Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

J -- Mass Notification System (MNS) - PWS

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T1DE4072AC01
 
Archive Date
5/8/2014
 
Point of Contact
LESLY TOUSSAINT, Phone: 8508820255, Nicole Anderson, Phone: 850-882-0326
 
E-Mail Address
lesly.toussaint.4@us.af.mil, nicole.anderson.1@us.af.mil
(lesly.toussaint.4@us.af.mil, nicole.anderson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Giant Voice System at Eglin Air Force Base, FL. COMBINED SYNOPSIS/SOLICITATION FOR MASS NOTIFICATION SYSTEM (MNS) The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a Firm-Fixed-Price Contract for Mass Notification System (MNS), as prescribed in the Performance Work Statement (PWS) below. Period of performance is for time of award (estimated 2 June 2014) - 30 Sep 2015; plus one (1) additional year option for a period of performance of 1 Oct 2014 - 30 Sep 2015; plus a possible six months extension of service for a period of performance of 1 Oct 2015 - 1 Apr 2015. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format in FAR 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 announcement number is F1T1DE4072AC01. The North American Industry Classification System (NAICS) code for this acquisition is 811213 with a small business size standard of $10M. Please identify your total business size in your response based upon this standard. All small business contractors are encouraged to participate. The requirement consists of the following items: CLIN0001: Base Giant Voice System maintenance contract in accordance with (IAW) the Performance Work Statement (PWS) Period of performance is for time of award (estimated 2 June 2014) and ending 30 Sep 2014 CLIN0002: Option Year 1 Giant Voice System maintenance contract in accordance with (IAW) the Performance Work Statement (PWS) Period of performance is 1 Oct 2014 - 30 Sep 2015 CLIN0003: Option Possible 6 Months Extension Period of performance is 1 Oct 2015 - 1 Apr 2015 PERFORMANCE WORK STATEMENT FOR GIANT VOICE SYSTEM MAINTENANCE CONTRACT 1. SCOPE OF WORK The contractor shall provide all support, service, scheduled and unscheduled maintenance and preventive maintenance on the Eglin Air Force Base, Florida Acoustic Technology, Inc. (ATI) outdoor mass notification system, referred to as the GIANT VOICE system. 1.1. DESCRIPTION OF SERVICES. The contractor shall provide all support, service, scheduled and unscheduled maintenance and preventive maintenance on the Eglin Air Force Base, Florida Acoustic Technology, Inc. (ATI) outdoor mass notification system, referred to as the GIANT VOICE system. 1.2. Performance Period The contractor shall perform the services in the PWS for the identified period identified in the final contract; not to exceed 2 years. 1.3. Place of Performance The contractor shall perform the services in the Performance Work Statement at Eglin Air Force Base (AFB), Florida and Camp Rudder. 1.4. SPECIFIC TASKS. The contractor will provide a cost list, referred to as a menu, of services, technician rates, preventive maintenance inspection costs and predicted contractor costs, i.e. equipment rental costs. 1.4.1The contractor will respond on an as-needed basis to troubleshoot, repair and/or restore the operability of the 20 speaker positions and four communication control units that make up the GIANT VOICE system. 1.4.2. Once notified of work to be completed, the contractor will reply within 72 hours with a scheduled site visit. 1.4.3. The contractor will assess, survey, inspect and perform an operational check of the GIANT VOICE system to determine positions requiring repair, the repairs needed to be made and the parts to be replaced/repaired in order to restore all positions to full operation. 1.4.4. Upon completion of the assessment of the system, the contractor will provide a detailed list of work to be completed to restore the system to full operation. The contractor will also provide an itemized cost list for all parts and equipment requiring replacement, labor costs to accomplish the repair as well as travel and per diem costs for technicians. The contractor will provide a final cost estimate with the bottom-line dollar quotation for each visit or repair. 1.4.5. The contractor will provide all service, labor, materials, supplies, equipment, tools, machinery, investigations, studies, project supervision, and travel to perform the assessment and repairs. 1.4.6 Upon completion of the repairs, the contractor and a representative from the 96 Communications Squadron will perform an operational and functional test to confirm the success of the repair work. The 96 CS will confirm the system is fully functional and at 100% operability prior to the contractor departing. 1.4.7 Contractor shall ensure no debris or equipment remains in the work area upon completion of repair work. 2. BASIC SERVICES. The Eglin GIANT VOICE system is used to provide mass-notification to base personnel in the event that information needs to be disseminated at a moment's notice. 2.1 The equipment to be supported is made up of a total of 20 speaker positions - 19 positions installed on Eglin Main Base and one position at Camp Rudder. Eglin maintains a total of four communication control units (CCUs) - three CCUs on Eglin and one CCU at Camp Rudder. The control equipment for the 19 positions on Eglin is located at the Eglin Command post. The control equipment for the Camp Rudder position is located at the duty desk, Camp Rudder. Additionally, one maintenance CCU is used by the 96 Communications Squadron for first-look maintenance of the system and another CCU is used at the Eglin Mobility and Readiness Facility for contingency operations. 2.2 The GIANT VOICE speakers are installed on water towers, poles and buildings at various heights across the base. The equipment cabinets and solar panels are mounted at various heights on towers, poles and buildings. 3. SYSTEM DESCRIPTION. The Eglin GIANT VOICE system is an ATI system. The four CCUs to be supported are Model REACT-4000. Each speaker position is made up of an outdoor speaker unit, an associated solar panel and a high power four speaker array. Each of the positions is remotely activated by an associated CCU via radio frequency. The CCUs are located at the locations in the table below. CCU Number Location 1 Eglin Command Post, Building 1 2 Maintenance CCU, Personal Wireless Communications Systems Office, Building 250 3 Mobile CCU, Mobility and Readiness Office, Building 1392 4 Camp Rudder, Building 6009 The 20 speaker positions are a four-horn array, installed at strategic locations across the base so as to provide optimum message dissemination. The locations of the speaker positions are identified in the table below. Position Number Location 1 Ranger Camp (Camp Rudder) 2 33rd Flight line Area 3 Perimeter Rd Ammo Area 4 Building 614, Biscayne Rd and Seventh St, Supply Area 5 Building 10800 Housing Office, Hatchee Rd & Memorial 6 Housing Hidden Oak Terrace 7 DOES NOT EXIST 8 Building 1355, Mole Hole 9 Building 1324, Water Tower Behind Command Post 10 33 Flight line Area 11 Building 1392, Readiness Center 12 East Gate Track 13 Navy School Water Tower 14 Building 225, Water Tower In Front Of Education Center 15 C41 Test Flight Building 16 Base Exchange (BX) 17 DOES NOT EXIST 18 Water Tower Next to Elementary School 19 Water Tower Behind Housing Fire Station 20 Water Tower Next to Hospital 21 Building 1 22 Poquito Bayou -- Long Leaf Cir & Loblolly Dr The location of each installed speaker position is depicted in Eglin AFB GIANT VOICE Speaker Positions Picture 1 and 2. Eglin AFB GIANT VOICE Speaker Positions Picture 1 Camp Rudder GIANT VOICE Speaker Position Picture 2 The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-072 effective as of 30 January 2014, DFARS DPN 20140129 effective 29 January 2014, and AFFARS Revision #01, 12 June 2013. This agreement 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 address: http://farsite.hill.af.mil. The following provisions and clauses are applicable: •· FAR 52.203-16, Preventing Personal Conflicts of Interest (Dec 2011) •· FAR 52.204-7, Central Contractor Registration (Feb 2012) •· FAR 52.204-8, Annual Representations and Certifications (May 2012) •· FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) •· FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) •· FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) •· FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012) •· FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) •· FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Apr 2012) •· FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (Sep 2013) incorporating the following: •v FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •v FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) •v FAR 52.219-8, Utilization of Small Business Concerns (Jul 2013) •v FAR 52.219-14, Limitations on Subcontracting (Nov 2011) •v FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) •v FAR 52.222-3, Convict Labor (Jun 2003) •v FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Nov 2013) •v FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) •v FAR 52.222-26, Equal Opportunity (Mar 2007) •v FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sep 2010) •v FAR 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) •v FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) •v FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010) •v FAR 52.222-54, Employment Eligibility Verification (Aug 2013) (Executive Order 12989) •v FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) •v FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Jul 2013) •v FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) •v FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) •v FAR 52.222-43, Fair Labor Standards Act and Service Contract Act (Sep 2009) •· FAR 52.213-2, Invoices (Apr 1984) •· FAR 52.217-5, Evaluation of Options (July 1990) •· FAR 52.217-8, Options to Extend Services (Nov 1999) •· FAR 52.217-9, Option to extend the terms of the contract (Mar 2000) •· FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) •· FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) •· FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) •· FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) •· FAR 52.222-26, Equal Opportunity (Mar 2007) •· FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) •· FAR 52.222-41, Service Contract Act of 1965, As Amended (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 52.228-5, Insurance - Work on a Government Installation (Jan 1997) •· FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) •· FAR 52.232-18 Availability of Funds (Apr 1984) •· FAR 52.233-3, Protest After Award (Aug. 1996) •· FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) •· FAR 52.237-3, Continuity of Services (Jan 1991) •· FAR 52.246-4, Inspection of Services Fixed Price (Aug 1996) •· FAR 52.247-34, F.O.B Destination (Nov 1991) •· FAR 52.249-12, Termination (Personal Services) (Sep 2007) •· FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) •· FAR 52.252-6, Authorized Deviation in Clauses: http://farsite.hill.af.mil/vfdfara.htm — DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD; Officials (Sep 2011) — DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) •· DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) •· DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2012) •· DFARS 252.204-7008, Export-Controlled Items (Apr 2010) •· DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) •· DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011) •· DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) •· DFARS 252.232-7007, Limitation of Government's Obligation (May 2006) •· DFARS 252.243-7001, Pricing of Contract Modification (Dec 1991) •· DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) •· DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) •· DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) •· AFFARS 5352.201-9101, Ombudsman (Nov 2012) •· 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) •· 5352.242-9001, Common Access Cards for Contractor Personnel (Nov 2012) •· LOCAL CLAUSE H-850: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. Acceptors, Name, Phone, Email 2. PCO's Name, Phone, Email 3. Contract Specialist Name, Phone, Email Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. ANNUAL ESTIMATES: Annual Estimates: These dollar amounts are estimates only: the government is NOT obligated to execute task orders limited to the listed estimates: CLIN0001: Base Period of performance is for time of award (estimated 2 June 2014) - 30 Sep 2014 CLIN0002: Option Year 1 Period of performance is 1 Oct 2014 - 30 Sep 2015 CLIN0003: Option Possible 6 Months Extension Period of performance is 1 Oct 2015 - 1 Apr 2015 The following clauses and provisions apply to this solicitation and are included in full text: FAR 52.212-1- INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS (JUL 2013) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. ADDENDUM TO 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS SPECIFIC INSTRUCTIONS •1. Instructions : This section of the instructions to offerors prescribes the format of the proposal and describes the approach for the development and presentation of quotation data. The instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of the proposal. Submit a clear and complete quotation as detailed in this section and FAR 52.212-2, Evaluation-Commercial Items. Include only information that is relevant to this solicitation. The offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's quotation. Pages in excess of the maximum will be removed from the quotation and will not be evaluated. •2. Quotation Format : The proposal shall be 8 1/2 " x 11" paper except for foldouts used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information and excludes such things as blank pages, title pages, tables of contents, tabs, dividers, and indices. All pages shall have a minimum margin of 1" on the sides and 1/2" on top and bottom, (excluding document numbers, classification markings, and page numbers). All material must be contained within the page limits identified. Type shall be 12-point font. Text lines shall be spaced a minimum of 1 space. Elaborate formats, bindings or color presentations are not desired or required. •3. Quotation Structure : The composition of each proposal shall be such that extensive searching throughout the document is not required to locate and evaluate any area. Total page count will be determined by the number of printed pages (printing on both sides of the paper will be counted as two pages). The proposal shall be divided, tabbed, and indexed. The proposal shall contain sufficient information to enable evaluators to make complete analyses of the proposals. Include all available information pertaining specifically to the solicitation requirements FAR 52.212-2, Evaluation-Commercial Items. •4. Submissions : You must submit original and one (1) paper copy. You may submit one (1) electronic copy on CD ROM. Floppy disks and zip disks are not acceptable. •5. Disposition of Quotations : After contract award, the Government will dispose of unsuccessful quotation s as follows: one copy will be retained with the contract file; the additional copies will be destroyed. No destruction certificate will be provided. •6. Formal Communications : Offerors should submit formal communications such as requests for clarifications and/or information concerning this solicitation in writing to the address provided in this solicitation NO LATER THAN 12 CALENDAR DAYS PRIOR TO THE DATE SET FOR RECEIPT OF OFFERS. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Technical Proposal. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on the initial offers received, without discussion of such offers. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following: 1. Requirements of the RFQ Contract Line Item (CLIN) and Performance Work Statement (PWS), and Government standards, instructions and regulations pertaining to the Performance Work Statement. 2. The proposal shall consist of two separate and detachable submissions as listed below. 3. Evaluation Factors for Award in FAR 52.212-2 of this RFQ. 4. Any limitation on the number of proposal pages as follows: Quotation Page Limitations: Cost/Price (Part I) : The Cost/Price proposal is not page limited; however, the Cost/Price proposal shall be used for only cost/price information. Technical Capability (Part II ) : Maximum of 30 pages total Pages exceeding the page limitations set forth in this Section will not be read nor evaluated, but will be removed from the proposal. Contents for each proposal shall be as follows: COST/PRICE QUOTATION - Submit original and one (1) copy The offeror shall provide a firm fixed price (FFP) proposal in accordance with the Contract Line Items. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price TECHNICAL CAPABILITY- Limited to no more than thirty (30) pages. Submit original plus one (1) copy. The technical information shall not make reference to price data. The technical capability proposal should be specific, detailed, and clearly demonstrate that the offeror has a thorough understanding of the requirements for the accomplishment of this effort. The technical capability proposal shall address the following factors as stated in the evaluation factors for award: A - Technical Solution Approach: The offeror shall provide a Technical Solution Quotation consistent with the Addendum to FAR 52.212-2 para. 2, Evaluation Factor II, Technical Solution Proposal. The evaluation process shall proceed as follows: 2. EVALUATION FACTORS: Part I - Price Evaluation: Price Evaluation. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. Initially, offers will be ranked according to the Lowest Price Technically Acceptable (LPTA). ADDENDUM TO FAR 52.212-2, EVALUATION OF COMMERCIAL ITEMS BASIS FOR CONTRACT AWARD : 1. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The government is interested in quotations that offer the best value in meeting the requirements with acceptable risk at a fair and reasonable price. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Note: The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later the Contracting Officer determines to be necessary. The Government may reject any and all offers if such is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in received offers. Part II - Technical Acceptability •A. Technical Solution Approach: The government technical evaluation team shall evaluate the offer with the Lowest Price Technically Acceptable (LPTA) to determine the contractor's qualification for the requirement as detailed in the PWS. Technical information will be evaluated based on how the contractor will meet the staffing/management needs of the proposed team and the contractors plan to have the team in place by an estimation of June 2014. •1. An explanation and example of how the contractor will meet the staffing requirement. 2. An explanation of how the contractor will meet the timeline and have a staff in place by estimation of June 2014. If the offer with the LPTA is determined to be technically unacceptable, the government technical evaluation team shall evaluate the offer with the next lowest TEP. This succession shall continue until the lowest price, technically acceptable offer is established. End of Addendum to FAR 52.212-2-Evaluation of Commercial Items Attachments: 1) Attachment 1 - Performance Work Statement 5 Pages QUOTES MUST BE RECEIVED AT THE FOLLOWING ADDRESS no later than 1:00PM (central time) on 07 May 2014 : AFTC/PZIOAA (Contracting) Attn: Lesly Toussaint 308 West "D" Ave., Bldg. 260, Ste. 130 Eglin Air Force Base, FL 32542 Any electronic responses shall be submitted electronically to lesly.toussaint.4@us.af.mil and/or nicole.anderson.1@us.af.mil concerning this acquisition. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 1:00 P.M., CENTRAL TIME ON 07 May 2014. A determination for award is twenty-one (21) days after the due date. For questions, contact the contract administrator, Lesly Toussaint at (850) 882-0343 or the contracting officer, Nicole A. Anderson at (850) 882-0326.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2a1b2b5735d329aee50e088e62cc056)
 
Place of Performance
Address: Eglin Air Force Base, Eglin, Florida, 32547, United States
Zip Code: 32547
 
Record
SN03347641-W 20140426/140424234812-f2a1b2b5735d329aee50e088e62cc056 (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.