Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

63 -- Severe Weather Notification System

Notice Date
8/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611QK202
 
Response Due
8/12/2011
 
Archive Date
8/31/2011
 
Point of Contact
James M. Rhodes 252-466-2895
 
E-Mail Address
James M. Rhodes / Contract Specialist
(james.m.rhodes2@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation No. M00146-11-Q-K202 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 and Defense Acquisition Circular 98-121. (iv) This acquisition is unrestricted. (v) Purchase Order line item number, quantity, and unit of issue: ItemQuantityUnit of Issue 0001Severe Weather Notification System1Each In accordance with the Purchase Description (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for a Severe Weather Notification System in accordance with the requirements of the following Purchase Description: 1.0Scope:This purchase description describes the minimum requirements for the design, delivery, installation, testing, and support of a Severe Weather Notification System (SWNS) to be located the aircraft work area and along the flight line area of Fleet Readiness Center East (FRC East), Cherry Point, NC. 2.0General: Currently there is no visual warning signal to alert flight line personnel concerning approaching severe weather activity. The goal is to procure a Severe Weather Notification System to provide a three stage visual alert to personnel who are working on or entering the aircraft work area and flight line area within the Fleet Readiness Center. The system will extend current notification abilities. The Severe Weather Notification System consists of three subsystems or components: (1) The Signal Light Arrays (SLA), (2) The Master Control Panel (MCP), and (3) The Radio Control Link (RCL). All three components are required in order to meet the requirement of Aviation Operations regulations for the Marine Corps Air Station (MCAS) and FRC-East Cherry Point. 2.1 The Signal Light Arrays (SLA) shall consist of a three tiered signal head assembly. The first tier shall consist of a standard green ball of 12 in diameter located at the top of the signal display. In stand-by mode, the illuminated green ball shall be the default display indicating an ALL CLEAR weather condition. Located under the green signal shall consist of two horizontally arranged signals, each with a yellow ball. When activated, the yellow lights shall flash in an alternating fashion indicating a WEATHER CONDITION I or II . This shall warn flight line personnel to prepare to leave the flight line. Located under the yellow signals shall be two horizontally arranged signals, each with a red ball. When activated, the red lights shall flash in an alternating fashion indicating a LIGHTNING WITHIN 5 MILES and personnel must leave the flight line. All signals shall use LED lights to provide the necessary visual light intensity to be seen throughout the flight line area during day and night operations while still operating at low power. Each signal assembly shall be housed in standard 12 traffic signal type housing including ball cap style visors or covers mounted to the signal heads to prevent the signal heads from being viewed above a 90 deg. plane. The assembly shall also include basic mounting hardware to hold the signals together and allow them to be mounted to a vertical surface. The Signal Light Array (SLA) system shall consist of four signal light arrays mounted on the vertical outside walls of buildings 188, 129, 137, and 245 along the flight line of Fleet Readiness Center East (FRC East), Cherry Point, NC according to drawing PE-21047F. Each array shall have its own array control electronics package vertically mounted near the array. It shall be mounted in a weather resistant enclosure sufficient to withstand conditions and environments associated with the FRC-East flight line. The SLA and controls shall operate using 115 VAC of facility power. 2.2 A wall mounted Master Control Panel (MCP) controls all of the signal light arrays from FRC East Security Area shall be located in the lobby of Building 137. The MCP shall consist of an indoor rated enclosure made of gray powder coat finish steel and mount to a vertical surface. It shall have sufficient control to change the state of the arrays, either through toggle switches, rotating switches, or push button controls. The size and location of the MCP must be approved by the FRC-East design team 30 days prior to installation. Status for all of the arrays shall be provided to the security officer by either indicator lamps or Liquid Crystal Display (LCD) for each field point, on the front of the MCP. Indications shall be able to show if operation and response is normal or if there is a communications problem between the MCP and any point in the system. The MCP shall be designed to operate on 115 VAC of facility power. 2.3 The Radio Control Link (RCL), which controls all communications between the MCP and the field points shall be via a Frequency Hopping Spread Spectrum (FHSS) radio link. Receiving points shall be equipped with directional antenna mounted near each array and the receiver shall be located with each electronics package. The transmitter shall feature a high gain omni-directional antenna mounted at the highest point on building 137 and connected to the radio transmitter. The transmitter can be co-located with the MCP or located remotely but with direct control from the MCP. The MCP shall be designed to operate on 115 VAC of facility power. 3.0 Applicable Documents: The following Government documents and publications form a part of this purchase description to the extent herein: U.S. DEPARTMENT OF LABOR 29 CFR 1910 Occupational Safety and Health Standard (OSHA) (2009 edition) (U.S. Department of Labor, OSHA Publications, P.O. Box 37535, Washington, D.C. 20013-7535 www.osha.gov ) US ARMY CORPS of ENGINEERS EM 385-1-1 US Army Corps of Engineers Safety and Health Requirements Manual. (A copy of this instruction can be acquired by World Wide Web at www.usace.army.mil/publications/eng-manuals/em385-1-1/entire.pdf ) FLEET READINESS INSTRUCTION (FRCEASTINST) FRCEASTINST 5090.1 Environmental Compliance (A copy of this instruction can be acquired by contacting the contracting officer) 3.1 Other Publications: The following documents form a part of this specification to the extent herein: NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 79 Electrical Standards for Industrial Machinery. (2007 edition) NFPA 70 Standard for the Installation of Electrical Wiring. (2008 edition) (NFPA, 1 Batterymarch Park, Quincy, Massachusetts 02169-7471. ww.nfpa.org ) 4.0 Essential Characteristics: 4.1 Signal Light Array (SLA): The Signal Light Array (SLA) assembly shall be constructed from standard yellow signal housings, either steel or polycarbonate, and include a ball cap style visor over each signal head. The assembly shall include a flat black backer plate assembly to enhance contrast of the signals against their background. Each section of the assembly shall include the appropriate color and number of LED signal lights of uniform color, brightness and energy efficiency. The ALL CLEAR shall display a full green ball indication to the viewer. The WEATHER CONDITION I shall display a full amber ball indication to the viewer. The LIGHTNING WITHIN 5 condition shall display a red ball indication to the viewer. The signal head assembly shall be joined together using standard traffic signal hardware and shall arrive pre-assembled with all wiring for the assembly terminating on a terminal block. Hardware for mounting the lamp to a vertical surface from both the top and bottom of the assembly shall be included. The hardware shall allow for rotation of the lamp assembly in the azimuth direction. Conduit and wiring from the lamp control unit terminal block to the lamp assembly itself shall be incompliance with the National Electrical Code (current edition). Due to the low current draw of the lamps #12 AWG color-coded wiring shall be sufficient to connect the lamps to the control. 4.1.1 The signal array controls shall be designed to mount to a vertical surface, easily accessible to personnel for maintenance purposes, and near the location of the lamp array assemblies. The array control electronics shall be housed in a NEMA 3R rated steel enclosure. An RF jack with a weather tight seal shall be installed on the bottom of the enclosure for connection of the antenna cable to the box. 4.1.2 The signal array control unit shall be configured for connection to a nominal 120VAC single phase supply. The unit shall be a hardwired connection to a dedicated circuit in the nearest power panel location provided. The wiring shall be a minimum of #12 AWG run in Electrical Metallic Tubing (EMT) for indoor applications and Ridged Metal Conduit (RMC) for outdoor applications according to the National Electrical Code (current edition). 4.1.3 The signal array control units shall function as slaves to the MCP located in the main lobby and provide a feedback response. The control logic shall communicate with the MCP via a radio link. The lamp control electronics unit shall also include a self-test function. 4.2 Master Control Panel (MCP): The MCP shall be designed to mount to a wall at the FRC-East security area. The control electronics shall be housed in a NEMA 12 or 1 rated steel enclosure. The enclosure size shall be approximately 12 x12 x 8 and shall be configured for installation on a vertical surface. It shall include a cover latch and a label clearly showing identifying number for each switch and any status lamps associated with the switch. A name for the device and its associated equipment shall be on the label as well so that operators have an understanding of its use. The MCP shall include a 6 long three-prong power cable for connection and may be hardwired with conduit if needed. An RF jack shall be included at the top of the enclosure for connection of the antenna cable to the box so room has to be allotted to connect the cable. 4.2.1 The MCP shall include a standard three-prong plug for connection to a nominal 120VAC single phase supply. 4.2.2 MCP Electronics/Logic shall have sufficient control to change the state of the arrays, either through a toggle switches, rotating switches, or push button controls. Status for all of the arrays shall be provided to the security officer by either indicator lamps or Liquid Crystal Display (LCD) for each field point, on the front of the MCP. Indications shall be able to show if operation and response is normal or if there is a communications problem between the MCP and any point in the system. 4.3 The Radio Control Link (RCL) consists of one centrally located transmitter and four (4) radio receivers, one located with each of the array control units. 4.3.1 MCP Radio Control Link (RCL) transmitter shall be linked to the MCP using a spread spectrum radio link of a 900-930 MHz operating frequency. The radio shall be of low wattage output and shall not require a license for operation. The radio shall use a Frequency Hopping Spread Spectrum (FHSS) radio protocol to minimize interference with other frequency radios. The antenna shall be an Omni-directional whip with a stainless steel mounting bracket. The location of the antenna shall be mounted at the highest point on building 137 and connected to the radio transmitter. The antenna can be collocated with other antenna types already mounted at that location. The contractor shall verify that the RCL frequency and physical mounting characteristics do not interfere with other existing systems. The contractor shall conduct a field strength analysis and spectrum analysis of the RCL and submit the finding to the Spectrum manager MCAS Cherry Point at time of installation. The transmitter can be collocated with the MCP or located remotely but must have direct control from the MCP. A data cable between the radio and the MCP shall be included. In the event that multiple systems are collocated the radio hop sequence shall be field adjustable with programming software, straight data cable and a laptop computer. 4.3.2 The Signal Light Array (SLA) assembly control units shall be linked to the MCP using a spread spectrum radio link of a 900-930 MHz operating frequency. The radio shall be of low wattage output and shall not require a license for operation. The radio shall use a Frequency Hopping Spread Spectrum (FHSS) radio protocol. The antenna shall consist of a Yagi antenna with a 1 EMT mounting bracket. A radio cable between the radio and the control unit shall be included. In the event that multiple systems are collocated the radio hop sequence shall be field adjustable with programming software, straight data cable and a laptop computer. 5.0 Additional Characteristics: 5.1 After contract award the contractor shall conduct a site survey to determine the exact locations and configurations of the system and its components. 5.2 The Contractor shall supply a complete equipment manual to include: a) Basic system theory and system overview. b) A description of all the system components and their basic function including a troubleshooting and maintenance guide. This shall include drawing or illustrations throughout to support and clarify any text. c) A complete appendix on all of the components used in the system. A complete list of spare parts and information to procure them. d)A quick start programming instructions. e)A complete listing of technical support for the system including phone/FAX numbers and email. 5.3 After installation, the Contractor shall provide training for up to twelve (12) operators and repair personnel on the operation and repair of the system. 5.4 The Contractor shall supply all labor and equipment to complete this task. 5.5 The Government will provide the direction and access necessary to the panels required to provide the power for the arrays, control panels, and transmitting system. 5.6 The Contractor shall verify proper hookup of all components (mechanical & electrical). 5.7 Electrical System:The complete installation and wiring shall be in compliance with applicable requirements of NFPA 70 and NFPA 79. All components of the Severe Weather Notification System shall be designed to operate on 115 VAC facility power. 5.8 Safety:The Contractor shall abide by all current Federal, State, and FRC East safety laws. Rules and regulations when performing work within the confines of FRC East. (Reference: 29 CFR 1926 and EM 385-1-1) 5.9 Hazardous Material:The Contractor shall follow FRC EAST INSTRUCTION 5090.1H, Chapter 3 dated June 7, 2006 for appropriate spill response procedures and proper handling and disposal of hazardous waste. 5.10 The Control of Hazardous Energy (Lockout / Tagout):The Contractor shall provide a written procedure for locking out all energy sources in accordance with 29 CFR 1910.147 within 20 days after contract award. The written procedure shall be included in the equipment manuals. The written procedure shall include color pictures of all energy sources and the associated lockout component. 5.11 Contractor Responsibilities:The Contractor is responsible for and: a)Shall perform start up tests to ensure complete system operation per purchase description and acceptance by the Government. b)Confirm that all four arrays are operating per the purchase description. All the lights, along with flashers, and other controls are responding to changes in state as indicated from the MCP at Post #1. c)Confirm the paging system is operating correctly and that the frequency band is within parameters and there is no interference with any other frequency used within the FRC East or Cherry Point operating area. Confirm the antenna system is operating correctly. d)Confirm the MCP is operating per purchase description requirement and subject to Government acceptance. 5.12 Final Acceptance Test:The Contractor shall conduct a final acceptance test consisting of 16 consecutive hours each day for two (2) consecutive days without unplanned, unexpected interruption. The Contractor shall operate the system for 16 consecutive hours, during first shift and second shift on a production day (Monday through Friday, 0700 2300). Any unplanned unexpected interruption in operation of the system during any portion of the two (2) 16 hour periods shall be cause for restart of the entire 16-hour period. The Contractor shall take hourly readings, recording all data currently listed on FRC East log sheet for the subject system. A copy of all subject readings, alarms, and a written summary of all corrections performed by the Contractor shall be provided to the Government within 5 days of Government acceptance. a)The Government acceptance of the Severe Weather Notification System is contingent upon satisfactory completion of all items stated in this purchase description. 5.13 Warranty: The contractor shall provide at least their standard commercial warranty. A minimum of one year warranty is desired by the Contractor on parts and labor provided by this purchase description. The warranty shall start after satisfactory completion of the Final Acceptance Test. The warranty shall cover all costs (i.e., labor, travel, meals, hotel, parts, freight, materials, equipment, supervision, and transportation expenses). Upon notification of a discrepancy covered by the warranty, the Contractor shall arrive at the depot within 48 hours to initiate repairs. 5.14 Schedule for Completion: Delivery, installation, testing, and training of the subject Weather Notification System shall be completed within 45 calendar days from date of Contract award. (vii) Vendor s quote shall include their quoted firm-fixed unit price and technical solution for the Severe Weather Notification System. The vendor shall describe in detail and provide adequate technical information that demonstrates how their quoted product meets or exceeds the minimum requirements of the Purchase Description. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable quote is a quote that demonstrates that the quoted product meets or exceeds all technical requirements set forth herein. (viii) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (ix) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFAR 252.211-7003 Alt 1, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. (x) The following clause is hereby incorporated in full-text and is to remain in full force in any resultant purchase order: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (End of clause) (xi) Additional purchase order requirements and terms and conditions which shall be incorporated into any resultant purchase order: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, social security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) ACCESS TO FLEET READINESS CENTER-EAST Access to FRC East: For security purposes, contractors wishing to visit the FRC East facility are required to provide a letter requesting access. The letter should be on official company/activity letterhead and must be signed by an official of the requesting organization (other than the visitor). FRC East visit requests must include the following information: Name of Visitor (Last, First, MI) Date and Place of Birth Proof of Citizenship (requests from non-U.S. citizens must be accompanied by legible copies (front and back) of work card showing expiration date. FRC East point of contact and telephone number Date and duration of visit Company telephone and FAX numbers and contract number and dates Contract number: (c) Visit requests must be addressed to: Commanding Officer Attn: Visitor Control (Code 6.5.2) Fleet Readiness Center East PSC Box 8021 Cherry Point, NC 28533-0021 (d) Visit request must be faxed to 252.464.8867 at least three (3) working days prior to the visit. (e) Additional information regarding access to the Air Station and FRC East is available by phone at 252.464.7397 or by accessing the FRC East web-site at https://www.navair.navy.mil/frce/visinfo.html. Failure to submit the proper visit request information may result in denial of access to the facility. 2. The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor s center adjacent to the main gate. 3. Contractors are required to wear personal protective equipment (PPE) consisting of hearing protection, eye protection, and safety shoes. PPE will not be provided by the facility. Contractor representatives without the appropriate PPE will not be allowed access to the facility. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xii)This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9E. (xiii) Quotes submitted in response to this notice must be received no later than 3:00 p.m., EST on 29 July 2011. Quotes may be e-mail to james.m.rhodes@usmc.mil ; faxed to 252.466.3452, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST. (xiv) Points of Contact for information regarding this solicitation: James Rhodes, Contract Specialist, Phone 252.466.2895, Fax 252.466.3452, Email james.m.rhodes2@usmc.mil. or Sherry Kelly, Contracting Officer, Phone 252-466-2846, Fax 252.466.3452, Email sherry.kelly@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611QK202/listing.html)
 
Place of Performance
Address: Fleet Readiness Center-East, Cherry Point, NC
Zip Code: 28533
 
Record
SN02520871-W 20110805/110804000057-191d673995201c90c09e80a4d431c1e9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.