Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

R -- Role Player, Subject Matter Expert

Notice Date
1/5/2023 3:27:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-23-Q-0011
 
Response Due
1/11/2023 11:00:00 PM
 
Archive Date
01/27/2023
 
Point of Contact
Raul Medina, Shawn T. Jenkins
 
E-Mail Address
raul.medina45.mil@army.mil, shawn.t.jenkins.civ@army.mil
(raul.medina45.mil@army.mil, shawn.t.jenkins.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation W91151-23-Q-0011 Role Player Support Services for 3rd SFAB � This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, and 13, 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.� The solicitation number is W91151-23-Q-0011.� This combined synopsis/solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, effective 01 May 2022 and DFARS Defense Publication Notice Current to DPN: 18 March 2022. MICC- Fort Hood, Texas intends to award a Firm-Fixed-Price Purchase Order for Role Player Support Services on behalf of the 3rd SFAB. �The North American Industrial Classification System (NAICS) code for this procurement is 611710 � Educational Support Services, size standard $21M, and the PSC is R412 Professional: Simulation. This requirement is 100% small business set aside. See the attached Performance Work Statement (PWS) for full requirement details. Your points of contact for this requirement are as follows: Contract Specialist: Raul Medina raul.medin45.mil@army.mil Contracting Officer: Shawn T. Jenkins shawn.t.jenkins.civ@army.mil Quotations received after the closing date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. The contracting officer intends to make an award without discussions; however, that does not prevent the contracting officer from holding discussions if it is in the best interests of the government.� All quotes must reference and acknowledge all amendments posted to this solicitation, if applicable. All questions must be submitted no later than 5 calendar days issuance of the solicitation to both the contract specialist and the contracting officer at the above email addresses. E-mail is the preferred method for questions. Requests shall be marked with solicitation number W91151-23-Q-0011. Period of Performance: Date of award through 13 February 2023 The Contractor shall submit pricing using the following Contract Line Item Numbers (CLINS).� Include sufficient detail to evaluate compliance with the requirements in the solicitation. CLIN Description QTY& U/I Unit Price Total Price 0001 Exercise Controller 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) section 1.4.3.3. herein. Note this amount should include any and all travel costs. Period of Performance: 04 February 2023 to 13 February 2023. 1 Each 0002 Academic Professional 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task one�5.2 herein.� Note this amount should include any and all travel costs.� Period of Performance: 25 January 2023 - 26 January 2023 1 Each 0003 Regional Security Officer (RSO) Instructor 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task two�5.3 herein. Note this amount should include any and all travel costs. Period of Performance:� 25January 2023 � 26 January 2023. 1 Each 0004 Senior Defense official/Defense Attach� Officer (SDO/DATT) Instructor 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task two�5.3 herein. Note this amount should include any and all travel costs. Period of Performance:� 25 January 2023� 26 January 2023. 1 Each 0005 Regional Security Officer (RSO) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task three�5.4 herein. Note this amount should include any and all travel costs. Period of Performance:� 05 February 2023 to 13 February 2023 1 Each 0006 Senior Defense official/Defense Attach� Officer (SDO/DATT) Instructor 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task three�5.4� herein. Note this amount should include any and all travel costs. Period of Performance:� 05 February 2023 to 13 February 2023. 1 Each 0007 Foreign Security Force (FSF) Corps Commander (General) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 1 Each 0008 Foreign Security Force (FSF) Corps Commander (Brigadier General) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 1 Each 0009 Foreign Security Force (FSF) Corps Commander (Colonel) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 5 Each 0010 Foreign Security Force (FSF) Corps Commander (Lieutenant Colonel) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 8 Each 0011 Foreign Security Force (FSF) Operations Officers & Staff Officers (CORPS HQ) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 6 Each 0012 Foreign Security Force (FSF) Operations Officers & Staff Officers (DIV HQ) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 6 Each 0013 Foreign Security Force (FSF) Operations Officers & Staff Officers (BDE HQ) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 30 Each 0014 Foreign Security Force (FSF) Operations Officers & Staff Officers (BN HQ) 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task four�5.5 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 � 13 February 2023. 40 Each 0015 Prolonged Field Care (PFC) Medical Instructor 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task five�5.6 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 to 13 February 2023. 2 Each 0016 Prolonged Field Care (PFC) Casualties/Role Players 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task five�5.6 herein. Note this amount should include any and all travel costs. Period of Performance: 05 February 2023 to 13 February 2023. 4 Each 0017 Scenario Development Script Writer 3SFAB VALEX Role Players � IAW Performance Work Statement (PWS) Task six�5.7 herein. Note this amount should include any and all travel costs. Period of Performance:� 16 January 2023 to 20 January 2023. 2 Each TOTAL AMOUNT The following provisions and clauses are applicable to this solicitation and may be reviewed at https://acquisition.gov/browse/index/far. Clauses Incorporated By Reference Number Title Date Clauses Incorporated by Full Text See Excel Spreadsheet of clauses and provisions. Check DFARS for more specific clauses or provisions. For both verify incorporation by reference or full text. 52.252-2 �������� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) (a) Definitions. As used in this clause-- Contract financing payment means an authorized Government disbursement of monies to a contractor prior to acceptance of supplies or services by the Government. (1) Contract financing payments include-- Advance payments; Performance-based payments; Commercial advance and interim payments; Progress payments based on cost under the clause at Federal Acquisition Regulation (FAR) 52.232-16, Progress Payments; Progress payments based on a percentage or stage of completion (see FAR 32.102(e)), except those made under the clause at FAR 52.232-5, Payments Under Fixed-Price Construction Contracts, or the clause at FAR 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts; and Interim payments under a cost reimbursement contract, except for a cost reimbursement contract for services when Alternate I of the clause at FAR 52.232-25, Prompt Payment, is used. (2) Contract financing payments do not include-- Invoice payments; Payments for partial deliveries; or Lease and rental payments. Electronic form means any automated system that transmits information electronically from the initiating system to affected systems. Invoice payment means a Government disbursement of monies to a contractor under a contract or other authorization for supplies or services accepted by the Government. (1) Invoice payments include-- Payments for partial deliveries that have been accepted by the Government; Final cost or fee payments where amounts owed have been settled between the Government and the contractor; For purposes of subpart 32.9 only, all payments made under the clause at 52.232-5, Payments Under Fixed- Price Construction Contracts, and the clause at 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts; and Interim payments under a cost-reimbursement contract for services when Alternate I of the clause at 52.23225, Prompt Payment, is used. (2) Invoice payments do not include contract financing payments. Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract or task or delivery order. Receiving report means the data prepared in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense Federal Acquisition Regulation Supplement. Except as provided in paragraph (d) of this clause, the Contractor shall submit payment requests and receiving reports in electronic form using Wide Area WorkFlow (WAWF). The Contractor shall prepare and furnish to the Government a receiving report at the time of each delivery of supplies or services under this contract or task or delivery order. Submit payment requests and receiving reports to WAWF in one of the following electronic formats: Electronic Data Interchange. Secure File Transfer Protocol. Direct input through the WAWF website. (d) The Contractor may submit a payment request and receiving report using methods other than WAWF only when-- The Contractor has requested permission in writing to do so, and the Contracting Officer has provided instructions for a temporary alternative method of submission of payment requests and receiving reports in the contract administration data section of this contract or task or delivery order; DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); DoD makes payment on a contract or task or delivery order for rendered health care services using the TRICARE Encounter Data System; or The Governmentwide commercial purchase card is used as the method of payment, in which case submission of only the receiving report in WAWF is required. Information regarding WAWF is available at https://wawf.eb.mil/ In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports. WAWF access. To access WAWF, the Contractor shall� Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/. WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. Invoice and Receiving Report (COMBO) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Invoice 2in1 � For customary progress payments based on costs incurred, submit a progress payment request. For performance based payments, submit a performance based payment request. For commercial item financing, submit a commercial item financing request. Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0490 Issue By DoDAAC W91151 Admin DoDAAC** W91151 Inspect By DoDAAC W50GZ7 Service Approver (DoDAAC) �W50GZ7 Service Acceptor (DoDAAC) �W50GZ7 Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Requiring Activity: MAJ Pat Bjerke patrick.p.bjerke.mil@army.mil Contract Specialist: Raul Medina raul.medin45.mil@army.mil Contracting Officer: Shawn T. Jenkins shawn.t.jenkins.civ@army.mil� � � Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) Exhibit/Attachment Table of Contents:� DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment�� A�� Performance Work Statement�� �� 22 16-Dec-2022� Attachment�� B�� Wage Determination 2015-5237 ��� 11 �� � 14-Jul-2022 Provisions Incorporated By Reference Number Title Date Provisions Incorporated by Full Text See Excel Spreadsheet of clauses and provisions. Check DFARS for more specific clauses or provisions. For both verify incorporation by reference or full text. 52.252-1 �������� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of provision) ADDENDUM FAR 52.212-1 ADDENDUM TO 52.212-1-INSTRUCTIONS TO OFFERORS� Instructions to Offerors---Commercial items� GENERAL: The following paragraphs below have either been amended or deleted from the basic provision FAR 52.212-1:� North American Industry Classification System (NAICS) code 611710 and small business size standard is $21M. The NAICS code shall be on the Offeror�s System for Award Management profile https://www.sam.gov before the quote can be accepted.� Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.� Request for Information (RFI): Technical questions are not official unless received in written format. If offerors have any questions concerning this solicitation, offerors must submit questions in the form of an RFI via email to the below the listed closing date and time. Contract Specialist: Raul Medina at email: raul.medina45.mil@army.mil; and Contracting Officer: Shawn T. Jenkins at email shawn.t.jenkins.civ@army.mil The Government reserves the right to respond to questions at a later date in order to conduct research and provide a response. Government responses and revisions to technical exhibits, Performance Work Statement (PWS), and any other supporting requirement documents will be incorporated into an amendment to the solicitation.� �Questions submitted after the specified date/time may not be accepted by the Government.� The Contract Specialist and the Contracting Officer are the offeror�s only authorized source of information on questions related to this solicitation. Contract Specialist: Raul Medina at email: raul.medina45.mil@army.mil; and Contracting Officer: Shawn T. Jenkins at email shawn.t.jenkins.civ@army.mil A quote shall be submitted prior to the date specified on Pg 1.� Quotation shall be submitted by email to the contract specialist and contracting Officer. The email file size shall not exceed 9 Megabytes (MBs).� THE OFFEROR SHALL ENSURE THAT THE QUOTE CONTAINS ALL THE COMPLETED DOCUMENTS LISTED BELOW:� Completed FAR Provisions including 52.212-3 (Offeror Representations and Certifications Application (ORCA). Commercial Items), or a statement from the contractor that the ORCA was completed in the System for Award Management (SAM) web-site at https://sam.gov/content/home.� Completed FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021) Price. Contract Line Item (CLIN) pricing for all Item numbers indicated.� Offeror shall apply pricing for each line items in their entirety. Offeror shall submit a price for each CLIN (0001 to 0014) with total amount. The offeror�s prices shall be provided in increments of whole numbers with total amount. Failure to provide pricing for each CLIN shall render their offer as deficient and may not be considered for award. Technical. Resumes will be evaluated in comparison to the qualifications listed in section 5 of the PWS.� Past Performance. Request offerors to submit a list of three (3) recent and relevant references (including contract number, type, and dollar value; place of performance; date of award; whether performance is ongoing or completed; extent of subcontracting; and the names, phone numbers, and e-mail addresses of at least two points of contacts for each contract). (End of Provision)� 52.212-2� EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 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: Quotes will be evaluated based on Lowest Price Technically Acceptability (LPTA).� Basis for Contract Award. The award will be made to the lowest priced technically acceptable quote. Quotes will be evaluated for technical acceptability in accordance with the PWS. In order for an Offeror to be considered for award, the quote must receive an �Acceptable� Technical rating. A quote receiving a Technical rating of �Unacceptable� shall not be eligible for award. Failure to meet a requirement shall result in a Quote being determined technically unacceptable.� Award shall be made to the Offeror who is: rated �Acceptable� in technical and past performance; has the lowest evaluated price; and whose quote conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation). Number of Contracts to be awarded. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the quotes and prices submitted and the availability of funds. Rejection of Offers. The Government may reject any evaluated quote that fails to adequately address a significant portion of the requirement or contract terms and conditions. Solicitation Requirements (Terms and Conditions). Offerors are required to meet all solicitation requirements such as: terms and conditions; representations and certifications; PWS requirements; and those identified as factors (i.e � Technical, Price & Past Performance). Failure to comply with the terms and conditions of the solicitation shall result in the Offeror being ineligible for award. Offeror shall take no exception to the solicitation requirements. Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The offeror�s quote is in compliance with the FAR Clause 52.212-1 (to include all Addendums); and instructions in the solicitation. PRICE: Offerors shall provide pricing information for CLINs 0001- 0017 in their entirety. Unbalanced Pricing shall be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices (over or understated prices). TECHNICAL APPROACH:� Resumes will be evaluated in comparison to the qualifications listed in section 5 of the PWS.� �������������� TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating � Description� Acceptable � Quote clearly meets the minimum requirements of the solicitation. Unacceptable � Quote does not clearly meet the minimum requirements of the solicitation. PAST PERFORMANCE: The Government will evaluate Offeror�s past performance references for recency and relevancy. Relevant in terms of scope (nature of work, complexity, magnitude), performed during the past three years. In addition to the contractor provide references, the Government may obtain data from State Department Watch Lists, Federal Awardee Performance and Integrity Information System (FAPIIS) and from Contractor Performance Assessment Reporting System (CPARS). In these various past performance systems, the Government shall assess (but not limited to) the Offeror's quality, schedule and management ratings. Recency Assessment. An assessment of the past performance information shall be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition shall not be evaluated.� Relevancy Assessment. An assessment of the past performance information shall be made to determine if it is relevant. To be relevant, the effort must be similar in nature of work, size, and complexity. The Government shall conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature of work, size, and complexity to the services/products being procured under this solicitation.� A relevancy determination of the Offeror�s (including joint venture partner(s) and major and critical subcontractor(s)) past performance shall be made, as applicable. In determining relevancy for individual contracts, consideration shall be given to the effort, or portion of the effort, being proposed by the Offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated.�������������� In establishing what is relevant for the acquisition, consideration should be given to what aspects of an Offeror�s contract history would give the most confidence that the Offeror is capable of satisfying this requirement.� Offerors that have been terminated for cause or default on any Government contract or on any private sector contract for unsatisfactory performance within the last three (3) years shall receive an Unacceptable rating.� Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, neither a favorable nor unfavorable past performance rating shall be assigned. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, �Neutral� shall be considered �Acceptable.� The Past Performance Factor shall be assigned one of the ratings defined below. See below table to show rating and description of how Past Performance will be evaluated. �� PAST PERFORMANCE ACCEPTABLE/UNACCEPTABLE RATINGS Rating � Description� Acceptable �Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the�� offeror�s performance record is unknown. Unacceptable �Based on the offeror�s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Neutral If the offeror has no relevant past performance, they will be rated as �Neutral�. (e.) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (End of Combined Synopsis/ Solicitation)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e395fd34a854e89a23839633c6da99b/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN06556962-F 20230107/230105230106 (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.