Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
MODIFICATION

16 -- HU25 FALCON CONSUMABLE & SPARE PARTS

Notice Date
7/6/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-100048
 
Response Due
7/19/2004
 
Archive Date
9/30/2004
 
Point of Contact
Danny Sawyer, HU25 Contract Specialist, Phone 252-335-6499, Fax 252-334-5427, - Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427,
 
E-Mail Address
drsawyer@arsc.uscg.mil, TBush@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (HSCG38-04-Q-100048) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with section 4202 of the Clinger-Cohen Act of 1996. The USCG intends to negotiate and award to an authorized OEM (Original Equipment Manufacturer) or a responsible contractor who can provide a COC (Certificate of Conformance) with traceability to the OEM for the purchase of the following 72 items. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. Items read in following order: Clin#, FLT Critical (X) , Part Number, Description, NSN, QTY(EA); 1, (X), 790-712, GUAGE FUEL WING, 6680-14-372-7195, 4; 2, 1329, SWITCH, TOGGLE, 5930-14-419-0869, 3; 3, (X), 4051AAA, COCK FUEL SYS BL, 2915-14-374-1433, 2; 4, A22950-322, PIN NLG TELESCO BAR, 5315-14-373-2940, 3; 5, MY2072603G04, PIPE, 1560-01-HS1-6506, 1; 6, MY2072617G04, TUBING, PNEUMATIC, 4710-01-HS1-5472, 1; 7, MY20295-07811, END-FITTING, 5340-14-518-2881, 10; 8, 1683, INSULATION BLANKET, 1560-14-410-3309, 2; 9, (X), MY20331-76-1, FITTING-SWIVEL, 1680-14-452-4049, 1; 10, MY2072702G02, HOSE ASSY, 4710-14-450-9928, 2; 11, MY20164-70, FITTING ASSY, 1560-14-411-4053, 2; 12, (X), MY2024910510G03, FITTING FASTENER,RH, 5325-01-HS1-4931, 1; 13, MY20163-23, PIN ASSY, 1560-14-452-5334, 2; 14, 621396-122, COMPASS,MAGNETIC,MO, 6605-14-437-9716, 5; 15, FGFB331075A1, PIN ASSY, 1560-14-514-7351, 6; 16, MY20264-30-2, FRAME,WIN.A/C LH.DV, 1560-14-512-1509, 1; 17, (X), MY2051621530G04, NOZZLE T/CONE/R, 1560-14-411-4100, 3; 18, MY20215-30-1M1, BOOT CONT STICK ASY, 1560-14-370-1606, 7; 19, MY20102-4283015, BRUSH,RH, 1560-14-370-1344, 4; 20, MY20257-1103, BUSHING, 3120-14-478-0975, 12; 21, (X), MY2072701G02, TUBE ASSY, METAL, 4710-14-451-5491, 5; 22, MY20147-1091015, BRUSH, 1560-14-411-4308, 2; 23, (X), MY20381-16, ROD ASSY, 1560-14-392-5971, 1; 24, M20H5530426-513, SEAL, NON-METALLIC, 5330-01-HS1-5546, 10; 25, MY2024705400G02, TUBE L/H, 4710-14-473-3463, 1; 26, M20H5530505-501, LINK ASSY, 1560-14-454-3166, 4; 27, 23202AM0280T, RING, RETAINING, 5325-14-200-9983, 20; 28, 9200081, LUBRICATOR, NOZZLE, 4730-14-216-0567, 40; 29, MY20173-1610, WASHER, KEY, 5310-14-297-1305, 70; 30, CR4158, NUT,SELF-LOCKING, HE, 5310-14-302-4974, 1000; 31, 4032ABA, VALVE, 4820-14-305-4196, 10; 32, 23112BC060LE, WASHER, RECESSED, 5310-14-316-1908 3000; 33, 33488BC080LE, WASHER, RECESSED, 5310-14-335-4879, 350; 34, 8TA10CC, NUT, 5310-14-343-2127, 20; 35, HMBC020015TLE, PIN, TAPPERED, PLAIN, 5315-14-344-6552, 28; 36, (X), HMBC040030TLE, PIN, TAPPERED, PLAIN, 5315-14-346-9346, 30; 37, 262-100-06, BUSHING, SLEEVE, 3120-14-351-0990, 20; 38, 3939-60-28BEM, SCREW,CLOSE TOLERAN, 5305-14-369-3515, 100; 39, MY20295-4016, WASHER, KEY, 5310-14-370-1450, 10; 40, MY20228-007, WASHER, SHOULDERED, 5310-14-370-1521, 75; 41, MY20295-07821, CORD ASSEMBLY, ELAST, 1560-14-370-1621, 20; 42, MY20115-1004, SPRING, FLAT, 5360-14-370-1623, 10; 43, BLA10SP1, BUSHING, SLEEVE, 3120-14-373-3187, 20; 44, F50B295001012A1, CONNECTOR, ROD END, 5340-14-378-5165, 5; 45, MY2051516520G01, SUPPORT, 6620-14-383-1895, 12; 46, MY20201-1001, CUP WASHER, 5310-14-389-8780, 6300; 47, MY20381-516, PLASTIC STRIP, 9330-14-391-4453, 20; 48, MY20221-4365, RETAINER, 1680-14-392-5930, 4; 49, MY20221-4369, CLAMP, 1680-14-392-5934, 4; 50, MY20221-4376, CLAMP, 1680-14-392-5938, 6; 51, MY20295-07818, PIN, STRAIGHT, HEADED, 5315-14-392-5947, 25; 52, 51369205009, CLAMP, LOOP, 5340-14-396-8291, 150; 53, MY20700-00014, FAIRLEAD ASSY, 5340-14-406-4366, 4; 54, MY20137-3073-15, RETAINER, PLATE, LOCK, 1560-14-411-4041, 18; 55, CH8066093732N00, FILTER, FLUID, 2915-14-422-2640, 15; 56, (X), MY20770-75820, WIRE, 4010-14-425-8128, 2; 57, 22201BE052010L, SCREW, 5306-14-427-5823, 45; 58, 39441BC100014M, PIN-THREADED, HEADED, 5315-14-449-1141, 4; 59, MY20295-07816, RING, RETAINING, 5325-14-449-3985, 20; 60, MY2024703724G02, SEAL, 9390-14-451-2636, 26; 61, FN40-6703-8, SEAL, AIRBRAKE, 9390-14-451-5235, 70; 62, D52066, BELLOWS,PROTECTION, 5340-14-453-8410, 2; 63, (X), MY20242-1094210, GASKET, 5330-14-473-3264, 9; 64, CR4368, NUT, SELF-LOCKING P, 5310-14-473-3290, 28; 65, MY20295-07817, END FITTING, 1560-14-475-1779 14; 66, 22201BE052012LE, SCREW, 5306-14-514-7805, 40; 67, 379, SEAL, 5330-01-HR2-1752, 2; 68, 22201BE062008M, SCREW, 5305-01-HS1-3956, 45; 69, 22201BE050010ME, BOLT, CLOSE TOLERANC, 5306-01-HS1-4798, 400; 70, 22258BE060008LE, SCREW, 5306-14-HS1-6209, 70; 71, CR4173J16, NUT ASSY, SELFLOCK, 5310-01-HS1-6293, 7; 72, MY20264-20812, BUSHING, 5365-01-HS1-6488, 2; The OEM for Items 5-7, 9-13, 15-26, 29, 33, 38-42, 44-51, 53-54, 56-60, 63, 65-67, and 72 is (F6117) Dassault Aviation, 9 RP Champs Eylesees Marcel Dassault, Paris F-75008, France, Phone (0)153769300. The OEM for Items 27, 32, and 68-70 is (F0111) BNAE Bureau De Normalisation, De L?Aeronautique Et De L?Esp Technopolis 54 199 R Jean-Jacques Rousseau, Isy Les Moulineaux F-92138, France, Phone (0)147657000. The OEM for Item 8 is (F2538) Jehier, Tre De St Ezin BP 29, Chemille F-49120 France, Phone (0)241645400. The OEM for Items 30, 34, and 64 is (F0224) Simmons SA Fairchild Fasteners, ST Cosme 9 R Des Des Cressonnieres, ST Cosme En Vairais, France F-72580, Phone (0)243314100. The OEM for Item 43 is (F0222) SARMA, 1 AV Marc Seguin BP 29, ST Vallier Sur Rhone France, F-26240. The OEM for Items 4 and 62 is (F6137) Messier Bugatti SA, ZA Louis Breguet, BP 40, Felizy Villacoublay F-78140, Phone (0) 146298100. The OEM for Item 37 is (F0465) SICMA Aero Seat, 7 R Lucien Coupet, Issoudun, France, F-36100, Phone (0)254033939. The OEM for Item 14 is (F0234) is ADR Applications Du Roulement SA, Che Des Pres, BP 3, Thomery, France, F-77810, Phone (0)164705950. The OEM for Item1 is (F0553) Intertechnique SA, ZI Des Gatines, 61 R Pierre Curie, France, Phone (0)130548200. The OEM for Item 2 is (F0219) Leach International Europe SA, 2 R Goethe, Sarralbe, France, F-57430, Phone (0)387979897. The OEM for Items 3 and 31 is (F0218) Lbfs Le Bozec Filtration Et Systems, 2 R De La Pature, Carrieres Sur Seine, France, F-78420, Phone (0)130866666. The OEM for Item 28 is (F0227) Tecalemit Equipements, 56 R Coliere, Mions, France, F-69780, Phone (0)386920170. The OEM for Items 35-36 is (F0110) Afnor Association Francaise De Normalisation, 11 Av Francis De Pressense, St Denis La Plaine Cedex, France, F-92571, Phone (0)141628000. The OEM for Item 52 is (F0215) Espa Sa, 2 R De Balzac, Paris, France, F-75008, Phone (0)247483962. The OEM for Item 55 is (F0559) Sofrance Sa Responsable Bureau D'Etudes, ZI Des Gannes, BP 3, Nexon, France, F-87800, Phone (0)555585000. The OEM for Item 61 is (F0235) Shamban Impervia, 101 R St Martin, Conde Sur Noireau, France, F-14110, Phone (0)231591010. The OEM for Item 71 is (56852) Dassault Falcon Jet Corp, 200 Riser Rd Teterboro Airport, Little Ferry, NJ 07643-1226, Phone (1) 201-288-1775. These parts are for use on the HU25 Falcon aircraft. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. All responsible sources may submit an offer that will be considered. Anticipated award date is no later than 20 August 2004. REQUIRED/DESIRED DELIVERY: Desired delivery is within 180 days after receipt of contract award and required delivery is within 240 days after receipt of contract award. PLACE OF DELIVERY: Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). F.O.B. POINT: F.O.B. Destination only applies and all other offers submitted on a basis other than F.O.B. Destination will not be considered for award. PACKAGING/MARKING: For each piece of equipment, the contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Approved 11/10/98, issued 1/99). Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Contractor must furnish a Certificate of Conformance (COC) for material including traceability to the OEM and this documentation shall be placed on the outside of the shipping container or package. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. Bulk packaging of Items 27-55, 57-62, and 64-72 is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling, and storage. INSPECTION/ACCEPTANCE: Items notated above with (X) are deemed ?FC? flight critical in USCG missions. For flight critical items, inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. For the remaining items, inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. ITEMS ARE FOR NEW MATERIAL ONLY. Reconditioned/Used material is not acceptable. The following Federal Acquisition Regulation and Homeland Security Acquisition Regulations, Provisions and Clauses apply: FAR 52.212-1 Instructions To Offerors Commercial Items (Jan 2004) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made utilizing the following factors: price, delivery, and past performance. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alt I (Apr 2002). These certifications must be included with quotation, copies may be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-7 Central Contractor Registration (Oct 2003) b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-48 F.O.B. Destination-Evidence of Shipment (Feb 1999) 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 internet address; www.arnet.gov/far/ HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: "Expanded Affiliated Group" means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent? for 'at least 80 percent' each place it appears. "Foreign Incorporated Entity" means any entity which is, or but for subsection (b) of Section 835 of the Homeland Security Act, Public Law 107-296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. "Inverted Domestic Corporation." A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. ?Person", "domestic", and "foreign" have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701 (a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule For Related Partnerships. For purposes of applying Section 835(b) of Public Law 107-296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107- 296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of Clause) 3052.247-72 F.O.B. Destination Only (Dec 2003) End of Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (June 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). ( End of Clause) 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 08 July 2004, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All responsible sources may submit a proposal which shall be considered by the Agency. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price; FOB point must be destination; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date and MUST include the representation and certifications contained in FAR Clause 52.212-3, including Alternate 1. All offerors submitting a quote shall have a valid Vendor Cage Code and Dun & Bradstreet Number (DUNS) or the ability to get one. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427, attention Dan Sawyer. Electronic submission may be sent to drsawyer@arsc.uscg.mil . Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude refiling of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3) 2100 2nd Street, SW, Room 2606 Washington, D. C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011
 
Record
SN00615286-W 20040708/040706211516 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.