Reserved] ___ (11) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (12) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (14) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. __X_ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). X (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X _ (25) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _ X __ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _ X __ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _ X __ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _ X __ (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (35) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _ X __ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (38) (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _ X __ (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ X _ (45) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (i) 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). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq. ). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). ___ (5) 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. ). ___ (6) 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. ). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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) [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) 1. INVOICES: The Contractor shall provide the following payment information for GSA use. It must be an exact match with the information under the order number in the GSA ITSS (Information Technology Solution Shop) Contract Registration (not the Contractor’s company or individual representative’s registration) as well as with the information under the Contractor’s DUNS number in the Central Contractor Registration (CCR), http://www.ccr.gov. Mismatched information will result in rejected payments. Company Name – Legal Business Name and DBA (Doing Business As) Name Mailing Address – Contact and Address Information Remittance Address – Remit To Address Information Employer’s Identification Number – Federal Tax ID DUNS (Data Universal Numbering System) Invoice Information Invoice Number – must not include any special characters; ITSS and the invoice must match ACT Number from SF 1449 GSA Order Number – must match ITSS Point of Contact and Phone Number Period of Performance for the Billing Period Prompt Payment Discount, if offered Total Invoice Amount – must match the acceptance information posted in ITSS; cannot exceed the current order ceiling Total cumulative Order Amount and Burn Rate Invoice Submittal A copy of the invoice must be posted in the GSA IT Solutions Shop (ITSS) web-based Order Processing System (http://it-solutions.gsa.gov) or future equivalent. The COTR and GSA CO/CAM must approve the invoice in ITSS prior to payment. The original invoice must be submitted to GSA’s finance center. This may be done electronically to the finance center web site (http://www.finance.gsa.gov) or via regular U. S. mail to this address: GENERAL SERVICES ADMINISTRATION BCEB PO BOX 219434 KANSAS CITY, MO 64121-9434 The invoice information posted in ITSS must match the invoice information submitted to GSA’s finance center to initiate a receiving report. The payment information must satisfy a three-way match (ITSS, GSA finance center, and CCR) for the invoice to be successfully processed for payment. Invoices for Commodities may only be submitted after the goods are delivery unless otherwise approved by the Contracting Officer. Invoices for final payment must be so identified and submitted within 60 days from task completion. No further charges are to be billed. The Contractor shall request an extension for final invoices that may exceed the 60 days from GSA. 2. PAST PERFORMANCE INFORMATION: The Government will provide and record Past Performance Information for acquisitions over $100,000 utilizing the National Institute of Health (NIH) Contractor Performance System (CPS). The CPS process allows contractors to view and comment on the Government's evaluation of the contractor's performance before it is finalized. Once the contractor’s past performance evaluation is finalized in CPS it will be transmitted into the Past Performance Information Retrieval System (PPIRS). Contractor’s are required to register in the NIH-CPS, so contractor’s may review and comment on past performance reports submitted through the NIH-CPS. Below are the web sites addresses: CPS - https://cpscontractor.nih.gov PPIRS - http://www.ppirs.gov 3. PROBLEM RESOLUTION: Contractor shall bring problems, or potential issues, affecting performance to the attention of the CR and GSA CAM as soon as possible. Verbal reports will be followed up with written reports when directed. This notification shall not relieve the Contractor of its responsibility to correct problems for which they are responsible. Contractor will work cooperatively with the Government to resolve issues as they arise. 4. CLOSEOUT: GSA Region 4 internal policies determine that as the office responsible for payment to contractors that a contract will be closeout 90 days after the Period of Performance has ended. A request for FINAL invoice will be sent to the contractor for action; after the final invoice has been paid then a Request for Release of Claims will be sent to the contractor. 5. CONTRACTING OFFICER’S AUTHORITY: The Senior Contracting Officer (SCO) is the only person authorized to make or approve any changes in any of the requirements of this contract. The administration of this contract may be further delegated by the Senior Contracting Officer. 6. CONTRACT ADMINISTRATION: This GSA/AASD office will assign a Contract Specialist to oversee and perform contract administration functions on this Contract as described in FAR 42.302 (a) and will retain these functions at the local level. The Contract Specialist will maintain contact with the client to ensure delivery of all equipment is complete and in accordance with the terms and conditions of the specified order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92195d751dfc3a9af2ef70ff507d4c37)
 
Place of Performance
Address: US AF DCGS – WRALC/GRCBD, 235 Byron Street, Suite 19A, Robins AFB, GA 31098, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02640164-W 20111217/111215234712-92195d751dfc3a9af2ef70ff507d4c37 (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.