Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

W -- Lease/rent Six (6) Zero Turn Lawn Mowers

Notice Date
5/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N2-12-KD-0004
 
Response Due
5/15/2012
 
Archive Date
7/14/2012
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number for this procurement is W911N2-12-KD-0004 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is a 100 % Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Performance Work Statement (PWS), and Performance Requirement Summary ( PRS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 532490. The SB size standard for this code is 7 Million Dollars. CLIN 0001 - Lease/Rent Six (6) Zero Turn Lawn Mowers, IAW the PWS. Qty: 6 EA Period of Performance: 5/25/12 to 11/25/2012. All services will include the pickup, and delivery of the above referenced item for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7000 Buy American Act and Balance of Payments Program (OCT 2011) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011); DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.duffy4@us.army.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. See Attachment I. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 4:00 P.M. Eastern Daylight Standard Time on 15 May 2012. All quotes must be marked with RFQ number and title. Email quotes will be accepted. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Lowest Price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO FAR 52.212-2 Technical acceptability shall be based on acceptance of the mowers being offered in response to this Request for Quote (RFQ) as required in the Performance Work Statement contained in Attachment II. Attachment I L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: _____ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ______b. Receiving Report Only - If this option is selected, an Invoice Only Document must be submitted after Acceptance has occurred. _____ c. Services (Firm Fixed Price) - Select "Invoice as 2-in-1" for firm fixed price services. ___X__ d. Services (Cost Type ) - Select Cost Voucher ( T&M-LH-Cost) _____ e. Commercial Item Financing _____ f. Construction Invoice _____ g. Invoice Only _____ h. Performance Based Payment _____ i. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Pay Office DoDAAC: Issue by DoDAAC:W911N2 Admin DoDAAC: Inspect By DoDAAC: Acceptor DoDAAC: Ship to DoDAAC: (if different than Acceptor) Service Approver: (Used for Cost Vouchers Only) DCAA Office DoDAAC: (Used for Cost Vouchers Only) Contracting Officer:Major Andres Ramirez andres.ramirez@us.army.mil Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist and COR/Technical Monitor e-mail address): Kevin Duffy, Contract SpecialistKevin.duffy4@us.army.mil L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause) Attachment II PERFORMANCE WORK STATEMENT (PWS) FOR Rental Zero Turn Mowers 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform rental service for two zero turn mowers as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. 1.2 Background: DPW requires the service due the lack of this type of equipment. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 6 months and zero 12-month option years. The Period of Performance reads as follows: 1.3.1 Base Year: May 2012 to November 2012 1.4 General Information: 1.4.1 Quality Assurance (QA): The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) (defect rate(s)). 1.4.2 Place and Performance of Services: The contractor shall provide services between the hours of 0600 - 1530 on Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at building 2260. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.3 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.4 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.5 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.6 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.7 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. (Indicate if all contractor personnel will be required to obtain and wear badges, wear specific uniforms, etc., in the performance of this contract.) 1.4.8 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: (List all acronyms used in the PWS and what they represent. At a minimum, insert the acronyms provided below.) AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government will not furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. 3.2 Equipment: The Government will pick up and drop off the rental equipment if the vendor is within a 20-miles radius of Letterkenny Army Depot. If the Government transports the equipment all delivery charges are waved. 3.3 The Government will return lawn mowers with full tanks for gas. 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 4.2 Repairs: The Contractor is responsible for any repairs that are need to the rental equipment and will be included with the rental price. 5.0 Requirements: The contractor shall: 5.1 Provide two (2) zero turn mowers with the following characteristics: 5.1.1 60" deck 5.1.2 Zero turn radius 5.1.3 Roll bar 5.2 Provide repair services to the equipment as required. 5.2.1 Repairs will be on site if possible. If the repairs will take longer then one day from the time on notification the contractor shall provide another mower with the same characteristics as listed above on the next business day after the notification. 5.2.2 If they mower has to be taken offsite the contractor will provide non reimbursable transportation for the mower to the contractor site and back to Letterkenny if the mower is to return. 5.2 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter / Page)Date of PublicationMandatory or AdvisoryWebsite Army RegulationsvariousMandatoryhttp://www.whs.mil/library/mildoc.htm AR 385-10 Army Safety Program20 May 1991Mandatoryhttp://armypubs.army.mil/epubs/pdf/R385_10.PDF AR 385-55 Prevention of Motor Vehicle Accidents12 March 1987Mandatoryhttp://www.calguard.ca.gov/gs/Documents/AR385-55.pdf LEAD Regulations, Pamphlets, and MemorandumsvariousMandatorynone Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD15 March 2011 Mandatorynone LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4,1 April 2011 Mandatorynone OSHA Part 1910- Occupational Safety and Health StandardsVariousMandatoryhttp://www.osha.gov/index.html All applicable federal, state and local laws, executive orders, rules and regulationsvariousMandatory FAR Subpart 9.5March 2005Mandatoryhttps://www.acquisition.gov/far/current/pdf/FAR.pdf vehicle code of the Commonwealth of Pennsylvania, VariousMandatoryhttp://www.dmv.state.pa.us/vehicle_code/index.shtml Standards of Conduct14 Dec 2011Mandatoryhttps://www.federalregister.gov/articles/2011/11/14/2011-29090/standards-of-conduct TECHNICAL EXHIBIT 1 Performance Requirements Summary This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). PERFORMANCE REQUIRMENT SUMMARY (PRS) FOR Rental Zero Turn Mowers Desired OutcomesRequired ServicePerformance StandardAcceptable Quality Level (AQL) Monitoring Method Incentives/ Disincentives Provide Rentals Para 5.0-5.2 Provide rental zero turn Lawn mowers 97% services preformed to standard correct problems within 24 97% services preformed to standard Random Sampling, Unscheduled Inspections, Validated Complaints Invoices paid within time frame Minus 0.5% for the amount missing or not corrected within time frame TECHNICAL EXHIBIT 2 Deliverables Schedule Deliverable Frequency Number of Copies Medium/Format Submit To 1.4.6 - Contract Manager's InfoOnce2Electronic Submission KO 5.2 - CMRAnnually1Electronic Submissionhttps://cmra.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c4d4dac75ed9f562cc320e19b025d2a)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02741779-W 20120510/120508234902-5c4d4dac75ed9f562cc320e19b025d2a (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.