Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2017 FBO #5598
MODIFICATION

Z -- OVER HEAD CRANE REPAIR/REPLACEMENT

Notice Date
3/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-17-Q-0045
 
Archive Date
4/19/2017
 
Point of Contact
Valerie J. Shipman, Phone: 785-239-5541, Donald Peters, Phone: 785-239-5204
 
E-Mail Address
valerie.j.shipman.civ@mail.mil, donald.w.peters10.civ@mail.mil
(valerie.j.shipman.civ@mail.mil, donald.w.peters10.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following combined synopsis/solicitation for a commercial item is prepared in accordance with FAR Part 12, Commercial Items, 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Estimated workload document will be made available upon request to Valerie Shipman by email. General Information: Document Type: Combined Solicitation Synopsis Request for Quotation (RFQ) Solicitation Number: W911RX-17-Q-0045 Posted Date: 17 March 2017 Response Date: 7 April 2017 Site Visit: Tuesday, 28 March 2017, beginning at Building 723, 10:00 CST, Contract will be Firm Fixed Price FOB Destination Set-Aside Requirement This solicitation is a Small Business set-aside and only qualified vendor's can quote. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. NAICS CODE Vendor must be register with NAICS Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Request for Quote Please return RFQ by 4:00PM (CST) on Friday, 7 April 2017. Point of Contact: Valerie Shipman Contracting Office, Fort Riley, KS E-mail: valerie.j.shipman.civ@mail.mil Phone: 785-239-5541 Fax: 785-239-1061 Also, please include the following company information with your quote: Company Name: POC: Phone: Email Address: CAGE Code: DUNS Number: Tax ID Number: Item Description Requested Specification: The Contractor will replace the overhead crane hoist in building 723 and repair the cranes in buildings 727 and 833. The contractor will provide all personnel, equipment, and supplies required for the repairs and installation. See also Performance Work Statement (PWS) and Performance Requirements Summary (PRS) listed below. Please provide a quote for each CLIN items below: Item No Supplies/Services Quantity Unit Unit Price Amount 0001 1 Job Replace Crane Hoist Bldg. 723 FFP The contractor shall safely remove existing 5 ton crane hoist in bldg. 723. The contractor shall update electrical service as needed. The contractor shall install new 5 ton crane hoist. The contractor shall load test the crane hoist. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. The contractor shall inspect, service, and replace bearings and rigging for crane trolley. The contractor shall install dedicated dis-connect for crane. The contractor shall remove old crane material and turn in to Ft. Riley recycle center. FOB: Destination Net Amount _______________________ Item No Supplies/Services Quantity Unit Unit Price Amount 0002 1 Job REPAIR CRANE - BLDG 727 Plan FFP The contractor shall safely replace all runway conductors. The contractor shall replace the brake system on hoist. The contractor shall replace the pendent case on hoist. The contractor shall replace control cord per manufacture specifications. The contractor shall load test the crane. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. The contractor shall inspect and service the crane to meet manufacturer's specifications on the crane, trolley and bridge rail. FOB: Destination Net Amount _______________________ Item No Supplies/Services Quantity Unit Unit Price Amount 0003 1 Job REPAIR CRANE - BLDG 833 FFP The contractor shall safely remove and replace the defective section of bridge rail. The contractor shall load test the crane hoist. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. The contractor shall inspect the crane, and service the crane to meet manufacturer's specifications for the crane, trolley and bridge rail. The contractor shall turn in all recyclable material to Ft. Riley recycle center. FOB: Destination Net Amount_______________________ Item No Supplies/Services Quantity Unit Unit Price Amount 0004 1 Job FFP The contractor shall report ALL contractor manpower required for performance of this contract. See Contractor Manpower Reporting instructions in Section A. If needed, please refer to the CMR users guide at the website provided in Section A to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. Reporting Period, 01 May 2017 through 30 September 2017. FOB: Destination Net Amount Evaluation Method The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, past performance, and delivery of the item offered to meet the Government requirement. Performance Work Statement PERFORMANCE WORK STATEMENT (PWS) REPAIR OVERHEAD CRANE BLDG. 727 & 833 REPLACEMENT OF OVERHEAD CRANE BLDG 723 Part 1 General Information 1. GENERAL: This is a non-personnel services contract to Repair overhead crane at building 727 and 833. And the replacement of the overhead crane hoist at building 723. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to Installation of Materials, Inspections and Repairs (if required) to perform as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This work shall be completed because this is a Life, Health and Safety issue. 1.3 Objectives: 1.3a The Contractor shall repair overhead crane at building 833. 1.3b The Contractor shall repair overhead crane at building 727. 1.3c The Contractor shall replace 5 ton crane hoist at building. 723 as per manufactures specifications. 1.4 Scope: 1.4.1 The Contractor shall make repairs to include but not limited to all the equipment identified in Section 5 of this Performance Work Statement. 1.4.2 The Contractor shall replace the overhead crane hoist IAW Section 5.1.3. 1.4.3. Period of Performance: The Contractor shall perform this work in a period of performance of 180 Days from the award date as stated by MICC. 1.5 General Information 1.5. 1 Quality Control The contractor shall develop and maintain an effective quality control program to insure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor's QPC shall be either e-mailed or hard copy given to the PM (Project Manager) prior to start of work. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.5.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5. 3 Recognized Holidays: The contractor shall not work on Federal Holidays. See the following holidays that are observed by the Government. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day Good Friday 1.6.4. Hours of Operation: The contractor is responsible for conducting business, between the hours of 0700 thru 1630 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Building 833, 727 and 723, Fort Riley, Kansas, 66442 1.6.6 Type of Contract: The government will award a Firm Fixed Price Contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract shall have a Standard level at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the attached DD254. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.7 Antiterrorism/Operations Security (AT/OPSEC) 1.7.1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. 1.7.2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.7.3. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. FOR NON-CAC HOLDERS: A standalone version of the course for Non-CAC holders is also available at this link http://jko.jten.mil/courses/atl1/launch.html. An access link to this course is also located on the JKO login page. The standalone version is intended for Non-CAC users without a JKO account ONLY! 1.7.4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 05 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. Go to http://www.riley.army.mil/Community/iWATCH.aspx 1.7.5. For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. Go to https://www.iad.gov/ioss/ 1.7.6. Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b of AR 381-12. 1.8. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity (a relationship between persons who successively have a legal interest in the same right or property) of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACOR: Alternate Contracting Officer's Representative AFARS: Army Federal Acquisition Regulation Supplement AR: Army Regulation CCE: Contracting Center of Excellence CFR : Code of Federal Regulations CONUS: Continental United States (excludes Alaska and Hawaii) COR: Contracting Officer Representative COTR: Contracting Officer's Technical Representative COTS : Commercial-Off-the-Shelf DA: Department of the Army DD250: Department of Defense Form 250 (Receiving Report) DD254: Department of Defense Contract Security Requirement List DFARS: Defense Federal Acquisition Regulation Supplement DMDC: Defense Manpower Data Center DOD: Department of Defense FAR: Federal Acquisition Regulation HIPAA: Health Insurance Portability and Accountability Act of 1996 KO: Contracting Officer OCI: Organizational Conflict of Interest OCONUS: Outside Continental United States (includes Alaska and Hawaii) ODC: Other Direct Costs PIPO: Phase In/Phase Out POC: Point of Contact PRS: Performance Requirements Summary PWS: Performance Work Statement QA: Quality Assurance QAP: Quality Assurance Program QASP: Quality Assurance Surveillance Plan QC: Quality Control QCP: Quality Control Program TE: Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: N/A 3.2. Facilities: N/A 3.3. Utilities: N/A 3.4 Equipment: N/A 3.5 Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all labor, transportation, equipment, materials, tools, supplies, supervision, incidental engineering, and management required to perform the inspections, testing, maintenance, repair, and component replacement as required to service equipment in accordance with the manufacturer's original specifications. Work includes the performance of a service, preventive maintenance of this equipment, inspections and tests, and other services as described herein. 4.2 Equipment, components, and parts, other than that installed under the contract, shall not be removed or replaced or deficiencies corrected while still under warranty of the manufacturer or the installer without prior approval of the Contracting Officer (KO) or Contracting Officer Representative (COR). 4.3 The Contractor, shall be licensed by the State of Kansas to provide the maintenance and repair services specified in this contract. All work shall be performed by tradesmen and craftsmen who have extensive experience and training on inspecting and repairing equipment from a wide variety of crane and hoist manufacturers. Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the CO prior to award of the contract. 4.4 Preventive Maintenance and Periodic Inspection. A certified inspector (CI) shall perform a complete inspection in accordance of the contract to systems identified in Deficiencies found during inspections shall be corrected during the service, ensuring optimum uninterrupted systems operations. 4.5. The CI shall examine deficiencies and determine whether they constitute a safety hazard. If the crane is to be removed from service until it is repaired, the contractor shall notify the building manager and COR immediately. 4.6 The inspections may require the removal of covers or parts to gain access. Disassembly of the hoist or major components, not designed to be removed or opened, is not required for the sole purpose of the inspection. If the individual performing the inspection finds evidence of damage or wear that constitutes a potential hazard, further inspection to determine cause or to repair the system may be required and total disassembly or removal of major components may be necessary. Consult manufacturer's instructions, where available, for additional guidance. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The Contractor shall: 5.1.1. Task Heading. Repair crane at bldg. 833 as per manufactures specifications. Tasks a. The contractor shall safely remove and replace the defective section of bridge rail. b. The contractor shall load test the crane hoist. c. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. d. The contractor shall inspect the crane, and service the crane to meet manufacturer's specifications for the crane, trolley and bridge rail. e. The contractor shall turn in all recyclable material to Ft. Riley recycle center. 5.1.2. Task Heading. Repair crane at bldg. 727 as per manufactures specifications. Tasks a. The contractor shall safely replace all runway conductors. b. The contractor shall replace the brake system on hoist. c. The contractor shall replace the pendent case on hoist. d. The contractor shall replace control cord per manufacture specifications. e. The contractor shall load test the crane. f. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. g. The contractor shall inspect and service the crane to meet manufacturer's specifications on the crane, trolley and bridge rail. 5.1.3. Task Heading. Replace 5 ton crane hoist at bldg. 723 as per manufactures specifications. Tasks a. The contractor shall safely remove existing 5 ton crane hoist in bldg. 723. b. The contractor shall update electrical service as needed. c. The contractor shall install new 5 ton crane hoist. d. The contractor shall load test the crane hoist. e. The contractor shall apply test results label to crane hoist as per Ft. Riley specifications. f. The contractor shall inspect, service, and replace bearings and rigging for crane trolley. g. The contractor shall install dedicated dis-connect for crane. h. The contractor shall remove old crane material and turn in to Ft. Riley recycle center. Performance Requirement Summary Service PWS Paragraph Number Standard AQL Surveillance Method Quality Control Plan inspection plan 1.5.1 The Contractor shall submit a Quality Control Inspection System Prior to Contract Start AT Level 1 Training 1.7.1 All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training Within 30 calendar days of Contract start Access and General Protection/Security Policy and Procedures. 1.7.2 Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. 100 % of personnel IAW FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. WATCH Training. 1.7.4 The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program 100% of all Personnel completed within 30 calendar days of contract award and within 05 calendar days of new employees commencing performance OPSEC Training 1.7.5 Contractor employees must complete Level I OPSEC Awareness training. 100% within 30 calendar days of contract award CONTRACTOR MANAGEMENT REPORTING (CMR) 1.8 Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Licensed by the State of Kansas 4.3 The Contractor will provide a Certified Inspector 100% provided to the KO prior to award of the contract Preventive Maintenance and Periodic Inspection 4.4 The Contractor will provide a Certified Inspector Prior to contract start Provision and Clauses The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 14 July 2016. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.203-3, 52.204-7, 52.204-13, 52.204-13, 52.209.10, 52.209-10, 52.212-4, 52.232-39, 52.232-39, 52.233-1, 52.212.5, 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, ) 52.222-37, 52.232-33, 52.222-41, 52.222-42, 52.252-2, 12.301(b), 52.246-3, 52.246-5, 52.246-16, 52.212-1, 52.212-5, 52.212-3, 52.212-4, 52.233-3, 52.204-10, 52.219-8, 52.222-21, 52.223-14, 52.223-20, 52.223-20. 52.204-13, 52.212-4, 52.222-36, 52.222-41, 52.222-43, 52.228-5, 52.228-5, 52.232-18, 52.232-33, 52.237-2, 52.246-16, 52.246-5, 52.246-3 From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.232-7003, 252.232-7010, 252.243-7001, 252.203-7002, 252. 204-7003, 252.204-7004 Alt, 252.232-7003, 252.201-7000, 252.203-7000, 252.212-7001, 252.211-7003, 252.232-7006, Full text of these clauses may be found at http://farsite.hill.af.mil Payment invoice will be submitted through Wide Area Work Flow (WAWF).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a64a237bfdad8bc51613aaca5a47b38)
 
Place of Performance
Address: Buildings 723, 727, and 833, FT RILEY, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN04440882-W 20170322/170320234439-4a64a237bfdad8bc51613aaca5a47b38 (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.