Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

30 -- Combined synopsis/solicitation for generator maintenance at SDDC, Scott AFB IL

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W80YCG006280000001
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Gene J. Moran, 618 220 5068
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(gene.j.moran@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number for the Request For Quotation is W80YCG-0062-8000. This requirement is being issued under the Simplified Acquisition Procedures. The Request for Quotations (RFQ) is for the maintenance of one backup generator (Model # 1250 DFLC-3386730), Serial # A000042640 located at SDDC, Temporary Facility Building #1990 709 Ward Dr., Scott AFB, IL 62225. The period of performance is from the date of award through 365 days thereafter. There are no option years. The Statement Of Work is located at the end of this announcement. Quotes shall be clearly marked is W80YCG-0062-8000 Generator Maintenance and emailed to Mr. Gene J. Moran gene.j.moran@us.army.mil or via facsimile (618) 220-5730 no later than 26 April 2010 at 1:00 PM (1300 hrs) local time, Belleville, IL. The provisions and clauses in the RFQ are those in effect through FAC 2005-38. This procurement is set aside for Service Disabled Veteran Owned Small Businesses. The NAICS Code for this procurement is 811310. The SBA Size Standard is $7 million. All responsible sources may submit an offer which shall be considered by the agency. The place of performance shall be at the Military Surface Deployment and Distribution Command, Temporary Facility Building #1990, 709 Ward Dr., Scott AFB, IL 62225. The awarded contract will be a firm fixed price contract including all parts and labor. The contract will be for a one year period only. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009). In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the lowest priced technically acceptable offer. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Feb 2010). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.219-17, Notice of Total Service Disabled Veteran Owned Small Business Aside (May 2004) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52. 222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52.232-36, Payment by Third Party (May 1999), FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007), DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). Alternate III (May 2002), Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 20 duty days instead of 45 days. Potential offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments. For questions contact Gene J. Moran e-mail gene.j.moran@us.army.mil or (618) 220-5068. INVOICING Addendum to 52-212-4 (1) Exemption to Wide Area WorkFlow Payment in accordance with, DFARS 252.232-7003(c) (4), and DFARS 232.7003(c). (2) The Transportation Financial Management System will be used as the vendor payment/invoicing system. (3) The Contractor shall submit an original invoice (or electronic invoice, if authorized) to the point of contact listed in the Ship to Address provided in the schedule and 1 Copy to the DFAS office listed on page 1 of the contract /order (Fax 207-328-1248). An invoice must include (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Electronic funds transfer (EFT) banking information. Note: In order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. Contract Information 1. Contract Specialist is Gene Moran, SDDC AQ, Scott AFB, IL 62225. (618) 220-5068. 2. Technical POCs are TBD. ACCESS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid drivers license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-90001 COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (AUG 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., authorizing official). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicants name against the contractors listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Estimated Performance Period is from the Date of Award through 365 days. Item NoDescription of ServiceQtyUnitUnit Price Amount 0001Services to Maintain Bldg 1990 Generator IAW the Attached PWS. Pricing includes all Parts and Labor 12Month$________$_______ 0002Diesel Fuel IAW the Attached PWS Para 6. Delivery receipts are required. 1000Gallon$________$_______Est 0003Emergency Service Calls IAW the Attached PWS Para 9. The contractor shall provide emergency service within a 2-hour period from notification, 24 hours a day, 7-days per week to include federal holidays. 4Calls$________$_______Est 0004After Hour After Hours Emergency Service Call IAW Para 9 of the attached PWS. The contractor shall provide emergency service within a 2-hour period from notification, 24 hours a day, 7-days per week to include federal holidays. 4 Calls$________$_______Est 0005Repair Services Repair services by certified mechanic outside normal Maintenance SVS. 10Hrs$________$_______ 0006Misc Materials In Accordance with paragraph 5 of the PWS. Parts and Materials not required by standard maintenance. Reimbursed at cost. 1Lot$________$_______NTE 0007Contractor Manpower Reporting In accordance with the instructions provided herein. 1Lot$________$_______ PERFORMANCE WORK STATEMENT For The Military Surface Deployment and Distribution Command GENERATOR MAINTENANCE SERVICES AT 709 Ward Dr., Bldg 1990 Scott AFB, IL 62225 1 March 2010 TABLE OF CONTENTS 1. Introduction 2. Requirement / Objective and scope of work 3. Services Required 4. Government Furnished Property 5. Contractor Furnished Property 6. Deliverables / Specific Tasks 7. Qualifications 8. Schedule and standard workday / week 9. Emergency Response 10. Pre-Coordination 11. 24- Hour Point of Contact 12. Government Project Manager / Contracting Officers Representative 13. Badges 14. Contractor Manpower Report (CMR) 1. INTRODUCTION: Maintenance for Generator for HQ, Surface Deployment and Distribution Command, 709 Ward Dr., Scott AFB, IL 62225 2. REQUIREMENT/ OBJECTIVE AND SCOPE OF WORK: This service is for maintenance of one Generator (Model # 1250 DFLC-3386730), Serial # A000042640. The unit is located at SDDC, Temporary Facility #1990 709 Ward Dr., Scott AFB, IL 62225 3. SERVICES REQUIRED: The contractor shall provide preventative maintenance and emergency services for the Surface Deployment Distribution Command at building 1990. Maintenance is required to support SDDCs Generator. 4. GOVERNMENT FURNISHED PROPERTY: Generator 5. CONTRACTOR FURNISHED PROPERTY: The contractor shall provide all required equipment, tools, parts and materials to perform normal periodic maintenance in accordance with manufacturers Recommendations and as specified below. Any non standard maintenance parts or material required to ensure good operating conditions shall be reimbursed at cost. Estimates for repairs or parts, outside of normal maintenance, shall be submitted to the COR for approval prior to performance of repairs. Receipts for said parts shall be provided with monthly invoice. 6. DELIVERABLES / SPECIFIC TASKS: The contractor shall: Line Item #1 Generator at building 1990 "Provide up to 1000 gallons of fuel for generator (Billed at per gallon price). "Utilize exerciser clock in the ATS Switch, which will perform automation testing on generator weekly (Sunday only) "Perform monthly generator check for fuel, oil, coolant levels, and check air cleaners and replace as required "Perform quarterly engine oil, and filter changes on generator "Check all belt conditions to include belt tension, and replace as required "Check cooling fan condition "Check Battery charging alternator "Clean generator, test batteries and replace as required / per approval "Check / clean crankcase breather and replace as required 7. QUALIFICATIONS: The contractor shall provide a work force possessing the required skills, training and certifications to perform the services as required by this Performance Work Statement. The contractor shall ensure that all Federal, State and Local laws, regulations and requirements are complied with during performance of these services. 8. SCHEDULE AND STANDARD WORKDAY / WEEK: All work shall be accomplished during a standard, 5-day week, Monday through Friday, between the hours of 7:00 A.M and 4:00 P.M., local time, excluding Federal Legal holidays and non-work days resulting from holidays occurring on weekends. When the contractor desires to work at other than the aforementioned times, the contractor shall submit a written request, to the Contracting Officers Representative, for approval and shall receive written approval before proceeding with work. The request shall be submitted at least five (5) work days prior to the proposed performance of work, and shall indicate the day/days, time/amount of work, and reason why permission should be granted to perform work during nonstandard hours. Approval for work to be performed during nonstandard time will be given only in cases of extreme necessity. 9. EMERGENCY RESPONSE: The contractor shall provide emergency service within a 2-hour period from notification, 24 hours a day; 7-days per week to include federal holidays. 10. PRE-COORDINATION: The contractor shall pre-coordinate days and times of all work with the Contracting Officers Representative (COR). After completion of work and before departure from site contractor personnel shall provide an itemized list of all services preformed, to the COR. 11. 24-HOUR POINT OF CONTACT: The Contractor shall designate in writing points of contact and 24-hour contact numbers of representative(s) in case of an emergency. An answering service is not acceptable. This shall be provided prior to contract start date and shall be updated as required to ensure 24/7 coverage. 12. GOV. PROJECT MANAGER / CONTRACTING OFFICERS REPRESENTATIVE: The COR shall be appointed in writing by the Contracting Officer. 13. BADGES: The contractor is required to provide identification badges or uniforms for their employees. All contractor personnel shall be easily identified by their uniform or badges while working on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by contractor and government. The contractors identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. 14. CONTRACTOR MANPOWER REPORT (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and / or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering date; (5) Estimated direct labor hours (including sub-contractor); (8) Predominant Federal Service Code (FSC) for each sub-contractor if different; (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provided the estimated total cost (if) performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. If you need assistance or have questions about the CMR, please contact the CMR Helpdesk by phone at 703-377-6199 or E-mail contractormanpower@hqda.army.mil. QUALITY ASSURANCE PLAN QUALITY ASSURANCE SURVEILLANCE PLAN 24 March 2010 The purpose of this plan is to provide a quality surveillance plan for Generator Maintenance Services performed at the Military Surface Deployment and Distribution Command Headquarters located Scott AFB, IL. This plan provides a basis for the Contracting Officer's Representative (COR) to evaluate the quality of the Contractor's performance. The oversight provided for in the contract and in this plan shall ensure service levels reach and maintain the required levels throughout the contract term. This plan shall provide the COR with a proactive way to avoid unacceptable or deficient performance, and provide verifiable input for the required annual past performance evaluations. 1. PURPOSE. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Governments responsibility to be objective, fair, and consistent in evaluating performance. In addition, the QASP should recognize that unforeseen and uncontrollable situations may occur. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Updates shall ensure that the QASP remains a valid, useful, and enforceable document. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES. The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractors performance. b. Contracting Officers Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractors performance. The COR shall keep a quality assurance file. At the conclusion of the contract or when requested by the KO, the COR shall provide documentation to the KO. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Governments behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. 3. PERFORMANCE STANDARDS. Performance Requirements Summary Critical TaskStandard MetricSurveillance MethodIncentives/De-Incentives 1. The contractor shall provide services IAW PWS Paras: 3.1; and 5., and 9.Ensure the services are fully accomplished.100% of the time.Periodic Inspection (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 2. The contractor shall deliver specific tasks IAW PWS Paras: 6., 6.a, 6.b.Ensure specific tasks are completed at Primary and Alternate site.100% of the time.Periodic Inspection (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 3. The contractor shall provide certified technicians IAW PWS Para 7.Ensure Federal, State, and Local laws, and regulations are complied with.100% of the time.Periodic Inspection (1) Require Re-performance of the service if applicable. (2) Contract Deficiency Report (CDR) 4. The contractor shall adhere to work schedule IAW PWS Para 8., and 10. Ensure itemized list of services are provided.100% of the time.Periodic Inspection (1) Require Re[performance of the service if applicable. (2) Contract Deficiency Report (CDR) Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Government shall use the performance Work Statement to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). 4. METHODS OF QA SURVEILLANCE. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. Regardless of the surveillance method, the COR shall always contact the contractor's task manager or on-site representative when a defect is identified and inform the manager of the specifics of the problem. The COR, with assistance from the KO, shall be responsible for monitoring the contractors performance in meeting a specific performance standard/AQL. a. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) b. PERIODIC INSPECTION. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) 5. DOCUMENTING PERFORMANCE. a. ACCEPTABLE PERFORMANCE. The Government shall document positive performance. A report template is attached. Any report may become a part of the supporting documentation for fixed fee payments, award fee payments, or other actions. b. UNACCEPTABLE PERFORMANCE. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO. 6. FREQUENCY OF MEASUREMENT. While the contractor is fully expected to comply with all requirements in the PWS, the governments assessment of contractor performance will focus mainly on the objectives listed in the AQL column of the Performance Standards Summary. The COR will monitor the contractors performance to ensure it meets the standards of the contract. Unacceptable performance may result in the Contracting Officer taking any of the following actions: Require the contractor to take necessary action to ensure that future performance conforms to contract requirements, reduce the contract price to reflect the reduced value of the services, issue a Contract Discrepancy Report, or require the contractor to re-perform the service. In addition, the contractors performance will be recorded annually in the Contractor Performance Assessment Report (CPAR).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c143323df3a2be6c9f1d638e1930d5b4)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) Bldg 1990, 709 Ward Drive Scott, AFB IL
Zip Code: 62225
 
Record
SN02107320-W 20100401/100330235811-c143323df3a2be6c9f1d638e1930d5b4 (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.