SOLICITATION NOTICE
10 -- Semi-Annual Chamber Calibration and Maintenance as needed.
- Notice Date
- 8/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-13-T-0243
- Response Due
- 8/29/2013
- Archive Date
- 10/18/2013
- Point of Contact
- Tyce Bell, 443-861-4744
- E-Mail Address
-
ACC-APG - Installation Division
(tyce.l.bell.civ@mail.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 combined synopsis/ solicitation number is W91ZLK-13-T-0243. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-60. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 541890 and the Business Size Standard is 7.0. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. Acceptance shall be at destination listed on Statement of Work. Located at Aberdeen Proving Ground, Maryland 21005. Description of the Requirement: CONTRACTOR SHALL PROVIDE SEMI-ANNUAL MAINTENANCE VISITSFOR CUSTOMIZED INDUSTRIAL CHAMBERS USED TO SIMULATE ENVIRONMENTAL CONDITIONS ON GOVERNMENT OWNED EQUIPMENT AS LISTED IN TABLE 1, AND TIME AN MATERIALS FOR EMERGENCY/GENERAL REPAIRS AS SHOWN IN TABLES 1,2,3 AND 4. The period of performance is One (1) year from the date of award. The following is a detailed Statement of Work: $___________________CLIN 0001 Semi-Annual Maintenance and Repair Contract for Chamber Calibrations (Firm Fixed Price) $__________________/Hour CLIN 0002 Time and Material on an as needed basis STATEMENT OF WORK CONTRACT SPECIFICATIONS/SCOPE OF WORK REQUEST M&R CONTRACT 2013 to cover 12 month period from award date. See attached equipment lists ------------------------------------------------------------------------------------------------------------ (1) FIRM FIXED PRICE - Preventative Maintenance Visits (semi-annually) Contractor shall provide: -Semi-annual Maintenance (Two routine, evenly spaced maintenance visits) for customized industrial chambers used to simulate environmental conditions (Government owned equipment listed in Table 1). Preventative maintenance, inspection and cleaning to include but not limited to: --Chambers- Condensers, cleaning (inside where applicable, and outside) with pressurized water (or vacuum) supplied by ATC, refrigerant gas pressure and leak checks. Door gaskets for proper sealing Fan motors/bearing issues Refrigeration systems leak checks Compressor oil levels Liquid line site during cold pull down Static charge low stage Clean boilers/check floats for proper water lever and check heaters. Replace any if necessary. Alarm limiter operations/safety alarms Tighten all connections-electrical and mechanical --Fume hoods. Service to include, but not limited to inspection of motors belts, air flow adjustments, filters, and lights semi-annually. --Spot hoods. Service to include, but not limited inspection of ducts, filters, if any, and motors. -- Laboratory Refrigerators. Preventative maintenance includes cleaning filters, compressor area, check belts, motors, microprocessors, alarms. --Portable Test Shelters (Field Instrumentation Team). Service to include maintenance of air conditioning and heating units, cleaning of filters. --Module room. All equipment that controls the temperature and humidity which provides a specific, continuous lab environment set by the COR and representative lab personnel for critical sample analysis. Equipment included, but not limited to compressors, condensers, valves, controllers, air flow, electric, steam generator. Routine maintenance shall consist of cleaning equipment filters, condensers with pressurized water supplied by ATC, refrigerant gas pressure and leak checks, performing temperature and humidity (where applicable) measurements to verify performance requirements. -Annual Calibration on all units in Tables 1, 3, and 4 of all microprocessors (controllers), sensors, and recorders, where applicable, on the listed units in Tables 1,3 and 4, scheduled by the COR. ISO 17025 Calibration Certificates of all equipment used during the performance of the calibrations shall be presented to the COR prior to calibration of any equipment and shall be traceable to the National Institute of Standards (NIST). -The number of temperature and humidity readings will differ with each chamber. At least three or more temperature and humidity readings shall be calibrated for each chamber (Table 1) and those chambers with humidity control shall include readings at 90-95%RH at 30 and 60C. Chambers with larger temperature ranges ie. -60C through +200C shall be calibrated at a minimum of 5 temperatures. A list of Temperature and Humidity scheduled readings for each chamber shall be provided to the COR prior to any calibration. Any changes to the list shall be agreed upon by the COR and the contractor. All readings shall be recorded by the contractor personnel and will include all error readings in an ISO17025 tabulated format. -Temperature, humidity (where applicable) and controller calibrations as per the listed equipment in Tables 3 and 4 shall be covered under this contract. ISO 17025 Calibration Certificates of all equipment used shall be presented to the COR prior to calibration of any equipment and shall be traceable to the National Institute of Standards (NIST). Calibration sheets for each piece of equipment will be supplied to the POC and retained for surveillance by the contract COR. -Contractor shall provide 1 point electronic calibration on units in lines 8, 9,10,11 of TABLE 4 above. -Contractor shall provide full range electronic calibration at 50 degree increments to the units in lines 1,2,3,4,5,6,7 of TABLE 4 (ie. unit high temp is 500F, therefore, 10 readings at 50 degree increments would be recorded). -Any repairs that need to be performed if calibration fails on any piece of equipment shall be discussed with the equipment POC/COR prior to any work being performed and the contractor will submit a Service Report containing the information on all parts/repairs/maintenance/ calibration/work performed during a visit. Any repair and parts will be covered under the Time and Materials CLIN of this contract. Vendor will provide all data sheets for all calibrations in electronic or printed form to COR/TPOC. (2) TIME AND MATERIALS FOR EMERGENCY/GENERAL REPAIRS Those chambers and equipment covered under the contract for emergency and general repairs are shown in TABLE's 1 (all services and repairs), 2 (diagnostics and repair of electrical systems), 3 and 4 (all services and repairs). -Emergency repairs shall be made within 4 hours when a test is in progress. Other repairs within three (3) working days of scheduled repair call. Non-emergency repairs shall be completed within 5 business days of request for repairs. This time line can be extended by the TPOC or COR if parts are delayed. -The contractor must have certified personnel and equipment for retrieving and dispensing refrigeration gases. Any gas recovered shall be reused in the same system it came out of (if clean). Any gas recovered by the contractor and not reused shall be stored at the unit the gas came from for later use or disposed of by the contractor IAW current State and Federal laws if gas is contaminated and not reusable. Contractor refrigerant certification shall be checked by the COR prior to any work performance. R23 will be made available for use by the ATC technical POC/COR from the R23 inventory on site. All other gases will need to be purchased by the vendor and reimbursed under the contract T&M section. -Equipment location: Service locations vary throughout APG-AA and APG-EA. Mobile equipment may be moved to other locations by the users. The contractor will be notified of the locations of equipment when service request is made. -If any repairs and parts are necessary for proper functioning of chambers/equipment prior to any calibration or PM, including refrigerant gas for recharging (refrigerants may include, but are not limited to R502, R22, R404A, R134A, R508) work will be performed as part of the time and materials contract CLIN. Prior to repairs, the technician will show all non-working parts and discuss all costs and time-to-repair with COR. COR will determine plan of action before vendor can proceed. If repairs are needed before calibration can be performed, after repairs are made, the calibration of chamber will revert back to fixed cost section of contract where applicable. -Repairs, including parts shall be to the refrigeration and condenser systems, limonene, heating, drying, humidity, and electrical systems and other mechanical parts such as valves, motors, fans, etc. which are incorporated into the systems for proper functioning as well as any relocation or replacement of duct work or piping, filters, lights, blower motors, motor belts, programmable logic controllers, safeties, compressors, fans, chart recorders, refrigeration systems, sensors, relays and HVAC. Support/service shall include but not limited to repair, troubleshooting/ diagnostics, replacement/spare parts procurement and installation, fabrication, and design review and consultation, technical support associated with the customized environmental/simulation chambers, Temp & Humidity ranges, related equipment, instrumentation and mechanical and electrical components/systems. Equipment and instrumentation examples include but are not limited to programmable logic controllers, safeties, compressors, fans, chart recorders, refrigeration systems, sensors, relays and HVAC. Support/service shall include repair, troubleshooting/ diagnostics, replacement/spare parts procurement and installation, fabrication, and design review and consultation. In some instances, to allow equipment operation/testing to continue, the Government shall furnish replacement parts pending coordination with the COR. -Must have working knowledge of welding, electrical, all types of refrigeration and refrigerants, cascade systems, all types of controllers and chart recorders (including rewiring of chambers and controllers) such as, but not limited to Watlows, EZT-560, Honeywell chart recorders, MicroStar and have knowledge of controller software and alarm settings. Equipment manufactured by multiple companies with some that have been retrofitted or refurbished. Age of units range from 4 to greater than 20 years. These mission-related equipment and facilities are critical to testing ammunition, body armor, textiles, soldier equipment and private industry commodities. Due to the age some chambers were manufactured may impact the availability of parts, thereby a comprehensive knowledge is needed to modify and/or substitute an equally compatible repair/replacement part. -In instances where a large dollar repair and replacement such as a compressor is returned to the manufacturer, the discount, if any, shall be deducted from the replacement costs of the new unit. Also, if repair estimate is over 15% of the equipment costs, the TPOC/COR may make the decision to not repair or calibrate the unit in question. -The contractor shall submit a Service Report containing the information on all repairs, maintenance, calibration and/or work performed during visit. Any repairs that need to be performed not previously authorized or determined to be a new requirement shall be discussed with and authorized by the POC prior to being performed. The contractor shall provide over the phone support in the event that ATC needs technical support during normal and non-duty hours in order to provide emergency response between scheduled visits. The contractor shall provide all such, implements and personal protective equipment necessary to properly and efficiently maintain the equipment for the life of the contract. SECURITY: Contractor personnel shall be US citizens and may be subject to background investigations. The contractor must possess a current security clearance in order to have unescorted access into the APG restricted areas. Lab does not have personnel to perform escort duties. INSPECTION: All work to be performed will be inspected by the government for compliance with requirements. Inspection and acceptance shall be at FOB destination by the COR. ITEMS TO BE DELIVERED: Items will be inspected upon delivery for compliance with requirements by the COR. TRAVEL or SPECIAL REQUIREMENT: Contractor shall be required to travel to multiple locations throughout ATC sites. Contractor shall be familiar and comply with all of ATC's /APG's policies and procedures to include, but not limited to, the following; Safety, Environmental and Security. TABLE 1 Aberdeen Area ATC Chamber ID #WF LABORATORY INSTRUMENTATION LIST AB-1 Walk-in*Walk-in T&H Chamber B362 AB-2 Walk-in*Walk-in T&H Chamber B362 AB-3*T&H 8 cu ft Chamber Mobile B372 AB-4*T&H 32 cu ft Chamber Mobile B372 AB-5*T&H 32 cu ft Chamber Mobile B400 AB-6T&H 4 cu ft Chamber Mobile B372 AB-7 Temp-Shock*T, Hydraulic Lift Chamber B372 AB-8*T 32 cu ft Chamber B362 AB-9 T&H Laboratory module controlled environment system B363M CZ-1*T&H 32 cu ft Chamber Mobile B362 CZ-2*T&H 32 cu ft Chamber Mobile B362 CZ-3*T&H 32 cu ft Chamber Mobile B372 CZ-4*T&H 64 cu ft Chamber Mobile B372 CZ-5* AltitudeT, Pressure 16 cu ft Chamber B372 T = Temperature / H = Percent Relative Humidity R1, R2, R3, R4Laboratory Refrigerators FH1 through FH7Fume Hoods (1-B362/1-B400/5-B363) SP1 through SP5Spot Hoods B363 T1 through T10Mobile Instrumentation Trailers TABLE 2 Simulated Environments Equipment -ATC Chamber ID #Type Environmental ChamberChamber ID #Type Environmental Chamber PE-1Trailer UnitPE-34Semi-Portable @ B670 PE-2Trailer UnitPE-35Semi-Portable @ B670 PE-3Trailer UnitPE-36Semi-Portable @ B670 PE-4Trailer UnitPE-37Semi-Portable @ B670 PE-5Trailer UnitPE-43Trailer Unit PE-6Trailer UnitPE-44Trailer Unit PE-10Trailer UnitPE-45Trailer Unit PE-13Trailer UnitPE-46Trailer Unit PE-14Trailer UnitPE-48Trailer Unit PE-15Trailer UnitPE-49Trailer Unit PE-16Trailer UnitPE-50Trailer Unit PE-17Trailer UnitPE-51Trailer Unit PE-18Trailer UnitPE-52Trailer Unit PE-19Trailer UnitPE-53Trailer Unit PE-20Trailer UnitPE-54Trailer Unit PE-28Trailer UnitPE-60Semi-portable @ B1-A Mainfront (MF) PE-30Trailer UnitPE-61Semi-portable @ B1-B (MF) PE-62Semi-portable @ B1-C (MF)SP-29Portable Heat Producer PE-63Semi-portable @ B2-A (MF)SP-1Solar Chamber, Semi-Portable @ B670 PE-64Semi-portable @ B2-B (MF)SP-2Dust Chamber, Semi-Portable @ B670 PE-65Semi-portable @ B2-C (MF)SP-3Saltfog Chamber, Semi-Portable @ B670 PE-66Semi-portable @ B3-A (MF)SP-25Loose Cargo Shaker PE-67Semi-portable @ B3-B (MF)SP-29Portable Heat Producer PE-68Semi-portable @ B3-C (MF)SP-30Portable Heat Producer PE-70Trailer UnitSP-31Bldg #1 New Vibration Facility PE-71*Trailer UnitSP-32Bldg #2 New Vibration Facility PE-72*Trailer UnitSP-33Bldg #3 New Vibration Facility PE-73*Trailer UnitLB-20Portable Cabinet Unit - Blue PE-74*Trailer UnitLB-21Portable Cabinet Unit - Blue PE-75*Trailer UnitLB-22Portable Cabinet Unit - Blue PE-80Semi-Portable @ New Vibration FacilityLB-23Portable Cabinet Unit - Blue PE-81Semi-Portable @ New Vibration FacilityLB-24Portable Cabinet Unit - Blue PE-82Semi-Portable @ New Vibration FacilityLB-25Portable Cabinet Unit - Blue PE-83Semi-Portable @ New Vibration FacilityLB-26Portable Cabinet Unit - Blue PE-84Semi-Portable @ New Vibration FacilityLB-27Portable Cabinet Unit - Blue PE-85Semi-Portable @ New Vibration FacilityLB-28Portable Cabinet Unit - Blue PE-86Semi-Portable @ New Vibration FacilityLB-29Portable Cabinet Unit - Blue PE-87Semi-Portable @ New Vibration FacilityCZ-4Portable Cabinet Unit - Beige SP-1Solar Chamber, Semi-Portable @ B670CZ-5Portable Cabinet Unit - Beige SP-2Dust Chamber, Semi-Portable @ B670CZ-6Portable Cabinet Unit - Beige SP-3Saltfog Chamber, Semi-Portable @ B670CZ-7Portable Cabinet Unit - Beige SP-25Loose Cargo Shaker TABLE 3. ARL Equipment List #1 Aberdeen Area Site A Equipment List NomenclatureBar CodeCalibration Conditions 1. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M5962D160/250/350 Deg F 2. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M5963D160/250/350 Deg F 3. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M5964D160/250/350 Deg F 4. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M6057K160/250/350 Deg F 5. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M6058K160/250/350 Deg F 6. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M6059D160/250/350 Deg F 7. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M6060K160/250/350 Deg F 8. Oven, Mech Convection, Floor Mod, Rm Temp to 500 Deg F, Blue M6061K160/250/350 Deg F 9. Oven, Batch, Class A, Rm Temp to 500 Deg F, Blue M5986D160/250/350 Deg F 10. Oven, Mechanical Convection, Rm Temp to 250 Deg F, Blue M ---160/250 Deg F 11. Oven, Mech Convection, Floor Mod, Rm Temp to 500 Deg F, Blue M5967D160/250/350 Deg F 12. Oven, Vacuum, W/Omega CN7600 Contr, Rm Temp to 400 Deg F9520C130/200 deg F 13. Oven, Mechanical Convection, Rm Temp to 500 Deg F, Blue M5972D160/250/350 Deg F 14. Oven, Batch Class A, Rm Temp to 500 Deg F, Floor, Newest, Blue M0880K160/250/350 Deg F 15. Oven on Ozone System, Rm Temp to 374 Deg F, Blue M1101K105 & 200 Deg F 16. Oven, Fisher Operating Range, 50 to 325 Deg C, Blue M0081K50/150/250 deg C 17. Oven, Fisher Operating Range, 50 to 325 Deg C, Blue M0460K50/150/250 deg C 18. Oven, Fisher Operating Range, 35 to 200 Deg C, Blue M9660F50/150/180 deg C 19. Vac Oven, VWR, Operating Range 20 to 370 Deg C, Blue M6050H50/150/150 deg C Other Chambers 20. Instron Oven with Omega CN76000 Controller, Rm Temp to 250 F2433F160/200/250 F 21. Precision Oven w/Barber Coleman Contr, Rm Temp to 250 F5911D160/200/250 F 22. CSZ Low Temp Small Chamber, Room Temp to -70 Deg F8173F -25/-40/-60 Deg F 23. CSZ Low Temp Large Chamber, Room Temp to -70 Deg F8303F -25/-40/-60 Deg F 24. Coron Humidity Cabinet, 5 to 60 C & 20 to 98% Humidity0340K 55 F/50% and 73F/65% and 150 F/83% 25. Chamber for DeMattia Flex Tester, Rm Temp to 250F ---160/200/250 F 26. Thelco Convection Oven, 65 to 250 C3177J160/250/350 Deg F 27. FWI Elect PXW.5 Controller for Goodrich Flexometer Chamber8759H120 Deg F 28. Humidity Cabinet, ESPEC, -20 to 85 Deg C, 40% to 95 % RH0877K23 Deg C/50% and 23 Deg F/90% and 49 Deg F/25% 29. Humidity Cabinet, Blue M, 3 to 93 Deg C, 40% to 98 % RH7540D55 Deg F/50% and 73 Deg F/90% and 150 Deg F/25% Controllers on Rubber Press Platens 30. Drake press w/two Omega 6001JT1P Controllers9725D250/320/400 Deg F 31. PHI Press with two Omega CN9412 Controllers5994d250/320/400 Deg F 32. PHI Press with two Omega CN9412 Controllers32141F250/320/400 Deg F 33. Preco Press w/Barber Coleman Model 523B Controller Kit9723D250/320/400 Deg F 34. Two West 4100 Temp Controllers for Wabash Press2239250/320/400 Deg F 35. Wallice Special OvenN/A160/200/250 Deg F TABLE 4 ARL Equipment List #2 Aberdeen Area Site B Equipment List NomenclatureIDCalibration Conditions 1. Blue M WI Oven S#Who-8168S#128Controller-Ambient to 500 Deg F 2. Blue M 4X6 Oven MP-966-GPHS#12X-170-9 Controller-Ambient to 500 Deg F 3. PQC Oven LW5-505-5ELAS#15789Controller-Ambient to 500 Deg F 4. Lindberg Gravity OvenM#60135AController-Ambient to 500 Deg F 5. Fisher Scientific Furnace (SM)-----Controller-Ambient to 500 Deg F 6. Vacuum Oven M#1430MS#202401Controller-Ambient to 500 Deg F 7. Brisk Heat Hot Table M#90411HEATS4255J2 Controllers-Ambient to 500 Deg F 8. Cold Room----- No Controller 9. Freezer, Small-----No Controller 10. Freezer, Large -----No Controller 11. Freezer, Large-----No Controller CLIN 0001 Maintenance and Repair Contract for Chamber Calibrations CLIN 0002 Time and Material on an as needed basis The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 4:00 PM EST Thursday August 29, 2013 via e-mail to Ms. Tyce Bell, tyce.l.bell.civ@mail.mil, at the US Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division, Attention: ACC-APG, 6001 Combat Drive, Aberdeen Proving Ground, MD, 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov/CCR. For questions concerning this Request for Quotation contact Ms. Tyce Bell, Contract Specialist, via e-mail at tyce.l.bell.civ@mail.mil. Please provide any questions no later than Friday August 23, 2013 at 4:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/50aa165b00283b5a6182a80723081cb4)
- Place of Performance
- Address: ACC-APG - Installation Division Directorate of Contracting, 6001 Combat Drive Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03153209-W 20130821/130819234914-50aa165b00283b5a6182a80723081cb4 (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 |