SOLICITATION NOTICE
59 -- “AVS-6 Night Vision Goggle Spare Parts
- Notice Date
- 2/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-17-R-5023
- Archive Date
- 3/15/2017
- Point of Contact
- Leo J. Sydlik, Phone: 4102782414
- E-Mail Address
-
Leo.J.sydlik.civ@mail.mil
(Leo.J.sydlik.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- CCAP-SCD 14 February 2017 SUBJECT: Solicitation No: W91CRB-17-R-5023; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provision to clauses are those in effect through Federal Acquisition Circular FAC 2005-93, Effective 2 January 2017. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Proposal (RFP), Foreign Military Sales (FMS) case: IS-B-ZYF Country: Israel. The associated North American Industrial Classification Standard (NAICS) Code is 333314; the Federal Supply Classification (FSC) is 5895. Basis for Award: The following factors will be used to evaluate offers in accordance with 52.212-2: 1) The Government will evaluate the technical proposal to ensure that it meets the Government's requirements. The Government reserves the right to ONLY evaluate the LOWEST PRICED OFFEROR for technical capability. Should the lowest price offeror be determined as unacceptable, the next lowest offeror will be evaluated for technical capability, and so forth. The Government intends to award without discussions, but reserves its right to hold discussions. 2) The contract type will be Firm Fixed Price. The Government shall evaluate the price for price reasonableness of the proposal and a price realism analysis shall not be conducted. Award will be made to the Lowest Price Technically Acceptable (LPTA) offer. Proposals salient characteristic must meet or exceed characteristics in paragraph 3.1.1 of the statement of work. 3) This will be a Small Business Set-Aside. Only offers from Small Businesses shall be accepted. Other Important information/Requirements: It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements listed in this Combined Synopsis/Solicitation. The Government MAY, but is not obligated to, consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offeror to comply with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation can be deemed by the Government as unacceptable and non-responsive to the solicitation. The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Offeror agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Partial shipments are Not Authorized. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ISPM15) and (ASTM D 3951-98). Inspection and Acceptance shall be at SOURCE/ORIGIN for Hardware. Warranty The Offeror's offer shall include a standard product warranty. Requirements for Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering defective workmanship and material defects for all items furnished in accordance with this contract or any modification thereof. Coverage of the Warranty shall be for a minimum of one (1) year (twelve (12) months) in duration in time, and shall start at the time of pick up for shipment at point of origin. Terms of this warranty shall be amended to extend coverage to final FMS customer(s) Outside the Continental United States (OCONUS). Warranty Manual. The contractor shall provide an operational manual and/or an instructional insert to accompany the items furnished in accordance with this contract or any modification thereof, describing the actions to be taken by the user in order to exercise the warranty to obtain repaired/replaced equipment. This warranty guidance/instruction shall be provided as a minimum in the English Language (and preferable additionally in the native language of the FMS customer if requested during negotiation). Warranty documents should include contact information (phone number(s) and/or address (es)) of warranty claim Point of Contacts (POCs) for FMS customer. Warranty Procedures. Upon arrival at the contractor's repair facility, the contractor will apply the warranty's terms and conditions to assess whether the failed item is covered. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a "False Pull" or "No Evidence of Failure (NEOF)", to include all incurred associated transportation costs. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment of repaired/ replaced equipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. Due to the nature of FMS, if notification of defective item(s) was provided to the contractor before the expiration date of the warranty, the contractor shall not dismiss a warranty claim regardless if items to be repaired/replaced arrive to the contractor's facilities after the expatriation date of the warranty. Warranty Markings. Warranty markings shall be applied to Item/Equipment. Warranty markings should be applied to unit, intermediate and shipping containers, if possible. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words "WARRANTY ITEM" in letters approximately two times larger than the letters for the remainder of the required information. The U.S. Government reserves the unilateral right to make no award. Offeror shall provide, as part of its proposal package, a technical proposal that is sufficiently detailed to prove that the commercial product it is offering meets all the salient characteristics found in paragraph 3.1.1 in the Statement of Work (SOW), attached with this solicitation. CLIN Israel P/N per LOR NSN USG P/N Description Quantity Delivery ARO 0001 244212-100 5855-01-459- 0513 N/A Case Assembly 20 60 0002 243723-001 5340-01-459- 0514 N/A Lens Cap Assembly 175 60 0003 243722-100 8315-01-149- 4106 5002601 Neck Cord, Barrell Lock 200 60 0004 A3260919 8315-01-149- 4152 A3260919 Formed Lanyard Loop 200 60 0005 A3260616 8315-01-452- 7820 A3260616 Attachment, Hook, Adhesive, Back 605 60 0006 5002516-2 8315-01-452- 7818 5002516 Pile, Attach Fastener Tape 235 60 0007 243706-100 6135-01-447- 8948 A3260911 Power Source, Clip- On 50 60 0008 243668-100 6130-01-476- 0943 A3279600 Power pack, Low Profile 100 60 0009 508902 6160-01-372- 5994 5008902 Battery Holder BA3058/U 200 60 0010 243699-100 5305-01-440- 9671 N/A Set Screw, Special 100 60 0011 543663-005 5855-01-519- 4171 A3279596 Objective Cell Assembly 110 60 0012 244224-100 5330-00-822- 3691 AS3578-021 O-Ring AS3578-021 420 60 0013 5005838 5855-01-261- 5494 5005838 Ring Locking Eyepiece 120 60 0014 243709-100 N/A N/A Binocular Housing Assembly 50 60 0015 5002569 5855-01-151- 4226 5002569 Retainer, Tube 100 60 0016 5002583 5365-01-149- 4102 5002583 Ring, Locking 120 60 0017 AS3578-028 5330-00-551- 8251 AS3578-028 O-Ring 1 3/8 ID X 1 ½ OD X 1/6W Buna N 65 Duro (AS3578) 420 60 0018 5009545/401 5855-01-380- 5102 5009545 Eyepiece Lens Assembly (w/o locking ring) 110 60 Parts be supplied IAW SOW entitled "AVS-6 Night Vision Goggle Spare Parts for Foreign Military Sales IS-B-ZYF Line 2a dated January 17, 2016" Inspection and Acceptance INSPECTION: Origin ACCEPTANCE: Origin The offeror is not responsible for shipping the items to the FMS customer. Defense Contract Administration (DCMA) shall pick all items up at the offers loading doc. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.211-6 Brand Name or Equivalents FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.246-2 Inspection of Supplies-Fixed-Price FAR 52.247-29 F.O.B. Origin FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE The following DFARS clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7011 Alternative Line-item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7006 Passive Radio Frequency Identification DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.223-7008 Prohibition of Hexavalent DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.225-7048 Export-Controlled Items DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232.7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) Schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System For Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. (7) Warranty terms and conditions in accordance with the Warranty provision, submitted in Microsoft Word or PDF format. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. SUBMISSION OF PROPOSAL: Quotes and any applicable attachments shall be submitted NLT Noon EST February 28, 2017, to Contract Specialist, Leo J. Sydlik Jr. by email at leo.sydlik@us.army.mil. Statement of Work AVS-6 Night Vision Goggle Spare Parts for Foreign Military Sales IS-B-ZYF Line 2a 17 January 2016 Prepared by: The Security Assistance Management Directorate (SAMD) AMSEL-LCS-ACE Aberdeen Proving Ground, MD 1.0 Scope. This Statement of Work (SOW) defines the efforts required to deliver AVS-6 spare parts to the country of Israel using Foreign Military Funds. The acquisition shall be in accordance with (IAW) the documents listed below. The word Government in this document refers to the United States Government. The word Country in this document refers to the FMS Customer country. This contract will be a Firm Fixed Price (FFP) contract. 2.1 Applicable Documents. The following documents are applicable to the extent cited. 2.2 Military and Federal Specifications. Document No. Document Title MIL-STD-130N UID markings and readability requirements 17 Dec 2007 MIL-STD-129R Military standard markings for shipment and storage 18 Feb 2014 2.3 Commercial Document No. ISPM 15 Regulation of Wood Packaging Material in Intl Trade (2009) ASTM D 3951-10 Standard Practice for Commercial Packaging 3.0 Requirements. The contractor shall deliver the items listed below IAW the quantities set forth and the requirements of this PWS. 3. 1 Hardware. 3.1.1 Package of AVS-6 spare parts: The contractor shall provide the following. Acceptance shall be by matching any of the identifying part numbers. Israel P/N per LOR NSN USG P/N Description Quantity 244212-100 5855-01-459- 0513 N/A Case Assembly 20 243723-001 5340-01-459- 0514 N/A Lens Cap Assembly 175 243722-100 8315-01-149- 4106 5002601 Neck Cord, Barrell Lock 200 A3260919 8315-01-149- 4152 A3260919 Formed Lanyard Loop 200 A3260616 8315-01-452- 7820 A3260616 Attachment, Hook, Adhesive, Back 605 5002516-2 8315-01-452- 7818 5002516 Pile, Attach Fastener Tape 235 243706-100 6135-01-447- 8948 A3260911 Power Source, Clip-On 50 243668-100 6130-01-476- 0943 A3279600 Power pack, Low Profile 100 508902 6160-01-372- 5994 5008902 Battery Holder BA3058/U 200 243699-100 5305-01-440- 9671 N/A Set Screw, Special 100 543663-005 5855-01-519- 4171 A3279596 Objective Cell Assembly 110 244224-100 5330-00-822- 3691 AS3578-021 O-Ring AS3578-021 420 5005838 5855-01-261- 5494 5005838 Ring Locking Eyepiece 120 243709-100 N/A N/A Binocular Housing Assembly 50 5002569 5855-01-151- 4226 5002569 Retainer, Tube 100 5002583 5365-01-149- 4102 5002583 Ring, Locking 120 AS3578-028 5330-00-551- 8251 AS3578-028 O-Ring 1 3/8 ID X 1 ½ OD X 1/6W Buna N 65 Duro (AS3578) 420 5009545/401 5855-01-380- 5102 5009545 Eyepiece Lens Assembly (w/o locking ring) 110 3.2. Requirements for Packaging. Preservation and Packing for these items shall be commercial packaging in accordance with Standard Practice For Commercial Packaging (ASTM D 3951-10 ) with Level Of Protection (LOP)= Commercial, Level Of Pack (LPK)=Commercial. 3.2.1 Handling, Storage, Preservation, Packaging and Shipping. The Contractor shall establish, maintain, control and be responsible for the handling, storage, preservation, packaging and shipping to protect the quality of the materials and to prevent damage from loss, deterioration, degradation, or substitution of products for the materials listed in this solicitation. 3.3 Inspection and Testing. The contractor shall assure that all necessary inspections and tests are performed on completed products, and this shall include all inspections and tests which are normally performed for the equipment on order. The item requirements are defined by the contractor's drawings and literature, specification sheets, brochures, technical manuals, and test procedures. 3.3.1 Sites for Inspection, Testing and Acceptance. Inspection, testing and acceptance of all equipment shall be at origin. Contractor Inspection and Testing shall be performed prior to Inspection and Acceptance by the DCMA representative. Inspection and Acceptance of hardware shall be by DCMA QAR via Wide Area Work Flow (WAWF). 3.4 Training. NONE 3.5 Warranty. Warranty shall be the standard manufacturer's warranty offered to general public purchasers, of at least one-year duration. Warranty shall be transferable to the end-user country. 3.6 ISPM Number 15 Regulation of Wood Packaging Material in International Trade (2009) If wood packaging material is used, then such Wood Packaging Material (WPM) shall meet the requirements below. 3.6.1 Wood packaging material (WPM) includes but is not limited to pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. This requirement excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). 3.6.2 All WPM shall meet the requirements of International Standards for Phytosanitary Measures (ISPM) Number 15, Regulation of Wood Packaging Material in International Trade. DoD shipments inside and outside of the United States shall meet the requirements of ISPM 15 whenever WPM is used to ship DoD cargo. 3.6.3 All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) IAW American Lumber Standard Committee (ALSC), Incorporated, Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). 3.6.4 All WPM shall include certification/quality markings IAW the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. 3.6.5 Failure to comply with these requirements may result in refusal, destruction, or treatment of materials at the point of entry. The Government reserves the right to recoup from the contractor any remediation costs incurred by the Government. 3.7 Requirements for Item Unique Identification (IUID). The contractor shall mark all contract deliverables in accordance with (IAW) the following requirements. 3.7.1.1 New Items: The Contractor shall provide IUID, or DoD recognized equivalent, for all items delivered with an acquisition cost of $5000 or more. For long term contracts, any items that have range quantity prices established, that will exceed the $5000 unit price shall have IUID markings from the beginning of the contract. IUID markings shall be in accordance with MIL- STD-130N. 3.7.1.2 Commercial Markings. All other items shall have acceptable commercial markings that meet the guidelines in Department of Defense (DoD) Guide to Uniquely Identifying Items http://www.acq.osd.mil/dpap/pdi/uid/index.html. 3.7.1.3 Permanency and Legibility. The IUID marking and identification plates, tags, etching, or labels when used on equipment, parts, assemblies, subassemblies, units, sets, groups, or kits shall be as permanent as the normal life expectancy of the item and be capable of withstanding the environment, test, cleaning, repair, and rebuild procedures specified for the item. Legibility shall be as required and verified for ready readability per MIL-STD-130N. 3.7.1.4 Deleterious Effect. Marking of items shall be accomplished in a manner that will not adversely affect the life and utility of the item. Marking materials creating hazardous conditions shall not be used. Placement and choice of the marking shall not create hazardous conditions. 3.7.2 MIL-STD-130N Coding. IUID markings and readability requirements shall comply with MIL-STD-130N and MIL-STD-129R. 3.7.2.1 Symbology markings and the order of priority for marking the hardware shall be in accordance with MIL-STD 103N. First priority is the 2D data matrix symbol (machine readable) IUID is the minimum requirement when there are severe space limitations. The second priority is the human readable characters. The third priority is the Linear Bar Code. 3.7.2.2 If the technical data has not specified the marking location, markings shall be located such that they are visible during item use, provided that sufficient space is available, and does not interfere with equipment operations. 3.7.2.3 The Contractor shall maintain an accurate, current list of IUIDs for all manufactured items on this contract. Dates of manufacture, substitutions, shop changes, etc. shall be included on this list. The list shall be available for inspection by the PCO or other Government representative at any time during the life of this contract. The Contractor shall provide this list to the government at the end of the contract. 3.7.3.1 Commercial Markings. All other items shall have acceptable commercial markings that meet the guidelines in Department of Defense Guide to Uniquely Identifying Items http://www.acq.osd.mil/uid. 3.7.3.7 Permanency and Legibility. The Unique Identification (UID) marking and identification plates, tags, or labels when used on equipment, parts, assemblies, subassemblies, units, sets, or groups shall be as permanent as the normal life expectancy of the item and be capable of withstanding the environmental test and cleaning procedures specified for the item. Legibility shall be as required for ready readability per MIL-STD-130N. 3.7.3.3 Deleterious Effect. Marking of items shall be accomplished in a manner that will not adversely affect the life and utility of the item. Marking materials creating hazardous conditions shall not be used. 3.7.3.1 The human readable characters and the machine readable UID symbology will be marked on the hardware. If there is not enough space to include both, the machine readable UID shall take precedence. 3.7.3.7 If the technical data has not specified the marking location, markings shall be located such that they are visible during item use, provided that sufficient space is available. 3.7.3.3 Serial Numbers. The contractor shall meet the requirements of MIL-STD-130N to establish the UID. The contractor shall insure that the UID is unique for that item from all other items forever. 3.7.4 Pricing of UID Requirements. All efforts required by this PWS, including the preparation of ECPs or notification of marking deficiencies and the actual marking of hardware, will be included in the base contract price. 3.7.5 Interim UID Data Submittals: The contractor shall use one of these interim UID submittal methods if the Wide Area Work Flow (WAWF) system is not yet set up to process UID data. 3.7.5.1 UID version of the WAWF File Transfer Protocol (FTP) Format. The contractor shall submit the UID version of the WAWF FTP format. This method requires adherence to the WAWF interface guides. The WAWF FTP method requires access to WAWF. For existing WAWF users, these files would be in addition to the current interface files; using the same user ID but by placing the UID related files into a directory separate from the current production directory. 3.7.5.2 X12 Ship Notice/Shipment and Billing Notice (856/857). The X12 submission method requires access to the DEBX; go to http://ec.ogden.disa.mil/ecip.htm for access information. A specific Application Receiver Code (GS03) will be identified for the UID submission transactions. These files would be in addition to current WAWF Electronic Data Interchange (EDI) transmissions. 3.7.5.3 Produce File in the UID XML Format. Another UID electronic submission method is to produce a file in the UID XML format. The format particulars can be found at http://www.acq.osd.mil/uid. Submissions of the file would be to the DEBX that has the ability to communicate via many methods including FTP, HTTPS, email, etc. The DEBX will pass the information on to the UID Registry. 3.7.5.4 Manual Entry. Manual entry shall be via the UID Web Entry site. Information on getting access to the website and instructions on entering the data will be posted to http://www.acq.osd.mil/uid when Quality Assurance testing has been completed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1301e3fb725c03e3b97b7dbef230704)
- Record
- SN04401780-W 20170216/170214234435-f1301e3fb725c03e3b97b7dbef230704 (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 |