Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

W -- Dumpster Refuse Seward

Notice Date
2/25/2022 12:45:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-22-Q-0020
 
Response Due
3/2/2022 12:00:00 AM
 
Archive Date
03/16/2022
 
Point of Contact
Ivonna Richardson, Melinda Nixon
 
E-Mail Address
ivonna.l.richardson.civ@army.mil, melinda.l.nixon.mil@army.mil
(ivonna.l.richardson.civ@army.mil, melinda.l.nixon.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 Updated paragraph 4.1 of the Performance Work Statement from 6CY to 40CY Extended the offer due date from 25 February to 1 March 2022 Amendment 0002 - Updated the Performance Work Stateent to reflect 6CY. Combined Synopsis/Solicitation i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.�This acquisition is conducted using FAR 13�-�Simplified�Acquisition Procedures.� (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number�W912CN -22-Q-0020.� (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular�FAC 2022-04, Effective:�January 30, 2022.� (iv) The�North�American Industry Classification System (NAICS) code applicable to this acquisition is 562111, Solid Waste Collection. The small business size standard is $41.5 million. This procurement is issued as�100%�Small Business Set-Aside.�� A list of contract line item number(s) and items, quantities, and units of measure:�� CLIN: 0001 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease &�Hauling ��Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�8�total hauls. Hauls shall be scheduled once a�week on Tuesdays from February to April. See �Statement of Requirement� for more details.� QTY:�8 Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 0002�DESCRIPTION OF REQUIREMENTS:�Dumpster Lease &�Hauling���RV Park, Fish Houses, Ground Maintenance, and Pony Cove.� EXTENDED DESCRIPTION:�The contractor shall provide four (4) 6 CY Roll-off dumpsters with bear proof lids.��One dumpster each must be place at the following locations, Ground Maintenance, Pony Cove,�RV Park and Fish House with�176 total hauls. Hauls shall be scheduled twice a week on Tuesdays and Fridays�during the months�May thru September.�See �Statement of Requirement� for more details.� QTY:�176� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price:� ____________________� CLIN: 0003 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease &�Hauling���Ground Maintenance and Pony Cove�� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with 26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during�October�thru�December. See �Statement of Requirement� for more details.� �� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 0004 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during January thru March. See �Statement of Requirement� for more details.� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� � CLIN:�1001 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with 8�total hauls.�Hauls shall be scheduled once a week on Tuesdays�for the month of April. See �Statement of Requirement� for more details.� QTY:�8 Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 1002 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � RV Park, Fish Houses, Ground Maintenance, and Pony Cove.� EXTENDED DESCRIPTION:�The contractor shall provide four (4) 6 CY Roll-off dumpsters with bear proof lids.��One dumpster each must be place at the following locations, Ground Maintenance, Pony Cove,�RV Park and Fish House with�176 total hauls. Hauls shall be scheduled twice a week on Tuesdays and Fridays�during the months�May thru September.�See �Statement of Requirement� for more details.� QTY:�176�� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 1003 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove�� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with 26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during�October thru�December. See �Statement of Requirement� for more details.� �� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�1004�DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during the month of�January thru March. See �Statement of Requirement� for more details.� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�2001 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove � EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�10�total hauls. Hauls shall be scheduled�Tuesday�once a week for the April. See �Statement of Requirement� for more details.� QTY:�10� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�2002 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � RV Park, Fish Houses, Ground Maintenance, and Pony Cove.� EXTENDED DESCRIPTION:�The contractor shall provide four (4) 6 CY Roll-off dumpsters with bear proof lids.��One dumpster each must be place at the following locations, Ground Maintenance, Pony Cove,�RV Park and Fish House with�172 total hauls. Hauls shall be scheduled twice a week on Tuesdays and Fridays�during the months�May thru September.�See �Statement of Requirement� for more details.� �� QTY:�172�� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�2003 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove�� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�28�total hauls. Hauls shall be scheduled once a week on Tuesdays�during October thru December. See �Statement of Requirement� for more details.� QTY:�28 Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�2004�DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with 24�total hauls. Hauls shall be scheduled once a week on Tuesdays during�January thru March. See �Statement of Requirement� for more details.� QTY:�24 Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� � CLIN:�3001 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION: The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�10�total hauls.�Hauls shall be scheduled Tuesday�once a week for the month of April. See �Statement of Requirement� for more details.� QTY:��10� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�3002 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � RV Park, Fish Houses, Ground Maintenance, and Pony Cove.� EXTENDED DESCRIPTION:�The contractor shall provide four (4) 6 CY Roll-off dumpsters with bear proof lids.��One dumpster each must be place at the following locations, Ground Maintenance, Pony Cove,�RV Park and Fish House with�176 total hauls. Hauls shall be scheduled twice a week on Tuesdays and Fridays�during the months�May thru September.�See �Statement of Requirement� for more details.� QTY: 176�� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�3003 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove�� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during�October thru December. See �Statement of Requirement� for more details.� �� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN:�3004 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays during January thru March. See �Statement of Requirement� for more details.� QTY:�26� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� � CLIN:�4001 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with 8�total hauls.�Hauls shall be scheduled Tuesday�once a week for the month of April. See �Statement of Requirement� for more details.� QTY:�8�� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 4002 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � RV Park, Fish Houses, Ground Maintenance, and Pony Cove.� EXTENDED DESCRIPTION:��The contractor shall provide four (4) 6 CY Roll-off dumpsters with bear proof lids.��One dumpster each must be place at the following locations, Ground Maintenance, Pony Cove,�RV Park and Fish House with�176 total hauls. Hauls shall be scheduled twice a week on Tuesdays and Fridays�during the months�May thru September.�See �Statement of Requirement� for more details.� QTY: 176� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 4003 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove�� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays�during�October thru December. See �Statement of Requirement� for more details.� �� QTY:�26 Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� CLIN: 4004 DESCRIPTION OF REQUIREMENTS:�Dumpster Lease & Hauling � Ground Maintenance and Pony Cove� EXTENDED DESCRIPTION:�The contractor shall provide two (2) 6 CY Roll-off dumpsters with bear proof lids. One shall be placed at Ground Maintenance and�another at Pony Cove�with�26�total hauls. Hauls shall be scheduled once a week on Tuesdays during�January thru March. See �Statement of Requirement� for more details.� QTY:�26�� Unit of Issue: Jobs� Unit�Price: ________________________� Extended�Price: ____________________� To be considered acceptable and eligible for award, quotes must be complete and including�all of�the items and services in accordance with the attached �STATEMENT OF REQUIREMENT.�� The Government will not consider quotes or offers for partial items or quantities.�� (vi) Contractors shall review the �Statement of Requirement��for the full description of requirements.� (vii)�Date(s) and place(s) of delivery and acceptance and FOB point:�� The expected�Delivery Date�for this effort is:�� CLINs 0001 through 0004: 1�April�2022. Dumpsters shall remain available for periodic hauling through 31�March�2023.�� Option Period 1 - CLINs 1001 through 1004: 1�April�2023. Dumpsters shall remain available for periodic hauling through�31�March 2024.� �Option Period 2 - CLINs 2001 through 2006: 1�April�2024. Dumpsters shall remain available for periodic hauling through 31�March 2025.� Option Period 3 - CLINs 3001 through 3006: 1�April�2025. Dumpsters shall remain available for periodic hauling through�31�March 2026.� Option Period 4 - CLINs 4001 through 4006: 1�April�2026. Dumpsters shall remain available for periodic hauling through 31�March 2027.� Delivery locations for all CLINs:�RV Park, Fish Houses, Ground Maintenance, and Pony Cove at Seward Military Resort in Seward, Alaska. (viii)�OFFEROR INSTRUCTIONS� The provision at�52.212-1,�Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.��The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government�as defined in the �EVALUATION FACTORS FOR AWARD��Section below.�A complete quote must be received for consideration.�Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award.�A complete quote includes a response and submission to each of the following:� General Information:�Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule.�� Price Quote:�The quoter shall submit complete pricing for each CLIN listed in the��Description of Requirements��Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($).�All options must be priced; partial quotes will not be accepted.�� � Past Performance:�The quoter�will evaluated in accordance with the following:��� � DFARS Provision 252.213-7000�Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluation in Past Performance Evaluations (SEP�2019)�will be used to conduct the evaluation. A full text of the provision is located below�(under section �xiii�).� � (ix)�Evaluation Factors for Award:�The specific evaluation criteria included are price and�past performance�as defined below:� � Factor I � Price:�The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items�inclusive of all option periods. The total firm-fixed-price shall include all applicable taxes and all associated�price as outlined in paragraph (v)�above.� � Factor II � Past Performance:�The Government will evaluate�past performance�by ranking all quoters�based on�the�SPRS�s�Supplier Risk�Score.�In the case of a supplier without the supplier may not be evaluated favorably or unfavorably for its past performance history.� � **Basis for Award:�The Government intends to award a firm-fixed-price contract�to the�responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award.�The vendor must be registered in the System for Award Management (SAM).�The award decision will be�based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer.�In short, trade-offs will be made.�Additionally,�the quote will be evaluated for a fair and reasonable price.�However, the Government reserves the right to award a contract to a quoter that can fulfill the entire requirement. The Government reserves the right to resolve quote deficiencies with one, some, or all contractors at its discretion. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.� (x)�Offerors must include a completed copy of the provision at�52.212-3�Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer.� � (xi) The clause at�52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.� � (xii) The clause at�52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition.�It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at�https://www.acquisition.gov/content/regulations.� � The following additional FAR clauses and provisions are applicable to this acquisition:� � 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995)�� 52.204-7 System for Award Management (OCT 2016)� 52.204-13 System for Award Management Maintenance (OCT 2016)� 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)� 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)� 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)� 52.204-22 Alternative�Line Item�Proposal (JAN 2017)� 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.� 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)� 52.204-26 Covered Telecommunications Equipment or Services-Representation.� 52.209-2 Prohibition�On�Contracting�With�Inverted Domestic Corporations--Representation (NOV 2015)� 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations� 52.217-8�Option to Extend Service (NOV 1999)� 52.217-9 Option to Extend the Term of the Contract. (Mar 2000)� 52.219-28, Post Award Small Business Program Representation� 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016)�� 52.222-21, Prohibition of Segregated Facilities (Apr 2015)� 52.222-26, Equal Opportunity (Sep 2016)�� 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.� (OCT 2015)� 52.222-50, Combating Trafficking in Persons (Mar 2015)�� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)� 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)�� 52.232-18 Availability of Funds� 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013)�� 52.232-39 Unenforceability of Unauthorized Obligations� 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)� 52.252-1 Solicitation Provisions Incorporated by Reference� 52.252-2 Clauses Incorporated by Reference� � The following additional DFARS clauses are applicable to the acquisition:� � 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.� 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)� 252.203-7005 Representation Relating to Compensation of Former DoD Officials.� 252.204-7003 Control�Of�Government Personnel Work Product (APR 1992)� 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)� 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019)� 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021)� 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)� 252.223-7008 Prohibition of Hexavalent Chromium (June 2013)� 252.225-7048 Export-Controlled Items (JUN 2013)�� 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.� (DEVIATION 2020-O0015)� 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation.� (DEVIATION 2020-O0015)� 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports� 252.232-7006 Wide Area Work-Flow Payment Instructions� 252.232-7010 Levies on Contract Payments� 252.232-7007 Limitation of Government�s Obligation (APR 2014)� 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021)� 252.244-7000 Subcontracts for Commercial Items� 252.247-7023 Transportation of Supplies by Sea, Basic� � (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition.� � Attachment 1�Performance� Work Statement� � 252.213-7000 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluation in Past Performance Evaluations Applies (SEP 2019)� (a) The Supplier Performance Risk System (SPSR) application� (https://www.sprs.csd.disa.mil)�will�be used in the evaluation of suppliers� past performance in accordance with DFARS?213.106-2?(b)(i).� (b) SPRS collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier�s performance history by Federal supply class (FSC) and product or service code (PSC). The SPRS application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the�FSC�and PSC of the supplies being purchased.� (c) The quality and delivery classifications identified for a supplier in SPRS will be used by the contracting officer to evaluate a supplier�s past performance in conjunction with the supplier�s references (if requested) and other provisions of this solicitation under the past performance evaluation factor. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government.� (d) SPRS classifications are generated monthly for each contractor and can be reviewed by following the access instructions in the SPRS User�s Manual found at 1ttps://www.sprs.csd.disa.mil/reference.htm. Contractors are granted access to SPRS for their own classifications only. Suppliers are encouraged to review their own classifications, the SPRS reporting procedures and classification methodology detailed in the SPRS User's Manual, and SPRS Evaluation Criteria available from the references at?https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf. The method to challenge a rating generated by SPRS is provided in the User�s Manual.� (End of provision)� (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.� � (xv)�DUE DATE AND SUBMISSION INFORMATION� � Formatting Requirements:�Submit quotes in electronic PDF.�� � Questions Due Date and Submission Requirements:�All questions must be received�before�February 22, 2022 @ 1400HRS,�Hawaii�Time.�Questions must be e-mailed to�ivonna.l.richardson.civ@army.mil.� Include RFQ#�W912CN -22-Q-0007�on all inquiries. Questions may be addressed at the discretion of the Government.� � RFQ Due Date and Submission Requirements:�This RFQ closes on�February 25, 2022�@ 1000hrs Hawaii�Time.��� � (xvi)�Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Ivonna Richardson at�ivonna.l.richardson.civ@army.mil. Reference RFQ#�W912CN -22-Q-0007�on all email exchanges regarding this acquisition.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80535079664c4c548e3eb1eb61184835/view)
 
Place of Performance
Address: Seward, AK, USA
Country: USA
 
Record
SN06251218-F 20220227/220225230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.