Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

D -- Local Telecommunications Services for Mountain Home AFB, ID - Package #1

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-14-R-0068
 
Archive Date
9/6/2014
 
Point of Contact
Jackie Henn, Phone: 405-734-9671, Aimee T. Richard, Phone: 405-734-5353
 
E-Mail Address
jacqueline.henn@us.af.mil, Aimee.Richard@us.af.mil
(jacqueline.henn@us.af.mil, Aimee.Richard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Mt Home AFB, ID Sch B Mt Home AFB, ID Appendix10 Mt Home AFB, ID SOW (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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. (ii) Solicitation Number is FA8773-14-R-0068. The solicitation is issued as a Request for Proposal (RFP) IAW FAR Parts 12 and 13, utilizing the test procedures in FAR subpart 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. (iv) This acquisition will utilize full and open competition; there are no set asides for small businesses. For this acquisition, a concern will be considered small under NAICS 517110 with size standard of less than 1500 employees. (v) The contract line item numbers and items, quantities and units of measure pertaining to this requirement are identified on the Schedule B. The scope of the work to be acquired is set forth in the Statement of Work (SOW). The SOW and Schedule B are available for download via www.FBO.gov. (vi) 38 CONS/LGCB has a requirement for acquiring local telephone exchange services for Mt Home AFB, ID. Telecommunication services shall include, as a minimum but not limited to: local exchange for ISDN PRI's, transport channels, commercial business lines, directory number and number portability and circuit extensions. (vii) This Communication Service Authorization (CSA) will have a five (5) year period of performance from date of award. (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition along with the following addenda to the provision: 52.212-1 Addendum: (b) Submission of Offers. 1. General Instructions: i. The Offeror's proposal must include all data and information requested herein and must be submitted IAW these instructions. Non-conformance with these instructions may result in an unfavorable proposal evaluation. ii. Interested parties capable of providing the specified services must submit a written offer via email to Aimee Richard, Aimee.Richard@us.af.mil and Jackie Henn, Jacqueline.Henn@us.af.mil. iii. Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Any corrupted file or media containing a virus could result in the offer not being considered for award. iv. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. v. Site Visit and Solicitation Questions. A pre-proposal conference is not scheduled for this site. However, upon request by an offeror, a site visit may be conducted where services are to be performed to identify any general and local conditions that may affect the cost of contract performance. The offeror must notify the Contract Specialist and Contracting Officer noted in paragraph i above (not the Communications Squadron representative or other government representative) of the site visit request by (28 July 2014). If a site visit is conducted, resulting questions and answers will be available to all potential offerors via the FBO.GOV website. Information provided at the site visit shall not alter the terms and conditions of the solicitation and specifications. Offerors shall submit any other questions relating to the solicitation to only the Contract Specialist and Contracting Officer by (4 Aug 2014). Questions received after this date may potentially not be answered due to time constraints of the solicitation. vi. Submit offer as follows: DOCUMENT CONTENTS FILE FORMAT Volume One Technical Proposal PDF or.doc Volume Two Past Performance PDF or.doc Volume Three Pricing and Contracting PDF or.doc and.xls 2. Specific Instructions for Volumes One, Two, and Three: i. Volume One -- Technical Proposal (Do not exceed ten pages). An altered Government SOW submitted as Volume One Technical Proposal is not appropriate and will be considered technically unacceptable. Address the Technical Proposal subfactors as follows: Subfactor 1 - Provider Capability Provide evidence of being a telecommunications company that owns most of its own facilities such as switching equipment, transmission lines and infrastructure, having the capability to provide Primary Rate Interfaces (PRI), Direct Inward Dial (DID), and number portability. Provide documented evidence of all interconnection agreements and/or leasing arrangements relevant to this effort. Subfactor 2 -Local Communication Services. This subfactor pertains to switch and PBX sites only. Present a sound approach for providing local communication services detailed by a SITE-SPECIFIC diagram and descriptive legend that clearly illustrates the Offeror's ability to meet all SOW and Appendix 10 requirements. Reference generic example diagram in Appendix 10. Subfactor 3 - Enhanced 911 Services. Provide a discussion of how the Offeror will interface and comply with State 911 requirements, including Automatic Number Identification (ANI) and Automatic Line Identification (ALI) database updates. The Offeror shall demonstrate how a stable and reliable route will be secured to the 911 bureaus serving the site. ii. Volume Two -- Past Performance Information (PPI) (Do not exceed ten (10) pages). Submit information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. iii. Volume Three (Do not exceed ten (10) pages). A. Contracting Information. (1) Provide the signature block of the individual authorized to make a offer which includes individual's name, title, e-mail address and phone number. (2) Provide cage code, data universal numbering system (DUNS) number, and tax identification number as registered in the System for Award Management (SAM). (3) Organizational Representatives. Provide a listing, in hierarchal succession of the Offeror's points of contact delegated specifically for this requirement. Listing shall include names and titles, phone numbers, fax numbers and email addresses for each representative. List shall reflect both contracting and technical representatives for help desk issues and troubleshooting. (4) Evidence of Certification. Certification shall be IAW Clause 52.212-4 addendum (v)(3). Documentation must be submitted indicating that the Offeror is a local exchange carrier certified by the affiliated state's Public Utilities Commission (PUC) to provide services for this requirement (SPCOA - Service Provider Certificate of Operating Authority, or COA - Certificate of Operating Authority). (5) If the remittance address is different from the mailing address, include all applicable remittance addresses. (6) Written acknowledgement of all applicable solicitation amendments. B. Pricing Information. (1) Schedule B Submission a. Submit completed copy of the Government-provided Schedule B containing the Offeror's proposed amounts. Enter pricing only on the Government Schedule B. Offeror shall NOT alter the Schedule B in any way with the exception of entering pricing. If the Schedule B is found to be altered in any way other than entering pricing, the action will be considered unacceptable and consequently, a reason to reject an Offeror's proposal. Schedule B unit prices shall be limited to two decimal places. b. Identify a CLIN/SLIN (Contract Line Item/Sub Line Item) as "Not Separately Priced" by entering "NSP" in the unit price. Identify a CLIN/SLIN as "No Charge" by entering "NC" in the unit price. c. Include all applicable discounts in your pricing. (2) The US Air Force is a Federal Government entity, and as such, is exempt from certain taxes. Therefore, the offeror/awardee may not propose for any taxes from which the Federal Government is exempt. In reference to CLIN 0004 - "Taxes, Fees and Surcharges" (TFS), offeror(s) must submit the supporting state statutes, local ordinances, regulations, FCC rulings and rates, or other documentation justifying all applicable and allowable taxes, fees, and surcharges. Enter only the amount that is documented as applicable and allowable. Inclusion of any amount that is not documented may render the proposal being rejected. Provide a separate delineation or breakdown of all applicable TFS estimates. (3) Provide a statement specifying that "all pricing in the proposal is Firm-Fixed, with the exception of TFS". (c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 120 days from the date specified for receipt of offers. (e) Multiple offers. If more than one solution to the services is available, Offeror may submit multiple offers for consideration, subject to same page limitations. Multiple offers may not be considered if they alter the Government's requirement. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract. (h) Multiple awards. This award shall be made on an all or none basis. (End of Addendum to Provision 52.212-1) (ix) The provision at FAR 52.212-2, Evaluation of Offers-Commercial, applies to this solicitation along with the following addenda to the provision: 52.212-2 Addendum: Evaluation Criteria. The basis for award will be use of best value in which competing Offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All Offerors shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. Moreover, the government reserves the right to award a CSA for services from an incumbent Local Exchange Carrier (LEC) or other LEC with a universal service obligation for the services required in this solicitation if it is in the best interest of the Government, price and other factors considered, as discussed herein, even if the company has not submitted an offer. Award will be made to the responsible Offeror proposing the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors described below. The evaluation process shall proceed as follows: (a) FACTOR 1 -- TECHNICAL. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following technical subfactors: Subfactor 1 - Provider Capability This subfactor is met when the Offeror provides evidence of being a telecommunications company and owning most of the facilities such as switching equipment, transmission lines and infrastructure, having the capability to provide Primary Rate Interfaces (PRI), Direct Inward Dial (DID), and number portability. Provide documented evidence of all interconnection agreements and/or leasing arrangements relevant to this effort. Subfactor 2 - Local Communications Services. This subfactor is met when the Offeror presents a sound approach for providing local communication services detailed by a SITE-SPECIFIC diagram and descriptive legend that clearly illustrates the Offeror's ability to meet all SOW and Appendix 10 requirements. Reference generic example diagram in Appendix 10. Subfactor 3 - Enhanced 911 Service. This subfactor is met when the Offeror presents a detailed plan for interfacing and complying with State 911 requirements that meets the following criteria: [a] A sound methodology of how the Offeror will comply with State 911 interface requirements for commercial subscriber lines and trunks. [b] A sound methodology of Offeror's process for updating Automatic Line Identification 911 database. [c] A description of alternating routes of 911 (b) FACTOR 2 -- PRICE. All CLINs/SLINs within the Schedule B will be evaluated for award multiplying the estimated quantity times the unit price in the Schedule B and subtracting any applicable considered discount(s) to derive the total evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to compare offered prices with tariff prices of an incumbent LEC or with any other LEC with a universal service obligation for the services required in this solicitation. (c) FACTOR 3 -- PAST PERFORMANCE. In evaluating PPI, the government will employ several approaches including: reviewing contract references provided by the offeror; seeking PPI through the use of questionnaires; as well as using data independently obtained from other Government and commercial sources. Only recent (within the last three years) and relevant PPI (similar or greater in scope, magnitude of effort, and complexity than effort described in this solicitation) will be evaluated. When reviewing PPI, judgment will be used in assessing the probability of success, problems on previous efforts, and the alternatives available to meet the requirements. The assessment process will result in an overall performance confidence assessment rating of the Offeror's ability to satisfactorily perform the services described in this solicitation. The performance confidence assessment will result in an overall performance confidence rating identified with corresponding definition as follows: (A) Substantial Confidence - Based on the Offeror's performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. (B)Satisfactory Confidence -Based on the Offeror's performance record, the Government has an expectation that the Offeror will successfully perform the required effort. (C) Limited Confidence -Based on the Offeror's performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. (D) No Confidence -Based on the Offeror's performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. (E) Unknown Confidence -No performance record is identifiable, or the Offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance (reference FAR 15.3 (a)(2)(iv)). The Government reserves the right to award a contract to other than the lowest priced offer if the lowest priced Offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. If the lowest priced, technically acceptable offer is deemed to have a "Substantial Confidence" performance assessment, the Contracting Officer may determine it to represent the best value to the Government. If so, award shall be made to that offeror without discussions or further consideration of any other offer. (End of Addendum to Provision 52.212-2) (x) Offerors are highly encouraged to complete all Representations and Certifications electronically at the following website: https://sam.gov/. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/. In addition, complete the following addenda to FAR 52.212-3: 52.212-3 Addendum CERTIFICATION TO ACCEPT THE GOVERNMENT PURCHASE CARD (GPC) Certification. If the Government's intent for payment is via the GPC IAW clauses 52.232-36 and 52.212-4, Addendum, paragraph (i) (3), the Offeror must certify that it: ( ) (i) will accept the GPC for payments under this contract. ( ) (ii) will not accept the GPC for payments under this contract. Additional provisions which may not be online at SAM: 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009) (Feb 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (i)(3) Payment. IAW FAR Clause 52.232-36(f), Contractor shall submit invoices for certification to the address identified in G-2 of this CSA. After certification, the office identified in G-2 shall provide the Contractor with GPC information for billing. Payment will be made to the Contractor through a charge to the GPC, at the time and for the amount due IAW the certified invoice. (u) Reporting of Funds. This contractual vehicle is used to authorize local communications services and does not obligate funds. The funded amount(s) indicate the yearly authorization totals for reporting purposes only. (v) Tariff Information. (1) The Contractor shall provide to the Contracting Officer- (i) Upon request, a copy of the Contractor's current existing tariffs (including changes); (ii) Before filing any application to a Federal, State, or any other regulatory agency for new or changes to applicable rates, charges, services, or regulations relating to any CSA or any of the facilities or services to be furnished solely or primarily to the Government; and (iii) Upon request, a copy of all information, material, and data developed or prepared in support of or in connection with an application under paragraph ii above. (2) The Contractor shall notify the Contracting Officer of any application that anyone other than the Contractor files with a governmental regulatory body, which affects or will affect the rate or conditions of services under this contract. These requirements also apply to applications pending on the effective date of this contract. (3) Public Utilities Commission (PUC) Authorization. All Offerors shall be local exchange carriers certificated (Service Provider Certificate of Operating Authority (SPCOA), or Certificate of Operating Authority (COA)) with the state PUC where services are being provided. This contract shall at all times be subject to such changes by the PUC of the state having jurisdiction over the particular site as said Commission may, from time to time, direct in the exercise of its jurisdiction. (4) Rates, Charges, and Services. (i) The Contractor shall furnish the services and facilities under this contract in accordance with- (A) All applicable tariffs, rules, regulations, or requirements; (1) Lawfully established by a governmental regulatory body; and (2) Applicable to service and facilities furnished or offered by the Contractor to the general public or the Contractor's subscribers; (B) A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience including tariff changes with the exception of TFS. If the prices differ from established tariff prices, it is the responsibility of the contractor to either file a special tariff for the contract with the relevant Governmental authorities or make other arrangements to comply with the governmental requirements. The Air Force will not be liable for price increases for failure to follow these requirements. If, during the term of the contract, the TFS change, the contractor must submit supporting state statutes, local ordinances, regulations, Federal Communications Commission (FCC) ruling and rates, etc, for Government verification. A modification will then be issued based upon the newly documented annual TFS. (ii) The Government shall not prepay for services. (iii) Recurring charges for services and facilities shall, in each case, start with the satisfactory beginning of service or provision of facilities or equipment and are payable monthly in arrears. (iv) Subject to the Cancellation or Termination of Orders clause 252.239-7007, of this contract, the Government may stop the use of any service or facilities furnished under this contract at any time. The Government shall pay the contractor all charges for services and facilities adjusted to the effective date of discontinuance. (v) Expediting charges are costs necessary to get services earlier than normal. Examples are overtime pay or special shipment. When authorized, expediting charges shall be the additional costs incurred by the Contractor and the subcontractor. The Government shall pay expediting charges only when- (A) They are provided for in the tariff established by a governmental regulatory body; or (B) They are authorized in a communication service authorization or other contractual document. (vi) When services normally provided are technically unacceptable and the development, fabrication, or manufacture of special equipment is required, the Government may- (A) Provide the equipment; or (B) Direct the Contractor to acquire the equipment or facilities. If the Contractor acquires the equipment or facilities, the acquisition shall be competitive, if practicable. (vii) If at any time the Government defers or changes its orders for any of the services but does not cancel or terminate them, the amount paid or payable to the Contractor for the services deferred or modified shall be equitably adjusted at the time of deferral or change. The Government and the Contractor shall equitably adjust the rates by mutual agreement. Failure to agree on any adjustment shall be a dispute to be resolved IAW FAR 52.233-1, Disputes Clause, which is incorporated by reference in 52.212-4(d) of this CSA. (w) Continuity of Services and Option to Extend Telecommunication Services. (1) This CSA authorizes continuation of services previously authorized on CSA FA8773-98-H-5015-0062. (2) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (3) The Government may require continued performance of any services within the limits and at the rates specified in the contract until cutover is complete. These rates will remain firm fixed price during this process. This provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise this provision by unilateral modification to the contract before 10 days of expiration. (4)The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. (x) Work Orders. Requirements for service provided hereunder will be forwarded to the Contractor through issuance of a local order (DD Form 1367 or a similar form). A local order will also be issued for termination or changes to services. Services provided without a local order are not contractually covered. Services may be ordered only as shown on the CSA Schedule B. Orders must be signed by the Communications Systems Officer or designee. (End of Addendum to Clause 52.212-4) (xii) Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR/DFARS/AFFARS clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.203-3 Gratuities Apr 1984 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 52.222-3 Convict Labor Jun 2003 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-26 Equal Opportunity Mar 2007 52.222-35 Equal Opportunity for Veterans Sep 2010 52.222-36 Affirmative Action for Workers with Disabilities Oct 2010 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2010 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 52.222-50 Combating Trafficking in Persons Feb 2009 52.222-54 Employment Eligibility Verification Aug 2013 52.223-18 Contractor Policy to Ban Text Messaging While Driving Aug 2011 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 252.239-7002 Access Dec 1991 252.239-7004 Orders for Facilities and Services Nov 2005 252.239-7007 Cancellation or Termination of Orders Nov 2005 252.239-7008 Reuse Arrangements Dec 1991 252.239-7011 Special Construction and Equipment Charges Dec 1991 252.239-7012 Title to Telecomm Facilities and Equipment Dec 1991 252.239-7017 Notice of Supply Chain Risk Nov 2013 252.239-7018 Supply Chain Risk Nov 2013 252.243-7002 Requests for Equitable Adjustment Dec 2012 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Nov 2012 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil 5352.201-9101, Ombudsman, Nov 2012. For purposes of this clause, the fill-in is completed as follows: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen: AFICA/KS SCO 150 Vandenberg Street Peterson AFB CO 80914 (P) 719-554-5300 (F) 719-554-5299 Afica.ks.wf@us.af.mil 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012). For purposes of this clause, the fill-in is completed as follows: (b) When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1f05b1636af8c6d165d2657314af212)
 
Place of Performance
Address: 355 Liberator St, Bldg 610, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03433202-W 20140724/140722235002-c1f05b1636af8c6d165d2657314af212 (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.