Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

99 -- GAO HONOR AWARDS, RETIREMENT GIFTS AND MATTING AND FRAMING SERVICES

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
U.S. Government Accountability Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, District of Columbia, 20548
 
ZIP Code
20548
 
Solicitation Number
GAO-10-N-0006
 
Point of Contact
Deloris A. Ennis, Phone: 202-512-3736, Deja Elan Craddock, Phone: 202-512-9078
 
E-Mail Address
ennisd@gao.gov, craddockd@gao.gov
(ennisd@gao.gov, craddockd@gao.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATATION GAO-10-N-0006 DESCRIPTION: This is a combined synopsis solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. GAO anticipates award of an indefinite delivery/indefinite quantity fixed price contract for a Base Year in fiscal Year 2010 (date of award) plus (4) Option periods 2011, 2012, 2013, 2014. This combined synopsis/solicitation is organized into six parts: (1) General Requirements; (2) Specific Requirements; (3) Cost Proposals; (4) Technical Evaluation and Award; (5) Point of Contact. (6) Attachment 1- Pricing Schedule, Attachment 2- Reference Check Form, Attachment 3- Illustrations and Samples of Awards (Contact Specialist for Attachment), Attachment 4 -Vendors Mailing List. (1) GENERAL REQUIREMENT The Government Accountability Office (GAO) has a need for a contractor to provide GAO Honor Awards, Retirement Gifts and Matting and Framing Services, for GAO’s Human Capital Office (HCO).The GAO Honor Awards and gifts include the following items (1) Pewter Tray, (2) Honor Award Plaque, (3) Meritorious Service Award Plaque, (4) Equal Employment Award, (5) Community Service Award, (6) Client Service Award, (7) Customer Service Award, (8) Big Picture Award, (9) Grand Finale Award Plaques, (10) Distinguished Service Award Plaque, (11) Integrity Award Plaque, (12) Human Capital Management Award, (13) John Henry Luke Mentoring Award, (14) and The GAO Seal. Items to be matted and framed are: (1) Retirement Letters; (2) Career Service Award Certificates; (3) SES Certificates; and (4) Honor Award Team Member Certificates. (2) SPECIFIC REQUIREMENT: (A) General The Contractor shall provide delivery service without a separate charge. Pickup and Delivery shall be in Room 1181 in the GAO Building, which is located at 441 G. Street, NW, Washington DC. The contractor must be willing to accept telephone orders from GAO’s Contracting Officer Technical Representative (COTR) between 9:00 am and 3:30 pm, Monday through Friday, except Federal Holidays. (B) Method of Delivery; Deliverables GAO only accepts parcel deliveries at the 4th Street loading dock which is located at 441 G Street, NW, Washington, DC 20548, from Federal Express (FedEx). The contractor shall provide packaging adequate to assure that all GAO Honor Awards, and Gifts are protected from breakage or damage due to normal hazards encountered in transit to GAO. Each item should be in an individual foam pouch. Pewter Tray : The contractor shall make delivery within three (3) business days. Turnaround time is defined as the period of time between pickup and delivery of the work, excluding weekends and Federal holidays. Honor Awards: The Contractor shall provide delivery of the following items within ten (10) working days. Meritorious Service Award Plaque, Equal Employment Award, Community Service Award, Client Service Award, Customer Service Award, Big Picture Award, Grand Finale Award Plaques, Distinguished Service Award Plaque, Integrity Award Plaque, Comptroller General's Award Plaque, Human Capital Management Award, John Henry Luke Mentoring Award, and The GAO seal. Retirement Letters: The contractor shall make delivery within one (1) workday, or within three (3) workdays, as specified on the task order when placed. Turnaround time is defined as the period of time between pickup and delivery of the work, excluding weekends and Federal holidays Career Service Award Certificates: The contractor shall make delivery within five (5) workdays, or within fourteen (14) workdays, as specified on the task order when placed. Turnaround time is time is defined as the period of time between pickup and delivery of the work, excluding weekends and Federal holidays. SES Certificate: The contractor shall make delivery within five (5) workdays, or within fourteen (14) workdays, as specified on the task order when placed. Turnaround time is defined as the period of time between pickup and delivery of the work, excluding weekends and Federal holidays. Honor Award Team Member Certificate: The contractor will make delivery within seven (7) business days. Turnaround time is defined as the period of time after the COTR gives final approval of proofs and excluding weekends and Federal Holidays. GAO has no jurisdiction over the parking on the streets around GAO or delivering items. The contractor will be responsible for making corrections to any items determine to have a defect in material or workmanship. (C) Description of GAO Honor Awards, Gifts and Plaques, GAO will provide the following item(s) of government property to the contractor for use in performance of this contract: Pewter Tray: Tray - 12-1/4” Round Tray, Kirk Pewter, Bright. Engraving: The following will be engraved on each tray: The words “IN RECOGNITION OF YOUR RETIREMENT”; the GAO Seal (2-1/2); and the name of the retiring employee and his/her retirement date, as specified by the COTR. Meritorious Service Award Plaque: The plaque will be 9”X12” solid dark walnut panel with beveled edge, which has a recessed area in the upper portion of the plaque, recessed are will be covered with medium green velvet, the GAO seal, which is antique bronze, is affixed to the center of the medium green velvet background. Equal Employment Award, Community Service Award, Client Service Award, Customer Service Award, and Big Picture Award, Grand Finale Award Plaques: These plaques will be 9x12 solid dark walnut with straight sides. Step bevel on 12 inch sides, a 3-3/4 inch porthole in the upper top center portion of the plaque with porthole covered with dark blue velvet, the GAO seal, which is antique bronze, is affixed to the center of the dark blue velvet. Slotted key hold hanger on back. Distinguished Service Award Plaque: The frame will be 11-1/2” x15” dark walnut frames with beveled edge, covered with a dark blue velvet background. The GAO seal is affixed to the center 2 inches below the frame of the dark blue velvet background. Integrity Award Plaque: The frame will be 11-1/2” x15” dark walnut frames with beveled edge, covered with a black velvet background. The GAO seal is affixed to the center 2 inches below the frame of the black velvet background. Comptroller General's Award Plaque: Two shadow box plaques hinged with a brass hinge. The dark walnut frame is 1-1/4” inches wide on all sides. The depth of the walnut frame shall be 1-1/10” inches. The background of the walnut frame shall be quality rayon black velvet. The right shadow box shall have affixed over the velvet background, a bronze inscription plate. The left shadow box shall have the GAO seal affixed to the velvet background. The back of the plaque shall be covered by a piece of walnut ¼ inch deep, 9 inches wide and 11-1/2” inches high, held in place by a small screw in the four corners. A walnut peg shall cover each screw. There will be one piece of walnut this size on the back of each shadow box. Nothing shall be attached through the walnut backing. Human Capital Management Award: SKU: A-WCP-BN, approximately 5-1/2” x 7-3/4” Sculptured “Whitecap” Wave Top Edge - Clear Acrylic. A flowing sculpture triple edge frosted design cap. John Henry Luke Mentoring Award: Synergy Award with satin gold and bright gold finishes, resting on a black marble base, base contains a screen printed plate. Size 13 inches. The GAO seal has a black background with gold letters. The GAO seal: is approximately 2-7/8 inches and 3/16 inches diameter on all plaques. The seal is antique bronze of top quality bronze alloy (96 parts copper, 4 parts brilliance) with an oxidized finish. The seal is die struck. The Contractor must submit to the Contracting Officer at its expense within fifteen (15) working days after receipt of award notification, one (1) reproduction sample of the GAO seal/mold in the approximate size and finished as listed: GAO SEAL/MOLD 1’ in brass finish 2-7/8” in antique bronze finish 2-7/8” in antique gold finish The GAO Seal/Mold should be submitted in an antique bronze finish. Samples submitted will be inspected and determined acceptable or unacceptable by the Government as to compliance with the specifications reflected in the requirement. Offeror[s] submitting unacceptable samples shall be rejected. The reproduction sample must conform to the above mentioned specifications as required by the contract. When the reproduction sample is approved, the Contracting Officer shall notify the Contractor of its acceptability, in writing. After acceptance, the reproduction sample shall be retained by the Government, until completion of the contract. Retirement Letters: The contractor will mat and frame Retirement Letters as follows: (1) Interior frame will be 12x14 in an antique gold frame. (2) Matting will be double mat. Top mat will be two (2) inches shown in frame in an arctic white. Inner mat will be ¼ of an inch shown in frame. The V-Groove matting is a thick cardboard background that borders the letter. It is white with gold trim. (3) Exterior frame will be 14x16 in an antique gold with coil robe look design on top of small recessed edge – smaller coil edge design showing on top of matting. (4) Glass will be regular. Note: It should be noted that this requirement does not involve the printing of letters or certificates. The certificates can not be pre-framed or stored because each certificate is printed with the recipients’ name and date. Career Service Award Certificates: The contractor will mat and frame Career Service Award Certificates as follows: (1) the frame will be 14x17 in a satin gold matte finish. (2) Matting will be double mat. Top mat will be in black with V-Groove. The V-Groove matting is a thick cardboard background that boarders the certificate. It is black with gold trim. (3) Double mat measurements to show in frame – top mat will be 1 inch and second mat will be 1 ½ inch. (4) Inner mat will be ¼ of an inch on old gold shown in frame. (5) Glass will be regular. SES Certificates: The contractor will mat and frame SES Certificates as follows: (1) the frame will be 14x17 in a satin gold matte finish. (2) Matting will be double mat. Top mat will be in black with V-Groove. The V-Groove matting is a thick cardboard background that boarders the certificate. It is black with gold trim. (3) Double mat measurements to show in frame – top mat will be 1 inch and second mat will be 1 ½ inch. (4) Inner mat will be ¼ of an inch on old gold shown in frame. (5) Glass will be regular. Honor Award Team Member Certificates: The contractor will frame Honor Award Team Member Certificates as follows: (1) frame will be 11 ½ x13 Mahogany Wood with a plastic slip in opening. The frame will be ¾ of inch thick. (2) An 8x11 Honor Award Team Member Certificate will be inserted in the frame. (3) The plastic cover will be attached with four (4) 1/16 of an inch gold screws – one (1) screw on each end of the plastic. (D) Engraving Services The contractor shall provide the plates to be engraved for the plaques. The plates are to be cut from heavy gauge engraver plancheting, constructed of solid bronze alloy, polished and chemically cleaned. Bronze alloy should be top quality (96 parts copper, 4 parts brilliance) and the finish color should be bronze. Test copy time exposed to emulsion and immediately chemically both acids etched for permanency and readability. The plates will be 1/20th of an inch deep and as follows: Meritorious Service Award shall be 4 inches x 4 7/8 inches. Equal Employment Award, Community Service Award, Client Service Award, Customer Service Award, Big Picture Award, Grand Finale Award shall be 4 inches x 5 inches. Distinguished Service Award and Integrity Award shall be 4 1/2 inches x 5 inches. Comptroller General's Award shall be 3 inches x 4 inches (left plate), and 6 inches x 4 inches (right plate).•John Henry Luke Mentoring Award shall be 2 3/8 inches x 3 3/8 inches. (E) Affixing Plates For the Distinguished Service Award, Integrity Award, and Comptroller General's Award Plaques, a washer less than 1/8th of an inch will be looped over the lug and separate the back of the inscription plate from the velvet so that the velvet is not crushed behind the inscription plate. Some other method may be used to affix the plate to the velvet if it will not crush the velvet. (This is important should the plate be removed and replaced.) For the Meritorious Service, Equal Employment Opportunity, Community Service, Client Service, Customer Service, Big Picture, and Grand Finale Award Plates, the plates can be affixed with four small decorative screws. (F) Inscription The citation and name will change on each plaque. All etching on plates will be black or darkly colored. For the Meritorious Service, Equal Employment Opportunity, Community Service, Client Service, Customer Service, Big Picture, Grand Finale, Distinguished Service and the Integrity Award plates: The words:” United States Government Accountability Office” are 14 point Galliard italic and centered 21/2 picas from top edge. 2-1/2 picas below that,” name of award” appears in 20 point bold Galliard italic centered. 2-1/2 picas below that, the words “presented to” in 9 point galliard italic centered. 2-1/2 picas below that, “the recipient’s name” is 20 point Galliard bold centered. 2-1/2 picas below that, “the written paragraph of accomplishments” words are 10 point Galliard left aligned. 1-1/2 picas from the bottom edge of plate, in 10 point Galliard, “the date of award “is left aligned and the title “Acting Comptroller General of the United States” is right aligned with the signature above the title. For the Comptroller General's Award plate: for detailed lettering type - faces and format for the left shadow box. For the right shadow box, the recipient's name is 18 point Clarendon condensed capitals and the citation is 12 point Helvetica. The Human Capital Management Award: The inscription is a laser image of white lettering. The words “Human Capital Management Award “and ”recipient’s name” are in 20 point Galliard and centered. The” date of award” and the words “U.S. Government Accountability Office” are laser in 18 point Galliard centered. The GAO seal are laser and centered. The John Henry Luke Mentoring Award plate: the GAO seal black background with Gold letters. The words “John Henry Luke Mentoring Award” in 14 point Galliard printed centered. The words “presented to” in 7 point Galliard printed and centered. The “recipient’s name” in 10 point Galliard printed and centered. The words “ U.S. Government Accountability Office” and “date of award” are in 8 point Galliard print and centered. (G) Applicability of FAR Provisions: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1- Instructions to Offerors (Commercial Items). Offerors must include a completed copy of FAR provision 52.213-3- Offeror Representations and Certifications (Commercial Items) with their offer. FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders (Commercial Items). FAR 52.212-4- Contract Terms and Conditions (Commercial Items), Conditions. (H) LATE PROPOSAL CLAUSE (A) Any proposals, modifications, or revisions, received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late proposal would not unduly delay the acquisition; and (1) therethere is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government's control prior to the time set for receipt of proposals; or (2) if it is the only proposal received. (B) If the proposals, modification or revision was transmitted through electronic commerce method authorized by the solicitation, such transmission shall be deemed “late” unless it was received at the initial point of entry to the Government installation not later than the exact time specified for receipt of proposals. (C) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (i) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, electronic records, and other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (ii) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (iii) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. (I) GAO DISPUTES CLAUSE Disputes—Legislative Branch Agency (APR 2008) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613), as modified by Section 1501 of Title I of Division H of the Consolidated Appropriations Act, 2008, Pub. L. No. 110-161, 121 Stat. 1844 (2008). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) Claim, as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $50,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (d)(2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $50,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." (d)(3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $50,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $50,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer's decision shall be final unless the Contractor appeals, within 90 days of receipt of a contracting officer’s decision, to the Government Accountability Office Contract Appeals Board, 441 G Street, N.W., Room 7182, Washington, D.C. 20548; Facsimile: 202-512-9749; E-Mail: CAB@gao.gov. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR, 48 CFR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. J. MINIMUM AND MAXIMUM AMOUNTS During the period specified in the “Ordering” clause, the Government shall place orders totaling a minimum of $2000.00. The amount of orders shall not exceed $100,000.00. These minimum and maximum amounts are applicable to each individual period of the contract (base and option periods). K. ORDERING CLAUSE (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through September 30, 2014. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. L. INDEFINITE QUANTITY (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.” (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period. 3. COST PROPOSALS An official authorized to bind the offeror must sign the proposal. Offerors must also complete the required representation and certifications. Failure to furnish the required representation and certification or rejection of the terms and conditions of the solicitation may exclude your offer from consideration. Also, offerors will be required to complete a Pricing Schedule (See Attachment 1) that identifies the costs over a base year plus (4) option year periods. Cost proposal (Pricing Schedule See Attachment 1) is to be prepared and should be part of the total proposal package. The total amount for each year (base and each option period) and a grand total amount for the base and all option periods should be calculated in the schedule. Cost Proposals is to be prepared using the Pricing Schedule and should be submitted with one (1) original and four (4) copies. 4. TECHNICAL EVALUATION AND AWARD: (A) Technical Questions Any questions concerning this requirement must be submitted in writing no later than September 14, 2009. An amendment will be issued to address all questions received. However, the source of the questions will not be referenced. Questions should be sent to Contract Specialist- Deloris Ennis at ennisd@gao.gov. (B) Technical Proposal Requirement: Technical Proposal will consist of the Samples submitted and the individual specifications of each sample. Technical Proposal is to be prepared and should be submitted with an original and four (4) copies. Note: Only 1 set of samples are to be submitted with your technical proposal. All cost is to be omitted from the technical proposal. To determine whether the offeror’s proposed plaques meets the Government’s specifications; the offeror is to submit along with its cost proposal, a sample of each plaque as described in the requirement. Each plaque must have the appropriate engraving plate affixed on it. Style and size of each plaque and engraving plate should be identified on each plaque sample. The Government may make award for a single item, some combination of items or in the aggregate and may make multiple awards. Award or awards will be made to the low, technically acceptable offeror or offerors. Offerors must furnish (1) Manufacturer’s name of product offered; Brand Applicable catalog number for each item offered; descriptive material (catalogs) necessary to determine whether the product offered will meet the requirement of the RFP; and if the offeror proposed to modify a product so as to make it meet the requirements, it shall include in its offer a clear description of such proposed modifications and clearly mark any descriptive materials to show the proposed modifications. (See Attachment 3 Illustration and Samples of Awards, Gifts, Letters and Plaque. Contact Specialist for a copy of the Attachments) SAMPLES SUBMITTED OF EACH PLAQUE DO NOT HAVE TO BE CUSTOM MADE FOR GAO. HOWEVER, THE SAMPLES MUST CONTAIN THE TYPE OF WOOD, STYLE AND ENGRAVING PLATE SIZE IDENTIFIED FOR EACH SAMPLE. THE ACTUAL GAO SEALS ARE TO BE ISSUED WITH THE SAMPLES OF THE PLAQUES. (C) Corporate Experience and Past Performance (including reference). The offeror must submit the names of at least five (5) federal government agencies for which it has performed honor awards, plaques, engraving, framing and matting services or performed similar work. For each named Federal government agency and non-federal entity for which the offeror has within the past three (3) years, performed the task of producing honor awards, plaques, engraving, framing and matting services or performed similar work, must include the name, address, and phone number of a contact person who works for the agency or entity, and if relevant, contract numbers. GAO reserves the right to contact any of the named agencies or entities. (See Attachment 2 reference check form). In evaluating past performance, GAO will consider information obtained from past and present customers. By past performance, GAO means the offeror’s record of conformity to specifications and to standards of good workmanship, adherence to contract schedules, and cooperation and commitment to customer satisfaction will be evaluated. GAO can give its own reference or references. Offeror[s] with one or more unacceptable references shall be disqualified from receiving an award. 5. POINT OF CONTACT: The point of contact for this requirement is Deloris Ennis, Contract Specialist, Telephone No is (202) 512-3736; E-mail ennisd@gao.gov. (A) Proposal Due Date: Proposals are due in this office no later than 2:00 p.m. (EST) September 25, 2009 and must be submitted as a complete package (i.e. samples, technical responses and cost proposals). (B) Delivery Options: Due to the current mail situation and the extra time needed to process incoming deliveries (mail/ documents/ packages), the only acceptable methods in delivering proposals to GAO are Federal Express (FEDEX) delivery service. Other delivery methods are not acceptable for this requirement at this time. Proposals submitted should be addressed to the U.S. Government Accountability Office, Acquisition Management, 441 G Street, NW, Room 6B46, and Washington, DC. 20548, Attn: Deloris Ennis. Contracting Office Address: General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548 :
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GAO/GAOAM/GAOAM1/GAO-10-N-0006/listing.html)
 
Place of Performance
Address: U.S Government Accountability, Office Acquisition Management, 441 G Street, NW, Washington, DC. 20548, Washington, District of Columbia, 20548, United States
Zip Code: 20548
 
Record
SN01941610-W 20090906/090905000730-c9c17aa2c7dd7a922970808e8c56f093 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.