Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOLICITATION NOTICE

U -- Full Spectrum Operators Course - Contractor Info - Offer Schedule - PP Questionaire - Statement of Work

Notice Date
7/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-15-R-0036
 
Archive Date
8/4/2015
 
Point of Contact
Michael D Wenrick, Phone: 850-884-6007
 
E-Mail Address
michael.wenrick@hurlburt.af.mil
(michael.wenrick@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 SOW Attachment 4 PP Questionaire Attachment 2 Offer Schedule Attachment 3 Contractor Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes one (1) solicitation which will result in one (1) Firm Fixed Price award for providing Full Spectrum Operator Course for the 22 Special Tactics Squadron. Anticipated awards will be the result of Small Business set-aside. Proposals are being requested and written solicitations will not be issued. Solicitation Number FA4417-15-R-0036 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-82, effective 8 Jun 2015. The North American Industry Classification System (NAICS) code for this project is 611699 and Standard Industrial Classification (SIC) code U013. The Size Standard for NAICS 611699 is $11M. This acquisition is solicited as a 100% set-aside for Small Business Concerns The contractors shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide Full Spectrum Operators Course Instruction. BASE PERIOD YEAR: (Estimated 3 Aug through 28 Aug 2015) Workload Estimates: Training shall be for two 11 days courses to run consecutively in accordance with SOW paragraph 1.1.1 Each course will have approximetely 14 students All offerors are subject to the Local Department of Labor wage determinationThese determinations can be found at www.wdol.gov Contractor proposal shall include all of the following: Offer Schedule (Pricing Information) Attachment 2 Contractor Information Attachment 3 Course Syllabus A detailed description of how the contractor will comply with the Statement of Work paragraphs 1.1 through 1.3 Delivery Terms are FOB Destination for offerors location in accordance with the attached Statement of Work. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: Instructions to Offerors -- Commercial Items (Apr 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) is amended to read: Offeror shall submit signed and dated offer to 24 SOW/PK, Attn: Michael Wenrick, 223 Cody Avenue, Hurlburt Field FL 32544, by 20 July 2015, 2:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number FA4417-15-R-0036. The offeror may submit an electronic copy of their signed and dated offer via e-mail to Michael.wenrick@us.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Facsimile proposals will not be accepted. Evaluation -- Commercial Items (Oct 2014) (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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the service offered to meet the Government requirement; (ii) Price; (iii) Past performance; Past performance is significantly more important than Price when being evaluated. 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, price and other factors considered. The following factors shall be used to evaluate offers: (1) TECHNICAL, PAST PERFORMANCE' and PRICE with past performance being significantly more important than Price when being evaluated. The Government will award a Firm Fixed Price Purchase Order based on the factors above. The offeror shall submit at a minimum a completed "Offer scheduled"(attachment 2) and the "Contractor Information" (attachment 3) and proposed course syllabus for each training session. Technical acceptability will be determined by the following: 1. Does the proposal provide a training area that allows for movement and navigation over natural terrain. Terrain should consist of natural high desert land scape to include unaltered/unimproved hills, valleys, and dry lake/river beds to allow for a close approximation to the landscape found in CENTCOM? 2. Does the proposed course include skills needed for Afghanistan and Iraq, such as close quarters shooting, overland movement/formations, reaction to contact, etc., and skills needed for a more low profile arena, such as carrying a concealed weapon, tactical driving, etc? 3. Does the proposed course provide scenario based training which includes concealed/low profile operations, live fire vehicle assaults and counter assaults, explosives training, tactical driver training, protective operations training, contract Close Air Support (CAS), and daily evaluations of skills-sets 4. Does the proposed course culminate with two Full Mission Profiles, one mounted movement and one dis-mounted withan option to provide live air CAS training as part of the missions? 5. Does the course curriculum include the following: rifle zeroing, weapons manipulation, rhythm drills, fighting positions, movement under fire drills, extended range engagements, low light, white light, daily casualty exercises while engaged with enemy, daily CAS exercises, handgun and rifle testing, close quarters shooting on the move, compound and complex movements, barricade tactics, check cover drills, fighting from unconventional positions, IR weapons operations, concealed weapon tactics, dismounted and mounted operations, full kit hand to hand combat, explosive/breaching, tactical trauma care, response to contact drills, search and assault runs, massing fires. 6. Does the proposed facility provide the following (SOW paragraph 1.3.2): a. Access to DoD/DoJ approved ARMAG weapons & sensitive items armory b. Flat shooting ranges capable of supporting steel, wood, and paper targets out to distances of 100 meters. c. Extended Distance Ranges supporting targets set up at known and unknown distances to and past 1000 meters. d. Training area to conduct a Final Training Exercise (FTX) and Full Mission Profiles (FMP). e. Facility capable of supporting Close Quarters Battle training. f. Mission Planning Facility accessible to students 24 hours a day. g. Training area capable of supporting breaching operations with det cord, time fuse, and C4. h. Training area must be able to accommodate training on how to detonate explosives in place as opposed to disarming them. i. Strength and Conditioning Training Facility. Instructor/Cadre Staff - Contractor will provide a staff of instructors/cadre with the following criteria: -Federally Certified Firearms Instructors with trainer credentials from a major Federal Government agency -Federally Certified Advanced Weapons Systems Instructors with trainer credentials from a major Federal Government agency -Federally Certified Live Fire Shoot House Instructors with trainer credentials from a major Federal Government agency -Active Tactical Officers Association Cadre Instructors with ongoing experience teaching special weapons and tactics at national and state-level training conferences -Cadre who have performed CAS certifications/re-certifications -Explosives experts who have taught DoD, DoE, and OGA, both CONUS and OCONUS -Cadre who possess current/active real world experience in special weapons and tactics operations -Cadre who possess current experience in STS operations and knowledge of STS TTPs -Cadre who possess extensive JTAC and JTAC instructor experience -Military certified pilots with current Close Air Support experience Past Performance Evaluation. Using questionnaires (attachment 5), the contracting officer shall seek relevant performance information for only offers rated technically acceptable. Offerors shall identify all ( DoD and FAA) past or current contracts during the last 3 years for efforts similar to the Government requirement as stated in this solicitation. The Government will evaluate the offerors previous performance in the following areas: The Government will evaluate the offerors ability to successfully perform the requirements of the Performance Work Statement based on demonstrated past and present experience under recent and relevant contracts. Recency is defined as projects performed in the last three (3) years. Relevancy is defined as contracts involving: Similar type training (IAW attached SOW) with Department of Defense, Federal, State or local law enforcement. The class size should be at least 14 or more students per class. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating as defined in MP5315.3, Table 3: Substantial Confidence: Based on the offerors performance record, the government has a high expectation that the offeror will successfully perform the required effort Satisfactory Confidence: Based on the offerors performance record, the government has an expectation that the offeror will successfully perform the required effort Limited Confidence: Based on the offerors performance record, the government has a low expectation that the offeror will successfully perform the required effort No Confidence: Based on the offerors performance record, the government has no expectation that the offeror will be able to successfully perform the required effort Unknown Confidence: No performance record is identifiable or the offerors performance record is so sparse that no confidence assessment rating can be reasonably assigned Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. In the event that the government does not make an award pursuant to paragraph above, the government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance assessment rating of "Satisfactory Confidence" or lower. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. 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. FAR 52.212-3, Offeror Representations and Certifications (Aug 2013) - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (June 2005) apply to this Request for Proposal and the offeror must include a completed copy of these provisions with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jul 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013) apply to this Request for Proposal. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate I (Mar 2012) of 52.225-3. Alternate II (Mar 2012) of 52.225-3. Alternate III (Nov 2012) of 52.225-3. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). Required when 52.222-35 is used 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). Alternate I (Dec 2007) of 52.223-16. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 2010) 52.215-21, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications. (Oct 2010) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Lt Col Gerald I Ray, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. List of Attachments: 1. Statement of Work 2. Offer Schedule (Must be filled in) 3. Contractor Information (Must be filled in) 4. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-15-R-0036/listing.html)
 
Place of Performance
Address: Contractors Location, United States
 
Record
SN03793393-W 20150712/150710235406-85c6fb8d0d44e4731951692870fd2a93 (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.