Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

S -- Base-wide Custodial Services - Edwards AFB, Air Force Research Laboratory, and Air Force Plant 42

Notice Date
6/1/2022 1:02:55 PM
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930122Q0011
 
Response Due
6/10/2022 5:00:00 PM
 
Archive Date
05/10/2023
 
Point of Contact
Thomas Prothro, Andrea Matson
 
E-Mail Address
thomas.prothro@us.af.mil, andrea.matson.1@us.af.mil
(thomas.prothro@us.af.mil, andrea.matson.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Awardee
null
 
Description
>> Added file ""Questions and Answers - FA930122Q0011 - Final.pdf"" >> Base-wide Custodial Services at Edwards AFB, AFRL, AFP42 *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA930122Q0011' to obtain more details.* FA9301-22-Q-0011 � Custodial Services Combined Synopsis Solicitation (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA9301-22-Q-0011 and is issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provision and clauses are in effect through Federal Acquisition Circular (FAC) 2022-06, Defense FAR Supplement Public Notice (DPN) 20220428, Air Force Acquisition Circular (AFAC) 2021-0726 (iv) The solicitation is 100% set-aside for 8(a) small business competition. The applicable NAICS code is 561720 Janitorial Services. The small business size is $19.5M. (v) General description of requirement: Base-wide custodial services including related cleaning supplies and restroom stocking supplies. Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract, where ""XX"" indicates the variety of the base period (i.e. 0001, 0002, etc.) vs. year two (i.e. 1001, 1002, etc.) vs. year three (i.e. 2001, 2002, etc.), and so forth. The CLINs below, as also identified within the model contract, represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs. See the attached model contract for details XX01 - EAFB & AFRL Provide Level 1 Prestige, Facility Cleaning IAW the PWS and Appendix A Table 1 XX02 - EAFB & AFRL Provide Level 1 Prestige, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 1 XX03 - RESERVE XX04 - EAFB & AFRL Provide Level 2 Basic, Facility Cleaning IAW the PWS and Appendix A Table 2 XX05 - EAFB & AFRL Provide Level 2 Basic, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 2 XX06 - RESERVE XX07 - EAFB & AFRL Provide Level 3 Academic, Facility Cleaning IAW the PWS and Appendix A Table 3 XX08 - EAFB & AFRL Provide Level 3 Academic, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 3 XX09 - Provide Level 3 Academic, Periodic Cleaning at EAFB & AFRL IAW the PWS and Appendix A Table 3 XX10 - EAFB & AFRL Provide Level 4 Special Services, Facility Cleaning Fitness Center� IAW the PWS and Appendix A Table 4 XX11 - EAFB & AFRL Provide Level 4 Special Services, Restroom/Locker Room Cleaning at Fitness Center� IAW the PWS and Appendix A Table 4 XX12 - EAFB & AFRL Provide Level 4 Special Services, Periodic Cleaning Fitness Center IAW the PWS and Appendix A Table 4 XX13 - EAFB Provide Level 4 Special Services, Facility Cleaning Youth Center/Teen Center/School Age Program, Star Base� IAW the PWS and Appendix A Table 5 XX14 � EAFB Provide Level 4 Special Services, Restroom/Locker Room Cleaning Youth Center/Teen Center/School Age Program, Star Base IAW the PWS and Appendix A Table 5 XX15 � EAFB Provide Level 4 Special Services, Periodic Cleaning Youth Center/Teen Center/School Age Program, Star Base IAW the PWS and Appendix A Table 5 XX16 - EAFB Provide Levely 4 Special Services, Facility Cleaning - CDC� IAW the PWS and Appendix A Table 6 XX17 - EAFB Provide Level 4 Special Services, Restroom Cleaning - CDC� IAW the PWS and Appendix A Table 6 XX18 - EAFB Provide Level 4 Special Services, Periodic Cleaning - CDC IAW the PWS and Appendix A Table 6 XX19 - Provide Emergency Buffing IAW the PWS XX20 - Provide Emergency Floor Maintenace/Stripping IAW the PWS XX21 - Provide Emergency Carpet Shampooing� IAW the PWS XX22 - Provide Restrooms Cleaning� Scrub Floors IAW the PWS XX23 - EAFB & AFRL Emergency Cleaning / COVID 19 IAW the PWS XX24 - Collective Bargaining Agreement Labor Adjustments IAW the PWS XX31 - AFP42 Provide Level 1 Prestige, Facility Cleaning� IAW the PWS and Appendix A Table 1 XX32 - AFP42 Provide Level 1 Prestige, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 1 XX34 - AFP42 Site 5 Provide Level 2 Basic, Facility Cleaning IAW the PWS and Appendix A Table 2 XX35 - AFP42 Site 5 Provide Level 2 Basic, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 2 XX36 - AFP42 Emergency Cleaning - COVID 19 IAW the PWS XX44 - AFP42 Site 6 Provide Level 2 Basic, Facility Cleaning IAW the PWS and Appendix A Table 2 XX45 - AFP42 Site 6 Provide Level 2 Basic, Restroom/Locker Room Cleaning IAW the PWS and Appendix A Table 2 (vi) General description of required supplies: Cleaning and restroom supplies shall be purchased from an authorized AbilityOne vendor. Successful contractor will have access to the base supply store to meet the requirement. (vii) Period of performance schedule: Transition period: 1 Sep 22 to 30 Sep 22 Base period: 1 Oct 22 to 30 Sep 27 Option period: 1 Oct 2027 to 30 Sep 32 (viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2021), applies to this solicitation. Addendum to 52.212-1 Instructions to Offerors-Commercial Items (Sep 2021) A. To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I � Technical Proposal, Part II � Price Quote, and Part III � Past Performance. B. The Contracting Officer is the Government�s sole point of contact for this acquisition. Address any questions or concerns you may have to the Contracting Officer. Written requests for clarification may be sent to the Contracting Officer. The Government reserves the right to revise or amend the specifications, drawings, or the solicitation prior to the solicitation closing time. Such revisions or amendments will be communicated by amendments to the Request for Quote (RFQ) and posted in the System for Award Management (https://sam.gov/content/opportunities) and Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) Solicitation module. If such amendments require material changes in quantities or prices, the solicitation closing date may be postponed by enough days to enable offerors to revise their quotes. In such cases, the amendment will include an announcement of the new closing date and time. Offerors MUST acknowledge all amendments in their quote, either by completing SF 1442 Block 18, providing signed copies of the amendments with their quote (Section III), or by separate letter which includes a reference to the solicitation and amendment numbers. If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the offeror is asking the Contracting Officer to consider as related to the omission or error. The offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. This reservation includes matters of additional or substitute pages of the initial quote. C. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting office will review this determination and if, in the contracting officer�s opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. D. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following: 1. Requirements of the RFQ (CLINs & PWS) and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award in section, 52.212-2 EVALUATION � COMMERCIAL ITEMS of this RFQ. 3. Any limitation on the number of quote pages. Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS � COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the quote. 4. Quotes must be submitted through the PIEE Solicitation module by the date and time specified on page one of the SF 1442, block 13. Submissions by email, mail and/or fax will NOT be allowed, reviewed, or considered. 5. Digital documentation requirements shall be as follows: a. The quote will be 8 �� x 11� page size. b. Double line spacing c. Typing shall be Times New Roman Font, size 12. 6. The quote shall be submitted in a format readable and usable by Microsoft Office 2016 Word, Excel, PowerPoint, or PDF format viewable with standard Adobe Acrobat Reader X. Hidden fields, comments, macros, etc. shall be omitted, and read passwords on files shall not be used. The files shall be consistent and uniformly named to allow for easy distinction between Volume, Tab, etc. Inclusion of company name or abbreviation is acceptable. No picture shots of excel spreadsheets shall be included. Any and all excel spreadsheets and formulas shall be accessible for review if submitted. If multiple quotes are submitted, the quote with the most recent time-stamp not later than required submission date and time will be considered the offeror�s official submission; this does not include contracting officer requests for final quotes. 9. Offer Acceptance Period: Offerors must agree to hold the quote prices in response to this solicitation as �firm� for 120 days after the date on the quote. 10. Potential offerors are reminded they must: Be registered in the System for Award Management (SAM) at www.sam.gov with a current registration to be eligible for award; ensure that all representations and certifications are completed in SAM for the applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions; and submit representations and certifications information with the quote to the contracting officer if applicable. E. Specific Instructions: 1. PART I �TECHNICAL PROPOSAL � Submit 1 copy in .pdf or Microsoft Word or Excel 2016 compatible format earlier. a. Mission Essential Contractor Services Plan Technical Proposal. Background: The Mission Essential Contractor Services Plan, in accordance with DFARS 252.237-7023, Continuation of Essential Contractor Services, will address how mission essential Base Custodial Services will be provided during periods of crisis. The plan must adequately demonstrate a sound, logical approach and follow the template provided at Attachment 4 of the solicitation. 2. PART II � PRICE QUOTE � Submit 1 copy in .pdf or Microsoft Word or Excel 2016 compatible format. a. Complete SF 1449 blocks 12, Discount Terms; 17a Contractor Name, Address, Cage Code, Telephone No., Fax No.; 30a, Signature of Offeror/Contractor; 30b., Name and Title of Signer; 30c. Date Signed, and applicable Reps and Certs. In doing so, the offeror accedes to the contract terms and conditions as written in the RFP. b. Electronically fill out all attached exhibits and then insert proposed unit and extended prices in the Schedule for each Contract Line Item Number (CLIN). c. Complete all the necessary fill-ins in the SF 1449 � Continuation Sheet. 3. PART III � PAST PERFORMANCE INFORMATION � Submit 1 copy in .pdf or Microsoft Word or Excel 2016 compatible format. a. Page Limits and Contract Submission Limits. 1. Page Limits. Limited to no more than 6 pages per contract submitted. 2. Contract Submission Limits. Submit Performance Information Forms (see Attachment 5) on no more than 3 contracts that are current, recent and relevant to demonstrate their ability to supply the proposed Base Custodial Services. Refer to 52.212-2 EVALUATION � COMMERCIAL ITEMS for determining if the contracts you propose to submit meet the definitions of current, recent, and relevant. 3. Contract Submission Limits for Subcontractors, Teaming and Joint Venture (JV). Submit Performance Information Forms (see Attachment 5)� on no more than three (3) contracts, for each major, or critical subcontractor, or teaming/joint venture that are current, recent and relevant to demonstrate their ability to supply the proposed Base Custodial Services. Refer to 52.212-2 EVALUATION � COMMERCIAL ITEMS for determining if the contracts you propose to submit meet the definitions of current, recent, and relevant. b. Specific Performance Information Form Content 1. Offerors are required to thoroughly explain what aspects of the contracts are deemed relevant to the proposed Base Custodial Services. Specifically relate them to sections and paragraphs within the Performance Work Statement. 2. Offerors are required to thoroughly explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as exceeded performance periods. c. Format. Use the Performance Information Form (Attachment 5) for submitting current, recent and relevant (reference 52.212-2 EVALUATION � COMMERCIAL ITEMS) contract past performance information. Provide a separate form for each contract submitted. This information is required on the offeror and all subcontractors, teaming and/or joint venture partners proposed to perform a major portion of the proposed services. This is based on total quoted price or performance aspects of the services the offeror considers critical to overall successful performance. The evaluation of past performance information will take into account past performance information regarding predecessor companies, or subcontractors that will perform major or critical aspects of the requirement. The Government will use information provided by the offeror and information obtained from other sources in the evaluation of the Past Performance Factor (reference 52.212-2 EVALUATION � COMMERCIAL ITEMS). d. Partnership Agreements. If any of the contracts you identify were performed as teaming or joint venture partners, offerors must thoroughly explain the relationship of each partner, e.g. managing partner under the contract submitted, and include copies of the teaming and/or joint venture agreement for these contracts. (does not apply to page limitations listed in Addendum to 52.212-1(D)(2) e. Subcontractor Consents. Past Performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor�s consent. Contractors must provide, with the quote, a signed letter of consent from all subcontractors consenting to the release of their past performance information to the prime contractor. f. Past Performance Questionnaire. The offeror shall send out and track the completion of the Past Performance Questionnaire in Attachment 6 for each contract point of contact identified in the Performance Information Forms. The responsibility to timely send out and track the completion of the Past Performance Questionnaire rests solely with the offeror. The offeror shall exert its best efforts to ensure the points of contact submit completed Past Performance Questionnaires directly to the Contract Specialist as specified on the second page of the Past Performance Questionnaire by the closing date of the solicitation. (End of provision) (ix) Provision 52.212-2, Evaluation-Commercial Products and Commercial Service (Oct 2014) applies to this solicitation. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) TECHNICAL (2) PRICE (3) PAST PERFORMANCE In the integrated assessment, upon which the award assessment will be made, Past Performance is approximately equal to Price when being evaluated. Technical factor is acceptable/unacceptable. (b) Total Evaluated Price (TEP). The government will evaluate offers for award purposes by adding the total price for all years, to include the six-month extension under FAR 52.217-8, to arrive at the total evaluated price. The government may determine that an offer is unacceptable if the annual prices are significantly unbalanced. Evaluation of the FAR 52.217-8 option shall not obligate the government to exercise the option. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) BASIS FOR CONTRACT AWARD: This is a competitive, best value source selection using the Performance Price Tradeoff (PPT) source selection process IAW FAR 15.3, Source Selection, as supplemented by the DFARS dated 30 August 2021 and the Air Force Federal Acquisition Supplement (AFFARS) dated 26 July 2021 in which competing offerors past and present performance history will be evaluated on a basis approximately equal to price. These regulations are available electronically at Acquisition.gov, https://www.acquisition.gov/. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. The tradeoff will occur only between the past performance factor and the price factor. While the Government will strive for maximum objectivity, the tradeoff process, by its nature, is subjective; therefore, professional judgment is implicit throughout the selection process. Award will be made to the responsible offeror whose quote conforms to all required terms and conditions, includes all required representations and certifications, meets all requirements set forth in the solicitation and also provides the best value to the Government based on the results of the evaluation as described herein. Unbalanced, inaccurate, or incomplete price quotes may be grounds for eliminating a quote from competition. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Failure to meet a requirement may result in an offer being determined technically unacceptable. The Government intends to evaluate quotes and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, offerors� initial quote should contain the offeror�s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The evaluation process shall proceed as follows: A. Price Evaluation. Initially offerors shall be ranked from lowest to highest according to the TEP. TEP is the total price of all CLINs including the 6 month option to extend services. The Government will evaluate offers for award purposes by adding the totals for CLINs XX01 � XX45� (�XX� represents basic and option years) for the total price for the basic requirement and then add 50% of the proposed value for CLINs 9001 � 9045� for the evaluation of the 6 month extension option. All CLIN prices will be evaluated for fair market price IAW the reasonable price guidelines found at FAR 15.404-1(b) as required by FAR 19.202-6(b), specifically reasonableness and balance. Any offeror with CLIN prices found to be unreasonable IAW FAR 15.404 or unbalanced IAW FAR 15.404-1(g) may not be considered for award. B. Technical. Next, the Government will evaluate the technical proposal, on an acceptable or unacceptable basis, submitted by the lowest TEP ranked offeror found to have reasonable and balanced CLIN prices. The Mission Essential Contractor Services Plan will be evaluated to ensure that it reflects a sound, logical approach to the performance of mission-essential services during a time of emergency or crisis. The offeror�s technical proposal will be rated Acceptable or Unacceptable as defined in Table 1 below. If the lowest priced offeror is deemed to be acceptable they will advance to the Performance Confidence Assessment evaluation. If the lowest priced offeror is deemed unacceptable, the next lowest priced offeror will be evaluated for technical acceptability. See Table 1 � Technical Acceptability Rating in attachments C. Performance Confidence Assessment. Finally, the Government will seek recent and relevant performance information on the lowest priced, technically acceptable offeror based on (1) the past efforts provided by the Prime Offeror and (2) data independently obtained from other Government and commercial sources in order to determine the offeror�s Performance Confidence Assessment, which is comprised of three factors: Recency, Relevancy, and Quality. D. An assessment of the past performance information will be made to determine if it is recent. Performance that is more recent will have more impact than less recent performance. Recent contracts are: (a) contracts, which have been completed within the last 3 years from the date of issuance of this solicitation, or (b) contracts that are currently being performed (with a performance record of at least 6 months from the date of issuance of this solicitation). E. Relevant performance includes performance of efforts involving Custodial Services that involved similar scope/complexity and magnitude of effort and complexities this solicitation requires (See Table 2 below for definitions). Scope/complexity is more important than magnitude; magnitude is more important than contract type and contract environment and contract type are equal. The purpose of the past performance evaluation is to allow the government to assess the offeror�s probability of meeting the solicitation requirements based on the offeror�s demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence or No Confidence as defined in Table 5 below. Offerors with no recent/relevant performance history or if the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating ""Neutral Confidence,"" meaning the rating is treated neither favorably nor unfavorably (neutral). See Table 2 � Relevancy Definitions in attachments See Table 3 � Past Performance Relevancy Ratings in attachments F. The Government will consider the performance quality of relevant efforts that are recent. For each recent past performance citation reviewed, the performance quality of the work performed will be assessed for the aspects of performance that relate to this acquisition. The quality assessment consists of an in-depth evaluation of the past performance questionnaire responses and Contractor Performance Assessment Reporting System (CPARS) information. It may include interviews with Government customers and fee determining officials, interviews with commercial clients, and interviews with DCMA officials or other sources known to the Government. The quality assessment may result in positive or adverse findings. For adverse information identified, the evaluation will consider the number and severity of the problem(s), mitigating circumstances, and the effectiveness of corrective actions that have resulted in sustained improvements. Process changes will only be considered when objectively measurable improvements in performance have been demonstrated. See Table 4 � Past and Present Performance Questionnaire Ratings in attachments G. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. H. If the lowest priced offer is judged to have a �Substantial Confidence� performance confidence assessment, and receives an Acceptable rating on the technical evaluation, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. I. If the lowest priced offeror is not judged to have a �Substantial Confidence� performance confidence assessment, or receives an Unacceptable rating on the technical evaluation, the next lowest priced offeror will be evaluated and the process will continue (in order by TEP) until an offeror is judged to have a �Substantial Confidence� performance confidence assessment, or until all offerors are evaluated in which case the Source Selection Authority (SSA) shall then make an integrated assessment best value award decision to award to an offeror with other than a �Substantial Confidence� performance confidence assessment or not award at all. See Table 5 � Performance Confidence Assessment Ratings in attachments J. Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1 � Instructions to Offerors. Offeror�s may be asked to clarify certain aspects of their quote (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision. K. The government anticipates adequate price competition and intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of provision) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the Cover Letter. �(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following changes:�� Paragraph (c) of this clause is tailored as follows: �Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government..� (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. All applicable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) A site visit will be scheduled for 24 May 22 at 9:00 AM local time. Participation in the site visit is not mandatory; however, it is highly encouraged to help offerors understand the full scope and scale of the requirement. Each contractor may send up to two participants. Each participant must be cleared by Security Forces in order to attend. To register for the site visit send the following information to Mr. Prothro and Ms. Matson (contact information below) no later than 18 May 22 at 2:00 PM: Last Name First Name Date of Birth Driver�s License Number Driver�s License State � (xv) Quote Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil and Andrea Matson at andrea.matson.1@us.af.mil no later than 25 May 22 at 5:00PM PST. Per FAR 52.212-1(f), offerors quotes are due by 10 June 22 at 5:00 PM PST via the PIEE Solicitation module to Mr. Prothro and Ms. Matson.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be77126411434c2d99726aefc1935d19/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06343905-F 20220603/220601230104 (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.