Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

54 -- Sheet Metal HVAC Duct - Combo Synopsis Solicitation - Statement of Requirements

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3CE6020A001
 
Archive Date
4/8/2016
 
Point of Contact
PEDRO J. BONACHEA, Phone: 334-953-1549, Marcus Abram, Phone: 334-953-5530
 
E-Mail Address
pedro.bonachea@us.af.mil, marcus.abram@us.af.mil
(pedro.bonachea@us.af.mil, marcus.abram@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Requirements Combo Synopsis/Solicitation GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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 requirement is issued as a Request for Quote (RFQ) (Reference-Number F2X3CE6020A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular Current to FAC 2005-87, Effective 07 Mar 2016 and Current to DPN 20160226 (Effective 26 Feb 2016) Edition. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 332313; size standard: 750 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The 42 contracting squadron on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under Simplified Acquisition Procedures as a firm-fixed price 100% Small Business set-aside. All inquiries/responses to this notice must be received by 24 March, 2016, 4:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: The contractor shall fabricate and deliver sheet metal ducts IAW the attachment 1- Statement of Requirements (SOR). Estimated Quantity: 1 Each Delivery Date: The Delivery Date will be in accordane with Project Milestone Plan (PMP) Attachment(s): 1. Statement of Requirements 2. Drawings DELIVERY INFORMATION Delivery Address: 241 Lakeland Dr. Titus, Al 36080 Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. e. Responses to this notice shall be provided in writing via e-mail to Amn Pedro Bonachea at pedro.bonachea@us.af.mil and Marcus Abram at marcus.abram@us.af.mil. All responses shall be received NLT 4:00 PM CST on 24 Mar 2016. Email is the preferred method. Points of Contact: Pedro Bonachea, Contracting Specialist; Phone (334) 953-1594 and Marcus Abram, Contracting Officer, Phone (334)953-3256. f. Project Milestone Plan (PMP). The contractor shall furnish a PMP that shows a general timeline, including all major milestones, from contract award to completion. The exact format and content is at the contractors' discretion, but shall include, at a minimum, a timeline for: 1. Product Design 2. Product Ordering 3. Product Delivery g. A site visit is scheduled at the Vigiliant Warrior Camp on Thursday, March 17, 2016 at 10:00 A.M. CST. Bidders/Offerors should be at 241 Lakeland Dr. Titus, AL 36080. Please provide a list of all attendees. All attendee's names will need to be submitted by Tuesday, 15 March, 2016 at 4:00 P.M. CST. In addition to the attendees name include their title, and a telephone number for each individual. Submit your request to Amn Pedro Bonachea at pedro.bonachea@us.af.mil and Mr. Marcus Abram at marcus.abram@us.af.mil. Bidders/Offerors are encouraged to visit the site and take steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specification, or related documents. All pertinent questions shall be submitted by e-mail by Monday, March 21, 2016 at 1:00 P.M. CST. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror: a) submits a dated quote on company letterhead with unit prices and extended prices in response to this solicitation. b) Meets all the minimum requirements, included in SOR paragraph 2.0 and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services." Project Milestone Plan (PMP): The contractor shall provide a PMP that shows a timeline from issuance of the contract to delivery of the HVAC Ducts to the delivery location identifed in this solicitation. The PMP may be expressed in terms of "days after contract". This PMP shall include, at a minimum, a timeline for: Description Days After Contract 1. Design 2. Ordering 3. Delivery CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13, System for Award Management Maintenance (Jul 2013) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.211-17, Delivery of Excess Quantities (Sep 1989) 52.212-4,Contract Terms and Conditions -- Commercial Items (May 2015) 52.219-6, Notice of Total Small Business Set-Aside. (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul. 2013) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) 52.245-1, Government Property (Apr 2012) 52.245-9, Use and Charges (Apr 2012) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 52.253-1, Computer Generated Forms (Jan 1991) 252.203-7000, Requirements Related to Compensation of Former DoD officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.211-7007, Reporting of Government-Furnished Property (Aug 2012) 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7001, Buy American and Balance of Payments Program (Nov 2014) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.247-7023, Transportation of Supplies by Sea (Apr 2014) By Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAR 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection location: 50 West Ash St, Maxwell AFB, AL 36112 Acceptance location: 50 West Ash St, Maxwell AFB, AL 36112 (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2X3CE Ship To Code F2X3CE Ship From Code Not applicable Mark For Code Not applicable Service Approver (DoDAAC) Not applicable Service Acceptor (DoDAAC) F2X3CE Accept at Other DoDAAC Not applicable LPO DoDAAC Not applicable DCAA Auditor DoDAAC Not applicable Other DoDAAC(s) Not applicable -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. anne.howard.1@us.af.mil pedro.bonachea@us.af.mil @us.af.mil marcus.abram@us.af.mil (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not applicable (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) 52.252-6--Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101 OMBUDSMAN APR 2014 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Attachment 1 STATEMENT OF REQUIREMENTS FOR Latrine HVAC Duct 1.PROJECT: SPQM 14-1503 The Contractor shall fabricate and deliver all sheet metal duct, to include the duct for the 20 inch exhaust fan. The duct will be rectangle and round. The inside of the metal duct on the supply that runs up the outside of the building will be insulated. The metal duct is for construction of a CMU constructed latrine building located in Titus, AL. This statement of requirements only covers the fabrication and delivery of the sheet metal duct for the supply and return and for the exhaust duct running throughout the building. 2.DESIGN (1)The duct will be 28" x 28" rectangle on the supply on the outside of building. (2) The metal duct for the inside of the building shall be 28 inch round metal, and transition down according to cfm specifications throughout the facility. (3) The duct on the exterior of the building shall be insulated as to provide for minimal heat loss. (4)The duct shall include all parts necessary to assemble once delivered, to include registers for the inside of the building. (5)Duct for 20 inch exhaust fan shall be round in construction and continue to drop in size as to account for accurate cfm throughout the facility. Supply Return Insulation 28" x 28" Rectangle N/A Outside Duct 28" Round-8" round Duct shall be constructed with a minimum of 24 gauge metal. All material submitted for consideration shall meet the requirements of the Unified Facilities Guide Specifications (UFGS) 32.11.23. GENERAL DESIGN NOTES a.Design shall meet or exceed all codes, regulations, and guidelines set forth by SMACNA and ASHRAE, along with any state and local regulations. b.If any submittal doesn't, in the opinion of the Contracting Officer, meet or exceed the requirements contained within this SOW, in any referenced design guidance or nationally recognized code, then it shall be considered to be unacceptable and returned to the Contractor for correction and resubmission. The Contracting Officer has the option, in lieu of disapproval, to provide acceptance of a submittal with required corrections identified if it is determined the submittal is substantially complete and correct. 3.SUBMITTALS Contractor shall submit the following information to the Contracting Officer, for approval. Product Data Waybills and Delivery Tickets 4.PERFORMANCE This is for the duct only. 823rd RED HORSE will install. Contractor shall have the capacity to deliver the entire contract quantity within a 5 day period. Additional Performance Requirements for Bid Option: The delivery destination for the metal duct is 241 Lakeland Dr. Titus, AL 36080. 5. Project Milestone Plan-The contractor shall provide a PMP that shows a timeline from issuance of the contract to delivery of the HVAC Ducts to the delivery location identifed in this solicitation. The PMP may be expressed in terms of "days after contract". This PMP shall include, at a minimum, a timeline for: Description Days After Contract Design Ordering Delivery The following provisions apply: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015) FAR 52.212-3, ALT 1, Offeror Representations and Certificatios - Commerical Items (Mar 2016) Offerors are reminded that Representations and Certifications are maintained at the following website: https://www.sam.gov. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3CE6020A001/listing.html)
 
Place of Performance
Address: Titus, Alabama, 36080, United States
Zip Code: 36080
 
Record
SN04046075-W 20160312/160310235051-c48da7991b0a21ee582c22ebac0a7de9 (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.