SOLICITATION NOTICE
58 -- RANDOLPH AFPAA PRODUCTION CENTER EQUIPMENT - JA BRAND NAME - SALIENT CHARACTERISTICS
- Notice Date
- 3/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002850490129
- Archive Date
- 4/22/2015
- Point of Contact
- Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil
(claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SALIENT CHARACTERISTICS JA BRAND NAME COMBINED SYNOPSIS/SOLICITATION: HQ002850490129 Title: Randolf AFPAA PRODUCTION CENTER EQUIPMENT Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name Procurement or equal - see attached justification and description of the items and the salient characteristics. a. Solicitation Number HQ002850490129 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-80, effective 2 March 2015 and DFARS Change Notice 20150226 c. This procurement is brand name; associated with NAICS Code 333314 with a size standard of 750 employees and is set aside 100% for small business. d. Description: THESE ITEMS ARE BRAND NAME; SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. CLIN 0001: PROD CENTER KIT 3 DESCRIPTION: PRODUCTION CENTER EQUIPMENT C/O: 3EA SONY XDCAM CAMCORDER(PXW‐X200), 6EA SONY SXS PRO 32GB MEMORY CARD(SBS‐32G1A), 2EA SONY DUAL BATTERY CHARGER(BC‐U2), 6EA SONY LITHIUM‐ ION BATTERY(BP‐U60), 3EA SACHTLER CAMCORDER TRIPOD SYSTEM, FSB‐8 CF(0775), 3EA SACHTLER HARD SIDED SHIPPING CASE, ENGIII(9311), 1EA SENNHEISER LAVALIER MICROPHONE(ME‐66), 1EA SENNHEISER MICROPHONE SYSTEM POWER MODULE(K6), 1EA VARTA AA‐4 PACK BATTERIES(V4906121414), 1EA AURAY BOOM POLE SHOCK MOUNT FOR CAMERAS(DUSM‐1), 1EA AURAY PISTOL GRIP FOR MICROPHONES(GRIP), 1EA K‐TEK ALUMINUM BOOM POLE W/COILED XLR CABLE(KE‐89CC), 1EA KOPUL 20‐FT XLR M‐ANGLED XLR F PRO MIC CABLE(M4020R), 1EA KOPUL XLR M TO XLR F PRO MIC CABLE 1.5‐FT(M40015R), 1EA AURAY NEOPRENE BAG FOR 34‐IN BOOMPOLE W/MIC, SOFTIE(BPB‐34), 1EA AURAY SOFTIE WINDSCREEN W/19‐23MM HOLE SIZE(WSS2018), 2EA SENNHEISER WIRELESS MIC SYS COMBO‐A, 516‐558MHZ(EW100ENGG3‐A), 2EA ELECTRO‐VOICE OMNI‐DIRECT HANDHELD ENG MIC(F.01U.117.391), 2EA PELICAN PELICAN 1200 CASE W/FOAM, BLK(1200‐000‐110), 2EA AURAY SQUARE MICROPHONE FLAG (BLACK)(MFM‐SB), 2EA PEARSTONE UNIVERSAL PLUG‐IN TRANS HOLSTER CASE(UPOH), 3EA SONY OMNIDIRECTIONAL LAVALIER MICROPHONE(ECM‐44B), 3EA AURAY FUZZY WINDBUSTER FOR LAVALIER MIC BLK(WLW), 3EA CANARE STAR‐QUAD(L‐4E6S) MIC CABLE 25‐FT(CXLRP‐XLRJ‐25B), 3EA COMPREHENSIVE PERFORMER SERIES LO‐Z MIC CABLE 10‐FT(PS12510), 3EA PEARSTONE LAV MIC TIE CLIPS FOR SONY ECM44(81011502), 3EA SONY CIRCUMAURAL HEADPHONES(MDR‐7506), 1EA SONY MEMORY CARD READER(SBAC‐US30), 3EA TIFFEN LENS FILTER, UV PROTECTOR, 77MM(UVP77), 3EA PUROSOL, LENS CLEANING KIT(PUOC‐10078), 1EA LOWEL SUPER AMBIENT LIGHTING KIT(TORP955). UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0002: MEMORY CARD DESCRIPTION: 64GB; F‐SERIES P2 CARD; TRANSFER RATE: UP TO 1.2GBPS. UNIT PRICE @ _____________ x 8 EA = $__________________ CLIN 0003: BATTERY PACK DESCRIPTION: LITHIUM‐ION BATTERY PACK; 7.7V; 5400MAH; FULLY RECHARGEABLE; COMPATIBLE WITH PANASONIC AG‐ DVC80, AG‐HPD24, AG‐HPD24J, PANASONIC AVCCM AG‐AC8, AG‐AC8PJ, AG‐AC90, PANASONIC P2 HD‐AG‐HPX255, AG‐ HPX255P. UNIT PRICE @ _____________ x 8 EA = $__________________ CLIN 0004: WINDSCREEN DESCRIPTION: Description: F/U/W: ECM‐V1BMP AND UWP SERIES MICROPHONES; 5‐PACK; REPLACEABLE; BLACK FOAM. UNIT PRICE @ _____________ x 8 EA = $__________________ CLIN 0005: MICROPHONE CLIP DESCRIPTION: LAVALIER; 4‐PACK; F/U/W: UWP SERIES MICS. UNIT PRICE @ _____________ x 8 EA = $__________________ CLIN 0006: CARRY ON CASE DESCRIPTION: UNBREAKABLE, WATERTIGHT, AIRTIGHT, DUSTPROOF, CHEMICAL RESISTANT AND CORROSION PROOF HARD CASE; BLACK; INTERIOR DIMENSIONS: 19.75 X 11 X 7.6‐IN; TELESCOPIC HANDLE; WHEELS; COLOR: BLACK; 3‐PIECE FOAM INSERTS. UNIT PRICE @ _____________ x 6 EA = $__________________ CLIN 0007: TRIPOD DESCRIPTION: CARBON FIBER; COLOR: BLACK; DURAL CARBON FIBER CONSTRUCTION; 100‐MM/4‐IN BOWL BASE; SINGLE EXTENSION DESIGN; MAXIMUM HEIGHT OF 68.9‐IN; ROTARY CLAMPING SYSTEM; C/W: 1‐EA DV‐12SB FLUID HEAD (P/N:1205), 1‐ EA HOT POD CF 10 TRIPOD(P/N: 5385/10), 1‐EA COVER 100 II HARD CASE(P/N:9309), 1‐EA SINGLE SECTION PAN BAR (P/N: DV‐100), QUICK RELEASE/WEDGE PLATE(P/N: 1063), 3‐YR WARRANTY ON HEAD AND TRIPOD, 5‐YR WARRANTY ON FLUID MODULES USED IN HEAD. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0008: TAPE DRIVE DESCRIPTION: LTO ULTRIUM (1.5TB/3TB‐COMPRESSED); ULTRIUM 5; SAS‐2; RACK‐MOUNTABLE(3RU); ENCRYPTION(AES 256‐BIT); 256MB BUFFER; DATA TRANSFER RATE: 140/280TB; TRANSFER RATE:1TB/HR. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0009: OPTICAL DRIVE DESCRIPTION: EXTERNAL; APPLE SUPER DRIVE; USB 2.0; WRITE SUPPORT: 6X DVD+/‐R DUAL LAYER DVD‐R, 6X DVD‐RW, 8X DVD+RW; READ SUPPORT: 8X DVD+/‐R, 8X DVD+/‐R DUAL LAYER, 8X DVD+/‐RW,24X CD‐RW. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0010: EDITING CONSOLE DESCRIPTION: TRANSPORT CONTROLLER W/JOG‐WHEEL AND SHUTTLE RING; ASSIGNABLE SOFT KEYS; NUMERIC KEYPAD; C/W: 2EA RISER BRACKETS, ARTIST SERIES DVD‐ROM W/SOFTWARE AND ELECTRONIC USERS GUIDE, ETHERNET CROSS‐ OVER CABLE, POWER SUPPLY, ARTIST TRANSPORT QUICK SETUP; EUCON COMMUNICATION AND CONTROL; SUPPORTS HUI AND MACKIE CONTROL PROTOCOLS; INTEGRATED OLED DISPLAY; ETHERNET CONNECTIVITY; WIN/MAC COMPATIBLE; PWR RQMTS: 100‐240V AC, 50‐60HZ. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0011: EDITING SYSTEM DESCRIPTION: IMAC 27‐IN PRO‐LEVEL TURNKEY KIT WITH AVID MEDIA COMPOSER 8; DESKTOP COMPUTER, C/O: 27‐IN IMAC DESKTOP COMPUTER(MAC OS X OPERATING SYSTEM PREINSTALLED) W/QUAD‐CORE 4TH‐GENERATION HASWELL 3.5 GHZ INTEL CORE I7 PROCESSOR, 16GB OF 1600MHZ DDR3 RAM, A 1TB 7200RPM HARD DRIVE, 10/100/1000MBPS GIGABIT ETHERNET, 802.11AC/A/B/G/N WI‐FI, DUAL THUNDERBOLT PORTS(WHICH ALSO DOUBLE AS MINI DISPLAYPORTS),4EA USB 3.0 PORTS, FACE‐TIME HD CAMERA, DUAL MICROPHONES, BUILT‐IN STEREO SPEAKERS,27‐IN WIDESCREEN LED DISPLAY W/LED BACKLIGHTING AND IN‐PLANE SWITCHING (IPS) TECHNOLOGY, 178‐DEG VIEWING ANGLE, 16:9, 2560 X 1440 NATIVE RESOLUTION, NVIDIA GEFORCE GTX 780M GRAPHICS CARD W/4GB OF GDDR5 DISCRETE MEMORY; INCLUDES: 2EA CRUCIAL CT102464BF160B 8GB 204‐PIN SODIMM, DDR3 PC3‐12800 MEMORY MODULE, AVID MEDIA COMPOSER 8 (ACTIVATION CARD), BLACKMAGIC DESIGN ULTRASTUDIO 4K THUNDERBOLT 2, PROMISE TECHNOLOGY 12TB PEGASUS2 R6 THUNDERBOLT 2 RAID STORAGE ARRAY, BELLA SHORTCUT KEYBOARD FOR AVID MEDIA COMPOSER (WINDOWS CONFIGURATION), 2EA APPLE THUNDERBOLT CABLE (6.6‐FT), APPLE 2‐YEAR APPLECARE PROTECTION PLAN FOR IMAC (AUTO ENROLL), C2G 6‐FT (1.8MM) UNIVERSAL 18 AWG POWER CORD, COMPUTER SOFTWARE AND MEMORY INSTALLATION WITH 1‐YEAR TECH SUPPORT. UNIT PRICE @ _____________ x 1 EA =$__________________ CLIN 0012: SPEAKERS DESCRIPTION: POWERED; MULTI‐MEDIA; DESKTOP(1‐PAIR); BLACK; 60‐WATT PEAK POWER; DUAL CLASS AB MONOLITHIC AMP; 2.75‐IN KEVLAR WOOFER;.75‐IN SILK DOME; INPUTS:3.5MM STEREO MINI‐JACK, STEREO RCA, USB; OUTPUTS:STEREO RCA; FREQ: RESPONSE: 65HZ TO 22KHZ; INPUT IMPEDANCE: 10 K OHMS UNBALANCED; INPUT SAMPLE RATE: UP TO 48KHZ NATIVE; DIMENSIONS(EACH SPEAKER): 6‐IN X 4‐IN X 5.3‐IN; CROSSTALK: ‐50DB; SNR: >95DB TYPICAL A‐WEIGHTED; DAC: TI/BURR BROWN PCM2704C; PWR RQMTS: 110‐240VAC, 50/60HZ. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0013: CABLE ASSEMBLY DESCRIPTION: THUNDERBOLT CABLE; 6.6‐FT; MALE TO MALE; COLOR: WHITE. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0014: COMPUTER MONITOR DESCRIPTION: 31.5‐IN 4K UHD; COLOR SAT: 80‐PERCENT(UNDER CIE 1976 STANDARD); IGZO; RESOLUTION: 3480 X 2160;.182MM PIXEL PITCH; BRIGHTNESS: 350 CD/M2; CONTRAST RATIO: 800:1; VIEWING ANGLE: 176/176‐DEG V/H; 8MS RESPONSE TIME; 18‐LEVEL COLOR TEMP SELECTION; DISPLAY COLORS: 1073.7 MILLION(10‐BIT); 2EA 2‐WATT STEREO RMS SPEAKERS; INPUTS: 2EA HDMI, DISPLAY PORT, RS232C, 3.5MM PC AUDIO, 3.5MM AV AUDIO; TILT: +25‐DEG TO ‐5‐ DEG; KENSINGTON LOCK; PWR RQMTS: 100‐240VAC, 50/60HZ. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0015: 5‐BAY RAID STORAGE DESCRIPTION: EXTERNAL; 20TB; 5BIG THUNDERBOLT 2 SERIES; 5X4TB HOT‐SWAPPABLE 7200RPM/64MB CACHE HARD DRIVES; 2EA THUNDERBOLT PORTS; BIDIRECTIONAL 20GB/S TRANSFER RATE; AES 256‐BIT SOFTWARE ENCRYPTION; KENSINGTON LOCK; ALUMINUM ENCLOSURE; THERMOREGULATED NOCTUA COOLING FAN; PRECONFIGURED HFS+ RAID 5; RAID 0/1/5/6/10/JBOD CONFIGURATIONS; DAISY CHAIN UP TO 6 THUNDERBOLT COMPATIBLE DEVICES; PWR RQMTS:100‐240VAC, 50/60HZ. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0016: DOORWAY DOLLY DESCRIPTION: ROUND‐D‐ROUND DOORWAY DOLLY; 4‐WHEEL STEERING; 1100‐LB CAPACITY; 6‐FT TURNING RADIUS; STEERING FROM BOTH ENDS; OPERATOR SEAT; OFFSET ARM INCLUDED; PNEUMATIC RUBBER TIRES; NON‐SLIP CARPETED PLATFORM; 51‐L X 28.25‐IN W. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0017: POWER SUPPLY DESCRIPTION: UNINTERRUPTIBLE; RACKMOUNT(2RU)/TOWER UPS; 800W/1000VA; 120V; LCD INTERFACE; HOT‐SWAPPABLE BATTERY; AUDIBLE ALARMS; 8EA NEMA 5‐15R RECEPTACLES; USB/RJ45 PORTS; TYPICAL BACKUP TIME: 135 MINUTES AT 100W, 10‐MINUTES AT 700W; PWR RQMTS: 120VAC, 50/60HZ. UNIT PRICE @ _____________ x 1 EA = $___________________ CLIN 0018: COMPUTER MONITOR DESCRIPTION: 34‐IN; LED BACKLIT; IPS CLASS; COLOR GAMUT: SRGB 99‐PERCENT; COLOR DEPTH: 8‐BIT+FRC, 1.07 BILLION COLORS; PIXEL PITCH:.2325 X.2325 MM; ASPECT RATIO:21:9; NATIVE RESOLUTION: 3440 X 1440; BRIGHTNESS: 320 CD/M2; 1000:1 CONTRAST RATIO; RESPONSE TIME: 5MS; VIEWING ANGLE: 178‐DEG H/V; HARD COATING (3H) ANTI‐GLARE SURFACE COATING; 2‐CHANNEL STEREO SPEAKERS, 2 X7WATT; INPUTS: 2EA THUNDERBOLT, 2EA HDMI, DISPLAY PORT; USB PORTS: 1 UPSTREAM, 2 DOWNSTREAM; PWR RQMTS: 100‐240VAC, 50/60HZ. UNIT PRICE @ _____________ x 8 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION JBSA-RANDOLPH PUBLIC AFFAIRS 1150 5TH STREET EAST RANDOLPH AFB, TX 78150 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.203-7098 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) DFARS 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2015 Appropriations. (DEVIATION 2015-OO00005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [] is not [] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 7 April 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002850490129" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 9514132381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a8663fb4ad455194590b28b8fac124c)
- Place of Performance
- Address: JBSA-RANDOLPH, PUBLIC AFFAIRS, 11505TH STREET EAST, RANDOLPH AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN03676034-W 20150325/150323235449-9a8663fb4ad455194590b28b8fac124c (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 |