Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
MODIFICATION

S -- Provision of Natural Gas Supply - Amendment 1

Notice Date
6/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
Utilities-10-01-Gas
 
Point of Contact
Gabriele A Binder, Phone: (49) 631 536 7635, Uschi B Hoermann, Phone: (49) 631 536 8326
 
E-Mail Address
gabriele.binder@ramstein.af.mil, uschi.hoermann@ramstein.af.mil
(gabriele.binder@ramstein.af.mil, uschi.hoermann@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Atch 14-Price Schedule-Amendment 0001 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. The solicitation number is: Utilities-10-01-Gas issued as a Request for Proposal (RFP). A. Requirement. Provision of natural gas supply to the following service locations: 1. Buildings 208 and 61 at Sembach Annex, Germany (Sembach Annex is located approximately 10 km north of the City of Kaiserslautern); 2. Buildings 86 and 742 at Kaiserslautern-Einsiedlerhof, Germany; 3. Building 3336 (KMCC), Ramstein Air Base, Germany; 4. Leased housing at Speicher, Germany; and 5. Leased housing at Binsfeld, Germany. The contractor shall provide all labor, tools, equipment, material, personnel, supervision, management and financing, shall obtain any licenses or permits required and any other items necessary for the provision of natural gas supply to the aforementioned service locations in accordance with the technical descriptions, enclosed as Attachments 1 thru 7, in English and German language. The contractor shall supply natural gas in accordance with commercial standards, practices and local host nation laws and regulations. Natural gas shall be provided FOB Destination for each delivery point in accordance with item E. USAFE will not provide logistical support. The natural gas delivered to the service locations buildings 208 and 61 at Sembach Annex and building 86 at Kaiserslautern-Einsiedlerhof shall be interruptible. The natural gas delivered to the service locations building 742 at Kaiserslautern-Einsiedlerhof, building 3336 at Ramstein Air Base, and the leased housing at Speicher and Binsfeld shall be continuous. If, and only if requested by the supplier, the US Government shall replace natural gas for the service locations buildings 208 and 61 at Sembach Annex and building 86 at Kaiserslautern-Einsiedlerhof temporarily with an alternate source of energy during the period 01 October through 31 March of a gas fiscal year. The request to switch to an alternate source of energy shall be announced to the representative(s) designated by the US Government via telephone - regardless if made during day or nighttime - on workdays with an advance notice of at least 1 hour, on weekends and federal holidays in Germany with an advance notice of 6 hours. The supplier's release of gas, after its prior fuel switch request, shall also be provided via telephone to the representative(s) designated by the US Government. The US Government will start consuming natural gas within the time period stipulated in the above paragraph. To ensure operational readiness of the heat plants of buildings 208 and 61 at Sembach Annex and building 86 at Kaiserslautern-Einsiedlerhof, a monthly test run with another energy source may be performed for up to 6 hours. B. Place of Performance. Sembach, Kaiserslautern, Ramstein, Speicher and Binsfeld. C. Anticipated Contract Type. The US Government reserves the right to award either (i) a fixed price contract with economic price adjustment (EPA), or (ii) a firm fixed price contract without EPA. D. Period of Natural Gas Supply. 1. For the service locations at Sembach Annex, Kaiserslautern-Einsiedlerhof, Speicher and Binsfeld: 01 October 2010 through 30 September 2011, with the option to extend the term of the contract by 1 year from 01 October 2011 through 30 September 2012. 2. For the service location at Ramstein Air Base: 01 April 2011 through 31 March 2012 with the option to extend the term of the contract by ½ year from 01 April 2012 through 30 September 2012. E. Technical Data/Requirements. 1. See Attachment 1, Technical Description for the Supply with Natural Gas for Building 208, Sembach Annex. 2. See Attachment 2, Technical Description for the Supply with Natural Gas for Building 61, Sembach Annex. 3. See Attachment 3, Technical Description for the Supply with Natural Gas for Building 86, Kaiserslautern-Einsiedlerhof. 4. See Attachment 4, Technical Description for the Supply with Natural Gas for Building 742, Kaiserslautern-Einsiedlerhof. 5. See Attachment 5, Technical Description for the Supply with Natural Gas for Building 3336 (KMCC), Ramstein Air Base. 6. See Attachment 6, Technical Description for the Supply with Natural Gas for Leased Housing, Speicher. 7. See Attachment 7, Technical Description for the Supply with Natural Gas for Leased Housing, Binsfeld. F. Other Information. 1. See Attachment 8, Actual load profile of the previous gas business year, 01 October 2008 through 30 September 2009 for natural gas supply to building 208, Sembach Annex. 2. See Attachment 9, Actual load profile of the previous gas business year, 01 October 2008 through 30 September 2009 for natural gas supply to building 61, Sembach Annex. 3. See Attachment 10, Actual load profile of the previous gas business year, 01 October 2008 through 30 September 2009 for natural gas supply to building 86, Kaiserslautern-Einsiedlerhof. 4. See Attachment 11, Actual load profile of the current gas business year, 01 October 2009 through 31 December 2009 for natural gas supply to building 3336 (KMCC), Ramstein Air Base. 5. See Attachment 12, Actual load profile of the previous gas business years, 01 January 2008 through 30 September 2009 for natural gas supply to the leased housing Speicher. 6. See Attachment 13, Actual load profile of the previous gas business years, 01 January 2008 through 30 September 2009 for natural gas supply to the leased housing Binsfeld. 7. The Ordinance Concerning General Conditions for the Network Connection and its use for the Gas Supply in Low Pressure (Low Pressure Connection Ordinance - NDAV) dated 26 October 2006, and the Ordinance Concerning General Conditions for the Primary Delivery of Tariff Customers and the Alternate Supply with Gas from the Low Pressure Net (Basic Gas Supply Ordinance - GasGVV) dated 01 November 2006, shall be essential components of the contract. 8. The natural gas delivered to the locations buildings 208 and 61 at Sembach Annex, and building 86 at Kaiserslautern-Einsiedlerhof shall be interruptible. The natural gas delivered to the locations building 742, Kaiserslautern-Einsiedlerhof, building 3336, Ramstein Air Base, the leased housing at Speicher and Binsfeld shall be continuous. 9. Buildings 61 and 208 at Sembach Annex and buildings 86 and 742 at Kaiserslautern-Einsiedlerhof are connected to the natural gas net of the Gasanstalt Kaiserslautern AG. 10. Building 3336 at Ramstein Air Base is connected to the natural gas net of Stadtwerke Ramstein. 11. The leased housing at Speicher and Binsfeld is connected to the natural gas net of Stadtwerke Trier. 12. In addition to any other terms contained in this combined synopsis/solicitation, the following terms and conditions apply; offerors are advised to complete the necessary fill-ins where applicable: TAXES 1. The natural gas price is exclusive of any taxes or dues, which the US Government and the Government of the Federal Republic of Germany (FRG) have agreed shall not be applicable to expenditures made by the US Government in the FRG, or any taxes or dues from which the supplier is exempt under the laws of the FRG. If any such taxes or dues have been included in the natural gas price, through error or otherwise, the natural gas price shall be reduced. The appropriate amount shall be listed separately and reduced in the next month's invoice. The treatment of all tax deductions under this clause shall be in accordance with the agreements being in force at the time between the FRG and the US Government. 2. If for any reason after the date of the agreement, one of the two parties is relieved in whole or in part from the payment of any taxes or dues included in the natural gas price, the natural gas price shall be reduced. The appropriate amount shall be listed separately and reduced in the next month's invoice. ACCOUNTING, PAYMENT AND INVOICES 1. The US Government will pay the amounts for deliveries in the past month charged by the supplier on a monthly basis no later than (NLT) 30 days after receipt of a proper invoice. 2. The invoice shall be based on the demand and the actual consumption per month. Cost for the net usage (consumption and maximum offtake for customers with demand metering), metering fee, accounting fee, license fee as well as the gas price (consumption and demand) shall be listed separately on the invoice. 3. The US Government will pay by Electronic Funds Transfer (EFT). Payment will be made to: Name of bank: ____________________________ Account owner: ____________________________ Account number: ____________________________ Bank code: ____________________________ SWIFT code: ____________________________ IBAN: ____________________________ (Offeror fill-ins) 4. Payment due dates. Except as prescribed in paragraphs (c) through (f) of Section 32.904 of the Federal Acquisition Regulation (FAR), the due date for making an invoice payment is as follows: a. The later of the following two events: (1) The 30th day after the designated office responsible for acceptance of services receives a proper invoice from the supplier. If the office responsible for acceptance of services, fails to annotate the invoice with the actual date of receipt at the time of receipt, the invoice payment due date is the 30th day after the date of the contractor's invoice, provided the designated billing office receives a proper invoice and there is no disagreement over quantity, quality, or contractor compliance with contract requirements. (2) The 30th day after Government acceptance of supplies delivered or services performed. b. Interest penalties that might be due the contractor for late payments-- (1) Contractor is not required to separately invoice to request interest penalty amounts. (2) Government acceptance shall be deemed to occur constructively on the 7th day after the contractor delivers supplies or performs services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or contractor compliance with a contract requirement. (3) If actual acceptance occurs within the constructive acceptance period, the Government must base the determination of an interest penalty on the actual date of acceptance. (4) The constructive acceptance requirement does not compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities." 5. The proof of tax exemption shall be provided by a tax relief form ("Abwicklungs-schein") attached to each invoice. 6. Invoice. A proper invoice contains the following items: - Name and address of supplier - Invoice date - Contract number - Description, quantity, unit of measure, unit price and total price of gas delivered - Name, title, telephone number of point of contact to be notified in case of an incorrect invoice. 7. Invoices shall be addressed to: (a) For the service locations at Sembach, Kaiserslautern-Einsiedlerhof and Ramstein: US Air Force 86 CES/CEAO, Bldg 507 ATTN: Mr. Best 66877 Ramstein-Miesenbach. (b) For the service locations at Speicher and Binsfeld: 52 CES/CERF Bldg 119 54529 Spangdahlem Air Base. 8. Payment will be made by: DFAS Limestone DFAS EU, ATTN: AF Kleber Kaserne, Building 3200 67657 Kaiserslautern. INVALIDITY OF CONTRACT TERMS 1. Should any of the terms contained in this contract be or become invalid, the validity of the other terms will not be affected thereby. Both parties agree to replace invalid terms with terms, equal as to the intended technical and economical effect. 2. Changes or additional conditions to this contract are valid if confirmed in writing by both parties. OPTION TO EXTEND THE TERM OF THE CONTRACT The US Government may require continued performance of natural gas supply within the limits and at the rates specified in the contract. The US Government may extend the term of the contract by 1 year or on a quarterly or semi-annual basis for the service locations or any parts thereof identified, by written notice to the supplier no later than 30 days prior to the expiration date of the contract. The U.S. Government is not obligated to exercise the option. TERMINATION OF CONTRACT 1. The US Government may at any time prior to its expiration date terminate this contract, in whole or in part, within 30 days upon delivery of the termination notice. The termination notice shall be submitted in written format. The supplier shall confirm receipt of the termination notice in writing to the Contracting Officer. The US Government is released from any liability for payment. 2. If the US Government terminates the contract without notice due to supplier non-performance of contractual obligations, the US Government is released from further contractual liability. LEGAL SUCCESSOR 1. The supplier may transfer rights and obligations to a legal successor with the written consent of the Contracting Officer only. This consent may be withheld only if and when the successor does not afford reliable assurance of performing this contract. a. The supplier shall submit to the Contracting Officer three signed copies of the proposed novation agreement and one copy each, as applicable, of the following: (1) The document describing the proposed transaction, e.g., purchase/sale agreement or memorandum of understanding (2) A list of all affected contracts between the transferor and the Government, as of the date of sale or transfer of assets, showing for each, as of the date, the -- (i) Contract number and type; (ii) Name and address of the contracting office; (iii) Total dollar value, as amended; and (iv) Approximate remaining unpaid balance. (3) Evidence of the transferee's capability to perform. (4) Any other relevant information requested by the responsible contracting officer. b. The supplier shall submit to the contracting officer one copy of each of the following documents, as applicable, as the documents become available: (5) An authenticated copy of the instrument effecting the transfer of assets; e.g., bill of sale, certificate of merger, contract, deed, agreement, or court decree. (6) A certified copy of each resolution of the corporate parties' boards of directors authorizing the transfer of assets. (7) A certified copy of the minutes of each corporate party's stockholder meeting necessary to approve the transfer of assets. (8) An authenticated copy of the transferee's certificate and articles of incorporation, if a corporation was formed for the purpose of receiving the assets involved in performing the Government contracts. (9) The opinion of legal counsel for the transferor and transferee stating that the transfer was properly effected under applicable law and the effective date of transfer. (10) Balance sheets of the transferor and transferee as of the dates immediately before and after the transfer of assets, audited by independent accountants. (11) Evidence that any security clearance requirements have been met. (12) The consent of sureties on all contracts listed under paragraph b of this clause if bonds are required, or a statement from the transferor that none are required. 2. In the event the service location, the supplied building is located at, is returned to the FRG, or in case of the leased housing, to the real property owner, the FRG, or in case of the leased housing, the real property owner, reserves the right, after prior coordination with all parties concerned, to take over the rights and liabilities of the US Government of this contract. The date of transfer by the FRG, or in case of the leased housing, the real property owner, shall also be coordinated with all parties concerned. APPLICATION OF GERMAN LAW, PLACE OF PERFORMANCE AND JURISDICTION, LITIGATION ON BEHALF OF THE GOVERNMENT 1. This contract will be written under the laws of the Federal Republic of Germany. 2. Place of performance is Sembach, Kaiserslautern-Einsiedlerhof, Ramstein Air Base, Speicher and Binsfeld. The place of jurisdiction for any litigation in the context of this contract in accordance with the German Civil Procedural Code (Zivilprozessordnung) Section 29 (1) is the place of performance. 3. In case of disputes arising from the future contract, plaints shall be lodged in accordance with the NATO Status of Forces Agreement and supplementary agreements with the German courts and against the Federal Republic of Germany, which shall conduct the case in its own name in the interest of the US Government. NOTE: The office representing the Federal Republic of Germany on behalf of the US Government will be displayed in the actual contract. DISPUTES, CLAIMS 1. Any dispute or claim an offeror or awardee intends to take to court shall be addressed to the Contracting Officer first for resolution. The Contracting Officer has 60 days to resolve and/or provide a final decision, and then the offeror or awardee may proceed to court after giving such notice of intent. 2. The US Government reserves the right to set-off/withhold payment if there is an issue with a claim against the contractor (e.g. overpayment, damages, etc.). CONTRACTING OFFICE 1. Contract administration will be performed by 700 CONS/LGCD. 2. Postal address and location of the contracting office: 700 Contracting Squadron LGCD/Utilities CMR 422 Unit 3115, APO AE 09021 67663 Kaiserslautern The envelope shall be marked "For Official Business". 3. Technical Representative of the Contracting Officer: a. The Base Civil Engineer of Ramstein Air Base is designated as "Technical Representative" of the Contracting Officer for accepting services and for confirmation of correctness of invoices for the service locations Sembach, Kaiserslautern-Einsiedlerhof and Ramstein. b. The Base Civil Engineer of Spangdahlem Air Base is designated as "Technical Representative" of the Contracting Officer for accepting services and for confirmation of correctness of invoices for the service locations Speicher and Binsfeld. CONTRACTOR ACCESS TO US AIR FORCE/ARMY INSTALLATIONS 1. 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/Army 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. The Contractor shall process required documentation in due time to comply with required performance periods of the contract by taking into consideration that the controlling authorities require an average of 2 to 3 weeks to issue base access permits. The contractor shall inform all assigned workers that they may be subject to search, at the discretion of the installation commander, when entering or leaving the installation. 2. (a) U.S. Air Force installations. The Contractor shall obtain and complete the base access request forms from Security Forces. Contractors who employ Local Nationals shall deliver the completed forms and required documents directly to the Foreign Nationals screening booth located at the West Gate of Ramstein Air Force Base. US Contractors shall provide the completed forms and required documents to their designated security manager. Security Forces shall be responsible for approval and subsequent authentication and issuance. For each base access request the contractor shall present the following documents: (1) employee penal record, and (2) employee record of pending court proceedings for criminal activities, and (3) certification on letterhead attesting that the employee or employees (to be listed individually for group accesses requests): has had no prior sentences and has no pending court proceedings for criminal activities. The procedure foreseen in (iii) above recognizes host nation legislation on privacy of information of a personal nature and the restrictions on disclosure of such information. The Contractor shall therefore and for each base pass issued maintain on file the records listed in (i) and (ii) above for the period of time at least equal to the base access permit validity period. (b) Other than U.S. Air Force installations. The Contractor shall comply with documentation and information request and procedures mandated by the controlling authority Security Forces. 3. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor is forewarned that work shall be performed under escort and entry/exit procedures may require up to two hours. The area entry and exit times are at no additional cost to the U.S. Government. Furthermore the Contractor shall provide Security Forces with the following information for vehicles: Make, model, year of manufacture, capacity, type, license number, and insurance policy number. 4. 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. In addition base passes shall be returned when: (a) Permit holder is no longer employed by the Contractor. (b) Employee has subsequently been served sentence or has committed a criminal offense and is subject to proceedings. (c) Contracting Officer so directs. 5. Failure to comply with these requirements may result in withholding of final payment. ORDER OF PRECEDENCE In the event of any inconsistencies in this contract, the following order of precedence shall prevail: a. The wording of this contract. b. The Attachments in the sequence as listed in this contract. OTHER CONDITIONS Unless specified otherwise, all statements in this contract refer to the calorific value of natural gas (Hs). G. Price. All data and prices shall be submitted in Euro (€) currency, separated as follows and for the periods addressed in item D. All prices shall be exclusive of any taxes and dues from which the US Government is exempt under the NATO Statute of Forces Agreement and/or any other agreement between the US Government and the Government of the Federal Republic of Germany (FRG). The proposal shall be submitted in accordance with the price schedule set forth in Attachment 14 comprising: 1. Fixed price based on economic price adjustment (EPA) for every service location, comprising-- (a) Demand charge per annum per kW, unit price and total amount; (b) Consumption price per kWh, unit price and total amount. 2. Net usage costs, which shall be considered and listed separately. 3. Price adjustment formula for the demand charge and the consumption price for prices subject to EPA, including price adjustment clause and excerpts of applicable indices used. The price adjustment formula and clause will be made part of the contract. 4. The offeror shall show/list the amount and description of tax excluded from the natural gas price. H. Points of Contact. 1. Mrs. Gabriele Binder Contract Specialist Tel. +49(0)631-536-7635 Email: gabriele.binder@ramstein.af.mil. 2. Mrs. Uschi Hoermann Contracting Officer Tel. +49(0)631-536-8326 Email: uschi.hoermann@ramstein.af.mil. I. Instructions to Offerors. Offerors shall submit documentation to show satisfactory performance of a contract within the last five years of similar scope (between 15,000,000 kWh and 30,000,000 kWh per annum or higher) and magnitude ($ 1,000,000 through $ 2,000,000 per annum or higher), demonstrating their ability to perform the proposed effort, including current and correct telephone numbers, FAX number, and email addresses of Point of Contacts (POCs). Satisfactory completion means that the offeror performed the contract according to its terms and conditions without major deficiencies. Offerors are advised to complete the price schedule set forth in Attachment 14. The proposal shall be valid for a period of 30 days if no other period is specified by the offeror. J. Evaluation of Proposals. The government will award a commercial Fixed-Price contract with economic price adjustment (EPA) for a 1-year period plus a 1-year option period for the service locations at Sembach Annex, Kaiserslautern-Einsiedlerhof, Speicher and Binsfeld, and for a 1-year period plus a 1/2-year option period for the service location at Ramstein Air Base, resulting from this solicitation to the one responsible offeror whose proposal conforming to the solicitation is the lowest price with satisfactory Past Performance. A responsible offeror must demonstrate (i) adequate financial resources (e.g. copy of current trade register [Handelsregisterauszug]), (ii) compliance with the terms and conditions of the solicitation and proposed performance schedule, (iii) satisfactory past performance, (iv) satisfactory record of integrity and business ethics, and (v) must be CCR (Central Contractor Registration) registered. The requirement of Past Performance Information as indicated in paragraph I. must be met. Proposals will only be accepted in Euro currency. Evaluation of Options: The Government will evaluate offers for award purposes by adding the total price of the option to the total price of the basic requirement. Evaluation of the option will not obligate the Government to exercise the option. The government may make a single award or multiple awards. The decision to make a single award or multiple awards will be based on the assumption for the purpose of evaluating proposals, that $ 3,600 per year would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combination of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. K. Closing Date for Receipt of Proposals. Proposals shall be submitted electronically by email or FAX no later than 14 July 2010, 16:00 hours local time to one of the following email addresses: Gabriele.Binder@ramstein.af.mil and Uschi.Hoermann@ramstein.af.mil or FAX Number 049-631-536-8410. Late submission will be handled as follows: 1. Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in paragraph K above. 2. (a) Any offer, modification, revision, or withdrawal of an offer 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 offer would not unduly delay the acquisition; and-- (1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 16:00 p.m. one working day prior to the date specified for receipt of offers; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) If this solicitation is a request for proposal, it was the only proposal received. (b) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. 3. Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. 4. If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers 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. 5. Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. As the solicitation authorizes electronical offers or facsimile offers, offers may be withdrawn electronically or via facsimile received at any time before the exact time set for receipt of offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. L. Any questions/inquiries regarding the solicitation shall be submitted via email to Gabriele.Binder@ramstein.af.mil and Uschi.Hoermann@ramstein.af.mil or FAX Number 049-631-536-8410 no later than 10 days after the solicitation release to properly respond prior to the closing date for receipt of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/Utilities-10-01-Gas/listing.html)
 
Place of Performance
Address: 1. Buildings 208 and 61 at Sembach Annex, Germany, (Sembach Annex is located approximately 10 km north of the City of Kaiserslautern);, 2. Buildings 86 and 742 at Kaiserslautern-Einsiedlerhof, Germany;, 3. Building 3336 (KMCC), Ramstein Air Base, Germany;, 4. Leased housing at Speicher, Germany; and, 5. Leased housing at Binsfeld, Germany., Sembach, Kaiserslautern, Ramstein Air Base, Speicher and Binsfeld, Non-U.S., Germany
 
Record
SN02188081-W 20100626/100624235835-7097b0a52dfb7ed8c7f94fea26e11e79 (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.