Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

59 -- Dow-Key Coaxial Switches - Brand Name Solicitation - Brand Name Justification and Approval

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF041234A001
 
Archive Date
10/11/2011
 
Point of Contact
SHELLEY DAVIS, Phone: 7572257713, Ryan D. Bradley, Phone: 757-225-6197
 
E-Mail Address
shelley.davis@langley.af.mil, ryan.bradley@langley.af.mil
(shelley.davis@langley.af.mil, ryan.bradley@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification and Approval (J&A) for Dow-Key Microwave coaxial switches COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100%, small business (SB) set-aside. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, effective 04 Aug 2011. The government requires the following items, as described below. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 423690 with a small business size standard of 100 employees. 1. Description: Coaxial Transfer Switch; Item # 3002400 2 EA Mfg. P/N 411CJ-6808; Manufacturer: Dow-Key SP6T Coaxial Switch (terminated); Item #: 3002401 2 EA Mfg. P/N: 461CJ-980803; Manufacturer: Dow-Key SPDT Coaxial Switch; Item #: 3002402 1 EA Mfg P/N: 521JU-680803; Manufacturer: Dow-Key SP6T Coaxial Switch, Item #: 3002405 1 EA Mfg P/N: 565J-9808; Manufacturer: Dow-Key SP4T Coaxial Switch; Item # 3002406 1 EA Mfg P/N:545J9808; Manufacturer: Dow-Key SPDT Coaxial Switch (terminated); Item 3002402 1 EA Mfg P/N: 521JU-680803; Manufacturer: Dow-Key SP7T Switch (15 V, TTL, terminated); Item # 3001828 1 EA Mfg P/N: 571J-590803A; Manufacturer: Dow-Key SPDT Switch (15 V, TTL); Item #: 3001827 1 EA Mfg P/N: 521JU-220802A; Manufacturer: Dow-Key Delivery is required 30 days after receipt of award. See paragraph 4 for delivery schedule. FOB: Destination Shipping should be included in the vendor's quote. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and none of these products will have a negative impact on the warranties of associated system components. 3. Evaluation: Award will be made on the basis of the lowest priced quote meeting the requirement. Delivery must be in full by the required delivery date. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. Incomplete quotes will not be evaluated and will be rejected. 4. Delivery Location(s): As stated above in paragraph 1. Prices must be submitted based on FOB Destination CONUS and OCONUS which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Nasittug Corporation Bldg 109 - 22 Wing-CFB North Bay Hornell Heights, Ontario, Canada P0H 1P0 Attn: John Fava (705) 494-2011, x 2947 5. The following Provisions and Clauses are applicable: 52.212-1 Instructions to Offerors - Commercial 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ 52.212-4 Contract Terms and Conditions - Commercial Items 52.247-34 F.O.B. Destination 252.212-7000 Offeror Representations and Certifications - Commercial Items (JUN 2005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.246-7000 Material Inspection and Receiving Report 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): [http://farsite.hill.af.mil/vffara.htm] (End of Provision) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (August 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). ___ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (8) [Reserved] _X_ (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (10) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (12) (i) 52.219-9, Small Business Subcontracting Plan (July 2010) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (14) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (15) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). __ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). __ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). ___ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (31) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (32) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (38) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (41) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (43) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.252-2 Clauses Incorporated by Reference 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): http://farsite.hill.af.mil/vffara.htm 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Eric Thaxton, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: eric.thaxton@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (END OF CLAUSE) Invoicing Instructions - Wide-Area Work Flow 1. All vendors/contractors must utilize the Wide Area Work Flow (WAWF) system for certification and payment of invoices. Please note that various codes need to be identified on the contract award document (SF 1449) before entering data in the WAWF system. These codes function like zip codes and will route our invoice to the proper destinations for certification and payment. The following is a summary of the codes, (DoDAAC is Department of Defense Activity Address Code). a. CAGE Code - identifies contractor information (may be found in block 17a) b. Admin/Issued By DoDAAC: FA4890 - identifies the administering Contracting Office - ACC CONS (may be found in block 9, "Issued by"). c. Inspected By/Ship To/Deliver To DoDAAC: F2QT32 - identifies Inspected By & Ship To & Delivery To DoDAACs. Leave the EXT block blank. d. Pay DoDAAC: F67100 - identifies paying office, DFAS Limestone (may be found in block 18(a), "Payment will be made by"). 2. The WAWF system will ask for additional information not previously required for invoicing which includes: a. Inspection/Acceptance Points on the "Create New Document Screen" in WAWF: Mark D for Destination in both Inspection and Acceptance. b. Shipment Number/Shipment Date: In WAWF under the "Header" tab of the Create New Document Screen you will find a shipment number and shipment date block. We recommend the shipment number entered be sequential beginning with each fiscal year (i.e. invoice for Oct would be shipment 1, invoice for Nov would be shipment 2, and so on) and shipment date may be date of invoice. c. Stock Number: Type N/A in this space d. Type: FT (for commodities), SVS (for services), etc 3. Contractors must prepare a combination invoice/receiving report electronically in WAWF. This will enable the invoice to be routed to DFAS at the same time the receiving report is routed to the customer (ACC DP), or as stated in the order for certification. 4. Invoices for cost reimbursable CLINS (i.e. Travel Costs) may also be submitted via WAWF, however, supporting documentation to validate costs billed must be electronically sent to HQ ACC AMIC/PKA and customer stated in Delivery Order. 5. HQ ACC AMIC/PKA will continue to serve as the liaison for payment issues. While we will no longer approve invoices, we will be able to monitor payment actions. Any questions regarding WAWF should first be directed to the Contract Manager or Contracting Officer to be resolved. 6. Contractor shall submit an email notification to the contract manager once an invoice/receiving report has been put into WAWF so that he/she can monitor payment action. After you have completed processing the invoice within WAWF you will be taken to a screen showing who is receiving email notification from WAWF. On this screen you will see a line stating Add Additional Email Notification. This allows you the opportunity to type in an email address. Once you have typed this address the persons name will stay with the contract until completion so you will not have to retype this name each time you input a new invoice. This person will receive an email notification each time you input an invoice against this contract. 6. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 7. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule). To have a quote considered for award the contractor vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" quote and removal from award consideration. Partial shipments are not acceptable. Contractor quotes should be valid for at least 30 days from close of this announcement. Quotes will be accepted via email only. Email shelley.davis@langley.af.mil and ryan.bradley@langley.af.mil, NLT 26 September 2011, 1:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Contract Specialists, Ms. Shelley Davis, Phone: 757-225-7713 or Mr. Ryan Bradley, Phone: 757-225-6403 or at the above emails. Recommend that you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF041234A001/listing.html)
 
Place of Performance
Address: 7107 Route Transcanadienne, Suite 423, St. Laurent, QC, Canada H4T 1A2, St Laurent, Non-U.S., Canada
 
Record
SN02590450-W 20110925/110923235918-23bac916b7b8bb335ccf494198d30dc4 (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.