Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
MODIFICATION

18 -- CALL 001 RMDC BAA-RVKV-2014-0005 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1

Notice Date
5/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
BAA-RVKV-2014-0005
 
Point of Contact
Francis M. Eggert, Phone: 5058467603, Michael LaBerge, Phone: 505-846-0946
 
E-Mail Address
Francis.Eggert@us.af.mil, Michael.La_Berge@us.af.mil
(Francis.Eggert@us.af.mil, Michael.La_Berge@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
23 May 17, Posting Of CALL 001 to BAA-RVKV-2014-0005 below: BROAD AGENCY ANNOUNCEMENT BAA-RVKV-14-0005 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL ANNOUNCEMENT (CALL) 001 1. BROAD AGENCY ANNOUNCEMENT TITLE: AFRL Space Vehicles Directorate, Battlespace Environment Division - BAA-RVKV-2014-0005 2. BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-RVKV-2014-0005 3. PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Space Environment Sensor Data Management and Analysis 4. PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER: 001 5. TECHNICAL POINT OF CONTACT: The technical point of contact for this CALL is Mr. Nelson A. Bonito; AFRL/RVB, Kirtland AFB, NM; 505-853-3130; E-mail: Nelson.Bonito.1@us.af.mil. 6. CONTRACTING POINTS OF CONTACT: The contracting points of contact for this CALL are: Contract Specialist: Mr. Michael LaBerge, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone 505-846-0946, E-mail: Michael.La_Berge@us.af.mil or Contracting Officer: Mr. Francis M. Eggert, Det 8 AFRL/RVKB, Kirtland AFB, NM, Phone 505-846-7603, E-mail: Francis.Eggert@us.af.mil 7. REQUIREMENT DESCRIPTION: Air Force Research Laboratory's Space Vehicles Directorate, Battlespace Environment Division (AFRL/RVB) is interested in applied research and development and advanced technology to enhance the development and implementation of space environment models and sensors to meet various Air Force space weather system needs in order to specify, forecast, mitigate, and exploit environmental impacts on Department of Defense (DOD) space and Intelligence, Surveillance and Reconnaissance (ISR) systems. The Space Environment Branch (AFRL/RVBX) full text BAA-RVKV-2014-0005 and amendments outline the general objectives of this CALL. AFRL/RVBX is interested in receiving proposals that advance the state-of-the-art and scientific knowledge in understanding and quantifying the impact of the space environment on operational systems that enable communication, command, and control; and radio frequency (RF) remote sensing capabilities. This effort will be performed at the AFRL/RVB Mission Data Analysis Center (RMDC) located at Kirtland AFB, NM to provide Data Analysis and Modeling for multiple aspects of space environment modeling and prediction. RMDC data analysis design provides a capability and architecture for the changing research, model, and data environments as necessary for ARFL/RVBX projects. New modeling approaches and data systems for other projects continue to be defined to improve space environment specification and impact on DOD space and ISR systems. The fact that new research, models and data streams are expected in the next several years demonstrates the need to design and development new RMDC data processing resource. The RMDC provides the capability for the data processing and assessment of multiple space experiments for application in existing and future operational space environment models. RMDC provides an end-to-end handling of space experiment data from acquisition, processing, cataloging, archival, and product distribution to various Research and Development (R&D) communities. The RMDC research and development effort will encompass data analysis, model adaptations and innovative telemetry processing and archiving. Through the introduction of new technology, enhanced capabilities, and process improvement, AFRL/RVBX is interested in the following: (1) application of space environment specification and forecast verification; (2) enhancements to modeling components to incorporate new data sources in the forecasting; (3) develop data management, data fusion and validation techniques for assimilating space and ground base sensors; (4) apply and develop new research model techniques to extend prediction; and (5) enhanced data specification to define space environment impacts on Air Force and ISR systems. RMDC research efforts will require a potential offeror to have the technical skills and abilities and demonstrable working knowledge of Government, Air Force and other community research, and software development processes to ensure operational implementation of space environment specification and prediction algorithms to support the transition of technologies into DOD operational units. The offeror shall have the technical skills and abilities to design, develop, implement and test algorithms for expanding the RMDC capabilities to process additional space sensor systems. This includes design and development of scientific algorithm applications, documentation, expanding database management systems, providing test procedures, and configuration management of components developed. RMDC mission includes activities required to execute the R&D, testing, data collection, and subsequent data dissemination and specifically applies to the unique cross-discipline effort for development, integration and exploitation. Given the inherent uncertainties in research and development and, in particular, the type of integrated effort described here, the Government fully expects that various approaches and efforts will advance at different rates, or fail to advance in the manner originally envisioned. It is further recognized that by the nature of any Research and Development effort, work attempted to include this requirement, could change and or advance through new discoveries or by the use of differing methodologies to arrive at an acceptable/usable solution. Additionally, be advised that through the advancements/ new directions of the work encountered, additional work, time and funding may be utilized to continue and mature the research and development of this requirement to a level where it is acceptable and functional to the Air Force Research Laboratory and the Government. It is anticipated that substantial Government-contractor communication and flexibility will be needed to fully achieve the goals of this effort, and that specific objectives or tasks may require alteration, extension or elimination as the state of the art advances. Accordingly, under this CALL the Government will not consider proposals addressing any single objective or area of study in isolation or to the exclusion of the others. 1. AFRL/RVB's Applied Research (6.2) related to this CALL is oriented toward the goal of developing, implementing and exercising new space weather models, products, and data visualization tools. The research and development work effort will encompass data analysis of existing products and modeling approaches used to specify the space environment impacts on Air Force and ISR systems. Researchers are expected to implement new data sources and the development of research based technologies for the prediction of space weather phenomena, which are envisioned to improve existing capabilities and provide transition to the operational community. Researchers are expected to provide enhanced data management capabilities to the existing RVB Mission Data Analysis Center (RMDC) capabilities, and to develop methods to manage new space experiment data, provide methods to quantify sensor data use, demonstration of technology, new approaches in data visualization and develop data distribution methods for net-centric and web based discovery. 2. Applied Research (6.2) and development is needed that is directed toward new and improved data management techniques, which provides for the accessibility of space environment data from public and government sources. Retrieve, store, disseminate and integrate data from AFRL flight missions to provide access, data fusion and interfaces to advance model development and technology demonstration. This effort does not represent separate, discipline scientific and engineering activities. The Government's existing and planned contracts and in-house research teams have produced and continue to produce substantial discipline knowledge and technologies. The objective of this effort relate to the interdisciplinary development and integration of those products and products of the greater research community leading to innovative new space environment awareness, mitigation and exploitation capabilities. In such a body of work, the various research activities are expected to be tightly coupled, with requirements from one aspect driving scientific investigations of another, with the combined results feeding into novel technologies. A full range of research, development, and test and evaluation expertise is anticipated to expand the RMDC facility to meet future RVB missions. 3. Applied Research (6.2) to provide research, development, test and evaluation capabilities to improve the development and implementation of space environment models and sensor data sources to meet various Air Force space weather system needs in order to specify, forecast, mitigate, and exploit environmental impacts on Department of Defense (DOD) space and Intelligence, Surveillance and Reconnaissance (ISR) systems. Data and other space weather inputs are provided by the AFRL/RVB Mission Data Analysis Center (RMDC), which supports a myriad of Battlespace Environment Division (AFRL/RVB) space weather missions, and enables these RVB missions to transition technologies to operational units within DOD. AFRL/RVBX requires capabilities to determine and demonstrate the detailed association between environmental conditions and specific impacts on space systems and services; establish the utility of environmental models to specify or forecast specific conditions; and quantitatively characterize the occurrences of specific environmental effects on space systems and services. AFRL/RVBX research efforts will require technical skills to improve remote sensing analysis capabilities; develop modeling techniques specifically designed to increase the accuracy and timeliness of space environment specification and forecast; develop multi-model ensemble techniques; and development of automated techniques for extracting the characteristic features from existing measurement systems. Expand the RMDC capabilities to address present and future RMDC requirements with innovative methods to improve information access, analysis, and dissemination. Expand the RMDC capability to perform data analysis, model development, and data visualization and distribution of processed and gathered mission data. Enhance RMDC data management to address the large quantity of space environment monitoring data to support multiple space experiments with improved analysis and modeling of space environment's effects on space systems and services. Enable the RMDC to provide reliable and timely end-to-end handling of space experiment data from acquisition, processing, cataloging, archival, and product distribution to various R&D communities. See attached Statement of Objectives entitled Space Environment Sensor Data Management and Analysis (Attachment #2) for specifics to the above requirement and provide the Contract Data Requirements List (CDRLs) set forth in Attachment 3. 8. ANTICIPATED FUNDING: Anticipated funding for this CALL (not per contract or award) is: FY 18: $850K; FY 19: $850K; FY 20: $750K; FY 21: $750K. Total anticipated Award Amount: $3,200,000. The funding to be applied will be towards the three (3) R&D paragraphs described above as line items. Note! This funding profile is an estimate only and will not be a contractual obligation for funding. Offerors should note that funding for this effort is uncertain at this time and will be largely dependent on the next government fiscal year budget that has yet to be established. In view of the foregoing budgetary considerations and possible impact to this effort, the Government reserves the right to award none, some or all of the effort set forth in this solicitation. All funding is subject to change due to government discretion and availability. 9. PERIOD OF PERFORMANCE: The anticipated period of performance for individual awards resulting from this CALL is 51 months in duration. The period of performance is to be proposed in the format "includes 48 months for technical effort and 3 months for Final Report preparation." 10. PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 1500 hours (03:00 p.m.) MDT on: 26 JUNE 2017. Proposals for any other technology area identified in the baseline BAA will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c)(3). 11. CALL AMENDMENTS: Offerors should monitor FedBizOps/EPS http://www.fbo.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. 12. ANTICIPATED TYPE OF CONTRACTS/INSTRUMENTS: The Air Force anticipates awarding a CPFF contract type as a result of this CALL but reserves the right to award the instrument best suited to the nature of research proposed. 13. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding one (1) contract. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE: On or before 1 SEPTEMBER 2017. (Note, this is the anticipated date for the 1st award. Also, other award(s) may be possible pursuant to the Availability of Funds and Limitation Of Funds and mission needs. 14. INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. 15. DELIVERABLES ITEMS: DATA 16. OTHER RELEVANT INFORMATION: (A) Security Requirement: Program security classification for this CALL is SECRET. The Federal Acquisition Regulation (FAR) requires that a DD Form 254 be incorporated in each contract awarded under this CALL. The draft DD Form 254, Attachment 4 provides the Offeror (or a subcontractor) the security requirements and the classification guidance that will be necessary to perform this effort. FAR 52.204-2, Security Requirements is included in this CALL by reference. (B) ITAR, export control, DD Form 2345 required: ITAR Restricted. This effort is expected to be ITAR Restricted due to the fact that these space weather and ISR sensors and the associated software are part of an Air Force operational capability. (C) Foreign Nations Not Allowed to Participate. No Foreign Nations will be considered for award. The Offeror will need to interface with Air Force operational units will require the use of government networked system. The Offeror will have Unrestricted access to AFRL facility and CAC for access to networked computer systems used to process DoD space and ground based sensor data. Thus, Security Requirements and measures will be required to be considered for an award. (D) Government Furnished Property: N/A. (E) Base Support. The Government may provide the contractor base support throughout the course of this contractual effort. (F) Proprietary Information. Administrative access to proprietary information may be necessary throughout completion of this effort. The Government may exercise the use of non-Government advisors and administrators in service roles. Service contracts contain an organizational conflict of interest clause that requires the service Contractors to protect the data and prohibits the service Contractors from using the data for any purpose other than for which the data was presented. Offerors will be required to sign and submit the provision consent form associated with this CALL; objections may also be indicated on the consent form. Describe any anticipated contracts between the Air Force and contractors that will require administrative access to proprietary information. (G) Organizational Conflict of Interest (OCI). OCI may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. (H) Support Contractors: Only Government employees will evaluate the proposals for selection. The AFRL Directed Energy (RD) and Space Vehicles (RV) has Contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Consent to administrative access is included in the representations and certifications (See Attachment #5). Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. (I) Wide Area Work Flow Notice: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/. Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCAA. (J) Forward Pricing Rate Agreements: Offerors who have forward pricing rate agreements (FPRA's) and forward pricing rate recommendations (FPRR's) should submit them with their proposal. (K) Limitations on Pass-Through Charges. As prescribed in FAR 15.408(n)(1) & 15.408(n)(2), provisions 52.215-22, "Limitations on Pass Through Charges - Identification of Subcontract Effort (Oct 2009)," and 52.215-23, "Limitations on Pass Through Charges (Oct 2009)," are contained in this solicitation. Any contract valued greater than the threshold for cost or pricing data threshold, except fixed price contracts awarded on the basis of adequate price competition, resulting from this solicitation, shall contain the Clause at FAR 52.215-23 (or Alt I). (L) Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required. (M) Post-Award Small Business Program Rerepresentation: As prescribed in FAR 19.309(d), FAR Clause 52.219-28, "Post-Award Small Business Program Rerepresentation (Apr 2009)," is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. This clause requires a contractor to represent its size status when certain conditions apply. The clause provides detail on when the representation must be complete and what the contractor must do when a representation is required. (N) Subcontracting Plans: Please note, Subcontracting Plans is expected for this effort. Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $700,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704, DFARS 219.704 and AFFARS 5319.704. Small business is exempt from this requirement. If a company has a master subcontracting plan, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal along with an individual plan for review. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. Additionally, please note, the Government anticipates a certain portion of this effort will be subcontracted to small businesses in order to meet the statutory goals. Large businesses shall consider, to the highest extent possible, subcontracted opportunities with small businesses. For proposed awards to be made as contracts (that exceed $700,000) to other than small businesses, Subcontracting Plans will be required in accordance with the requirements set forth in FAR 19.704, Subcontracting Plan requirements, and DFARS 219.704 as stated above. As such, Subcontracting Plans will be evaluated and negotiated to ensure that submissions are compliant with FAR Subpart 19.7. Also, for proposed Subcontracting Plans that are below the statutory goals, the offeror will provide additional information which demonstrates how it intends to provide meaningful subcontracting opportunities and rationale to why the goals were not attainable. Finally, in accordance with FAR 19.702, Statutory requirements, provides, if the apparent successful offeror fails to negotiation a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offer will be ineligible for award. (O) Indirect Cost Limitation for Basic Research Awards Notice: The purpose of this notice is to make offerors aware of the Indirect Cost Limitation for Basic Research Awards as originally set forth in Section 8115 of the Department of Defense Appropriations Act, 2008 (P.L. 110-116) and subsequently included in following year Appropriation Acts. Section 8115 of the DoD Appropriations Act of 2008 (and subsequent Acts) limits payments of negotiated indirect cost rates on contracts, grants, and cooperative agreements (or similar arrangements), which are funded with FY 2008, FY 2009 and FY 2010 Basic Research appropriations and are awarded on or after November 14, 2007, to not more than 35 percent of the total cost of the instrument. This limitation also applies to any new award made by another Federal agency to a non-Federal entity on behalf of the DoD using FY 2008, FY 2009 and FY 2010 Basic Research appropriations. The DoD Appropriations Act of 2011 (P.L. 112 10, Div A) does not carry forward a limitation to reimbursement of indirect costs under grants, cooperative agreements, contracts, or similar arrangements using Basic Research funds. (P) Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR Clause 52.222-54, "Employment Eligibility Verification (Jan 2009)," is hereby incorporated by reference in this solicitation. Any contract awarded as a result of this BAA that is above the Simplified Acquisition Threshold, and contains a period of performance greater than 120 days, shall include this clause in its contract. This clause provides the requirement of contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award. (Q) Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: As prescribed by FAR 4.1403(a), FAR 52.204-10, "Reporting Executive Compensation and First-Tier Subcontract Awards," is hereby incorporated by reference in this solicitation. Any contract valued at $25,000 or more, excluding classified contracts or contractors with individuals, must contain this clause. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 found at: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view=text&node=2:1.1.1.4.1&idno=2#2:1.1.1.4.1.2.1.1. (R) Updates of Publicly Available Information Regarding Responsibility Matters: Any contract or assistance award that exceeds $10M; and when an offeror checked "has" in paragraph (b) of the provision 52.209-7, shall contain the clause/article, 52.209-9, "Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011)." (S) Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems, is hereby incorporated by reference. (T) Offerors shall specifically call out elements of the effort proposed to be conducted within the confines of Kirtland AFB, NM, and those that are to be performed off-site. Any differences in on-site versus off-site rates shall be specifically annotated. 17. APPLICABILITY OF BASELINE BAA: All requirements of BAA-RVKV-2014-0005 apply unless specifically amended and addressed in this CALL. For complete information regarding BAA-RVKV-2014-0005, refer to the initial opened-ended BAA. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the points of contact identified above. 18. PROPOSAL SUBMISSION: (A) Please prepare your cost proposal in accordance with (IAW) Attachment #1 the Det 8 Air Force Research Laboratory for this CALL Announcement pursuant to FAR 15.408 in the Table format outlined in the instructions. Please submit Management (Business), Technical, and Cost Proposals IAW the attached proposal instructions of this Announcement. Technical/management and cost volumes should be submitted in separate volumes, and shall be valid for 180 days. (B) Two copies and an original of your proposal is requested. In addition, include an electronic copy of your proposal on a compact disk (CD-R), this shall also include a Microsoft Excel 2007 or earlier compatible cost proposal. Proposals are due to this office no later than 1500 hours (03:00 p.m.) MDT on: 26 June 2017. Please note, allow enough time to mail handler's to get through security. Also, it is the Offeror's responsibility to ensure that their proposal's arrive by the due date and time. Submit your proposal to the following address: Air Force Research Laboratory Det 8 AFRL/RVIR (Mail Center) ATTN: (Contracting Officer) or (Contract Specialist); Office Symbol: RVKVB. 3550 Aberdeen Ave SE Kirtland AFB NM 87117-5773 (C) Submission of proposal(s) are not an authorization to commence work or to incur any costs to perform the work described above. Work is not to be implemented until appropriate contractual action is taken to add the work to the contract. Any work performed or expense incurred prior to that time (including bid and proposal costs) will be at your own risk. 19. AWARD ADMINISTRATION INFORMATION: (A) Award Notices: Offerors will be notified whether their proposal is recommended for award in writing by letter. The notification of recommendation for award is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award. (B) Debriefings: When requested, a debriefing will be provided. The debriefing process will follow the guidelines set out in FAR 15.505, pre-award debriefings to offerors and 15.506, post-award debriefings to offerors. (C) Please complete the Section K, Attachment # 5 and submit with your proposal. (D) Please note and complete the following Attachments and submit with your proposal: (1) Attachment # 6, Full Text, is to assist you in preparing your proposal along with the CALL Announcement; (2) Attachment # 7, SOW AFRL SCR is a Supplemental Contract Administrative SOW for post award contract administration; and (3) Attachment # 8, Data Assertions are to be completed by the Offeror and submitted with your proposal. 8 Attachments (1) Proposal Instructions Det 8 AFRL dated 19 Oct 16 (2) SOO dated 17 January 2017 (3) CDRLs Proposed and Approved date 14 Apr 2017 (4) DD Form 254 DRAFT dated 23 May 2017 (5) Section K, Reps and Certs dated 23 May 2017 (6) BAA-RVKV-2014-0005 FULL TEXT Amended 14 March 17 (7) SOW AFRL SCR - Supplemental Contract Administration dated 13 Dec 16 (8) Data Assertions dated 23 May 17
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/BAA-RVKV-2014-0005/listing.html)
 
Place of Performance
Address: Battlespace Environment Division, AFRL/RVB; Attn: Mr. Nelson A. Bonito, Building 570; 3550 Aberdeen Ave SE; Kirtland AFB NM 87117-5773, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04519084-W 20170525/170523235504-e3edb1d1629e515721cd091e0b35b14a (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.