Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

66 -- Compton Suppression Gamma Radiation Detection System comprised of one N-type Reverse Electrode Coaxial Germanium (REGe) and one well-type Small Anode Germanium (SEGe) Detector.

Notice Date
3/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-16-Q-REGE
 
Point of Contact
Mary S. Nichols, Phone: 3214946072
 
E-Mail Address
mary.nichols@us.af.mil
(mary.nichols@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA7022-16-Q-REGE shall be used to reference any written quote provided under this request for quote. This is a Small Business Set-Aside in accordance with the FAR Part 19.502. The North American Industry Classification System (NAICS) code for these products is 334516 with a small business size standard of 1,000 Employees. SUPPLIES TO BE FURNISHED (Manufacturer: Canberra or equivalent) : 0001 - REGE DETECTOR CONFIGURATION ( QTY 1 EA ) - Material #REGE DETECTOR Configuration Consists of: N-TYPE COAXIAL DETECTOR GR5021 -Material #GR5021-DET; CRYOSTAT 7500SL-1 RDC-4 FINAL ASSEMBLY - Material #7500SL-1-RDC-4; CHAMBER COAX STD-1 - Material #CH-COAX-S-1; STD ALU ENDCAP CARBON WIN 3.25 DIAM - Material #ENDC-325-CC; 2002CSL PREAMPLIFIER 10-PIN - Material #2002CSL-10; COAX DETECTOR RC COLD PA ASSEMBLY - Material #CFA-2002C-CX; RCP PREAMP 10 FT. CABLE SET - Material #RCP-CABLE-10; 0002 - CRYO-CYCLE II FOR 7500 OR 7500SL CRYOSTA ( QTY 2 EA ) Material #CCII-VD FOR 7500SL or 7500 cryostats only - Only compatible with 1.25" diameter dipsticks - Auto-ranging power 100-240V, 50-60Hz - Includes 2-year full warranty and additional pro-rated warranty in years 3-5 0003 - SD PROD RR0488882 Std 9"x9" long Nal Annulus ( QTY 2 EA ) Material #7067603 Having: Crystal: 9" diameter x 9" long Housing: Aluminum Well Size: Nominal 3.375" ID through axial well Well Liner: Standard aluminum PMT's: four each 2" diameter Light Shields: Four each mu-metal Termination: Parallel wired voltage dividers, SHV and BNC Energy Resolution: 9.5% or better at Cs-137 Max Diameter: 10.750" Max height: 16.635" 0004 - SD PROD RR6289226 3"X 3" Nal Plug Det CSS Material #7067611 ( QTY 2 EA ) 3M3/3L Nal (T1) detector having the following specs: Crystal: 3" dia. X 3" long. Housing: Aluminum. PMT: 3" dia. Light Shield: Mu-metal. Termination: Integral voltage divider, SHV and BNC. Energy Resolution: 7.5% or better at Cs-137. 0005 - DSERF FA4811125 LIFT APP. Nal PLUG ( QTY 2 EA ) Material #:7064174 0006 - SCINT DET PREAMPLIFR - Material #2005 ( QTY 2 EA ) 0007 - HIGH VOLTAGE POWER SUPPLY ( QTY 2 EA ) Material #3002D NIM Width 2 0008 - DSERF FA9388514 747/S Special Shield ( QTY 2 EA ) Material #7066814 This is an extended height special 747 shield for a Compton Suppression System (CSS) in order to fit 9"x9" NaI annulus with PMTs. Approximate weight is 2865 lbs. 0009 - 747-3/S SPLIT ANN. PLUG DSERF FA2642405 ( QTY 2 EA ) Material #7067291 For Compton Suppression System with 7500SL cryostat and RDC-4 only. 0010 - LYNX-DIGITAL SIGNAL ANALYZER ( QTY 4 EA ) Material #LYNX-MCA - DSP based pulse processing. - 32,000 channel spectral memory. - 3 range high voltage power supply. - Ethernet, and USB interfaces. - PHA, MCS, Multispectral Scaling and Time Stamped List modes. - Advanced Auto Pole/Zero, Base Line Restorer and Digital controls. - Integrated Web Server. - Requires Genie 2000 V3.la or greater. - Requires compatible Internet browser for full functionality 0011 - WELL-TYPE DETECTOR CONFIGURATION ( QTY 1 EA ) Material #WELL DETECTOR Configuration Consists of: SAGE WELL DETECTOR 120CC - 16MM WELL Material #GSW120-DET - Well size 16mm dia x 40mm. -120cc active volume. - FWHM <=2.2keV @ 1332keV. - FWHM <=750 eV @ 122keV. CRYOSTAT 7500SL-1 RDC-4 FINAL ASSEMBLY Material #7500SL-1-RDC-4 SAGE WELL STD DETECTOR CHAMBER 120CC Material #CH-SWELL-S-120 STD 16 MM WELL ENDCAP 3.25 DIAM Material #ENDC-STD-16WELL-1 2002CSL PREAMPLIFIER 10-PIN Material #2002CSL-10 AC-COUPLED COOLED FET ASSEMBLY 1 Material #CFA-AC-1 RCP PREAMP 10 FT. CABLE SET Material #RCP-CABLE-10 0012 - INSTALLATION & FAMILIARIZATION ( QTY 4 EA ) Material #INSTALL Daily Charge includes All Expenses 0013 - ISOXCAL ( QTY 2 EA ) Material #ISOXCAL -Must be purchases simultaneously with CANBERRA Ge Detector -Defines efficiency-space relationship for individual detector -One required for each detector to be used -Requires S573 ISOCS or S574 LabSOCS calibration software -Includes Model ISOXSRCE Radioactive QC Check Source ISOCS DATA ACQUISITION (CI DET) Material #CAL-DATA ISOCS DATA ANALYSIS Material #CAL-ANALYSIS 0014 - CHARACTERIZATION CHECK SOURCE ( QTY 2 EA ) Material #ISOXSRCE -Check Source to evaluate the stability of the ISOCS/LabSOCS Detector Characterization. Contains Eu-155 and Na-22 sources. -Nominal activity 1 uCi (40 kBq) each nuclide. -Source in sealed button form -Includes detector attachment fixture Ship to address: AFTAC/TL Attn: Alison Shea 10989 S Patrick Dr Patrick AFB FL 32925 Delivery Date: 30 Sep 2016 FOB Destination Inspection/Acceptance Terms: Location: Government By: Government Warranty: Standard Manufacturer's Warranty FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 22 April 2016 RFQ due time: 3:00 PM, Eastern Time The contact information for the Contracting Officer associated with this requirement is: Mary S. Nichols AMIC DET 2 OL/PKA (Patrick AFB, FL) 10989 S. Patrick Drive Patrick AFB, FL 32925 Email - mary.nichols@us.af.mil Tel - 321-494-6072 Email qoutes to mary.nichols@us.af.mil Quote should include: Name (And DBA if applicable): DUNS Number: Cage Code: Tax ID Number: *Number of Employees: *Total Yearly Revenue: *Information required to determine size of business for the NAICS referenced above Estimated Delivery Time: Payment Terms: Place of Manufacture: Warranty: Unit Cost per item: Total Cost all items: All questions regarding this solicitation must be emailed to mary.nichols@us.af.mil by 3:00pm Eastern Time 7 April 16. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. WAWF instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Lowest price technically acceptable. -Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the specific requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. The item in this solicitation is identified as brand name or equal. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate -equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. The salient physical, functional, and performance characteristics that will satisfy the Government's needs are specified in the above supplies to be furnished. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government; however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. Offerors must include a completed copy of this provision with their offer. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (Jul 2014), applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (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 (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (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 (Jul 2014) (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 (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (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. (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) The following FAR clauses are applicable to this solicitation: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting NOV 2014 52.204-18 Commercial and Government Entity Code Maintenance NOV 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations DEC 2014 52.211-6 Brand Name or Equal AUG 1999 52.219-8 Utilization of Small Business Concerns OCT 2014 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 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 52.222-35 Equal Opportunity for Veterans JUL 2014 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans JUL 2014 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American--Supplies MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 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) The following DFARS clauses are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism DEC 2014 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7013 Duty-Free Entry--Basic (Nov 2014) NOV 2014 252.225-7021 Trade Agreements--Basic (Nov 2014) NOV 2014 252.225-7041 Correspondence in English JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.243-7001 Pricing of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7005 Notice of Warranty Tracking of Serialized Items JUN 2011 252.246-7006 Warranty Tracking of Serialized Items JUN 2011 252.247-7023 Transportation of Supplies by Sea APR 2014 252.209-7998 Representation Regarding Conviction of a Felony Criminal (DEVIATION 2012-O0007) MAR 2012 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) JAN 2012 252.211-7003 Item Unique Identification and Valuation DEC 2013 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 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). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government/Government (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 HQ0339 Issue By DoDAAC FA7022 Admin DoDAAC FA7022 Inspect By DoDAAC F3KTK9 Ship To Code F3KTK9 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (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. (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. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following AFFARS clause is applicable to this solicitation: 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, Christopher S. Williams, OL KC AFICA, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, Telephone: (757)764-2769, FAX: (757)764-6512, Email: christopher.williams.196@us.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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2a294a70ed4e1176445abd429c64a63e)
 
Place of Performance
Address: AFTAC/TL, 10989 S Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04059156-W 20160324/160323001650-2a294a70ed4e1176445abd429c64a63e (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.