Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

J -- Combined Synopsis Solicitation for Fitness Equipment Maintenance

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-14-T-0019
 
Response Due
8/4/2014
 
Archive Date
9/21/2014
 
Point of Contact
Bryan Baldwin, 406 324 3405
 
E-Mail Address
USPFO for Montana
(bryan.j.baldwin.mail@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request is a hundred percent set aside for small business (SB) concerns. The NAICS code is 811310 and size standard is $7.5M. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. A.PERFORMANCE WORK STATEMENT (PWS) FOR FITNESS EQUIPMENT MAINTENANCE 1.0. SCOPE OF WORK. The contractor shall perform the following services to the exercise equipment listed in Appendix (A). The contractor shall provide all, labor, personnel, tools, parts, supervision, and items necessary to inspect, and repair equipment in the Fitness Centers as defined in this Performance Work Statement (PWS). The equipment listed in Appendix (A) is subject to change as equipment will be updated on a yearly basis. All equipment shall be maintained in accordance with the manufacturer specifications. Preventative and remedial maintenance shall consist of cleaning, lubrication, and adjustment and replacement of worn, defective parts to maintain each piece of equipment listed in Appendix (A). All replacement parts required to maintain equipment will be ordered within 72 hours after the initial service call. 1.1. DESCRIPTION OF SERVICES. 1.1.1. SERVICES TO BE PERFORMED. Services shall be performed at the locations listed in 1.2.6.1. There will be 15 different locations in all to be serviced. The addresses/locations of each of these centers are listed in 1.2.6.1. These services include performance of the following tasks in accordance with the specific manufacturer's recommendation: 1.1.1.1. The inspection, proper operation, and detection/correction of equipment defects. 1.1.1.2. The lubrication and adjustment of all moving parts, belts, cables, guide rods, and any other items recommended or required by the manufacture. 1.1.1.3. On a quarterly basis, the interior cleaning of all cardiovascular equipment. 1.1.1.4. Ordering of replacement parts and the installation of repair parts. Repair parts not on hand will be ordered not more than 72 hours after the initial service call. If not already covered under manufacturer's commercial warranty, all replacement parts shall be new factory warranted items. The Contracting Officer's Representative (COR) may approve any rebuilt replacement part prior to its purchase or installation. 1.1.1.4.1. If the ordering and installation of replacement parts will cost more than $500 per transaction, there must be written approval from the COR before ordering the parts. The COR reserves the right to require the contractor to provide quotes from at least two (2) different vendors to compare the contractor's price on parts over $500, to ensure the price being paid is fair and reasonable. 1.1.1.5. The calibration of all electronics components. 1.1.1.6. Repair/replace worn or torn upholstery. The covering must be within the specifications of the manufacturer and match the color of the existing upholstery. 1.1.1.7. Technicians will maintain a service log detailing the maintenance, repair and/or replacement of parts for each piece of equipment. This log will include: - manufacturer - serial number - item name - unit I.D. number - date work performed - description of work performed - cost of repair and parts installed. A copy of this log will emailed to the COR quarterly. 1.1.1.8. ROUTINE SERVICE CALLS. Preventive maintenance shall be accomplished within the prescribed time frame as recommended by manufacturer. 1.1.1.8.1. The contractor must set up a regular schedule with each of the facility managers (POC) for regular maintenance within 14 calendar days of contract award. 1.1.1.8.2. Contractor must contact POC a minimum of 7 working days before arriving on site for regular service to make sure someone will be at the facility on the actual schedule service day. Both Ft. Harrison fitness centers (workout center in HAFRC Bld. 01900 and Fit to Win Center Bld 00069 shall be serviced on a quarterly basis. All other locations will be serviced biannually. Regular maintenance will not be schedule on the Federal Holidays listed in paragraph 1.2.4. of this PWS. 1.1.1.9. Contractor will be responsible for knowledge of maintaining manufacturer technical specifications on all brands/models of equipment covered under this contract. 1.1.1.10. EMERGENCY SERVICE CALLS: Contractor must respond to emergency service calls within 72 hours of the call. 1.2. GENERAL INFORMATION. 1.2.1. Contractor Personnel. The contractor shall have the experienced personnel to perform services specified within this PWS. Contractor personnel shall be certified by the manufacturer of the equipment. The contractor must identify the technicians to be assigned to the contract by name. Technicians shall: 1.2.1.1. Have specialized experience maintaining and repairing commercial grade fitness equipment to include, but not limited to Life Fitness and Body-Solid, Contractor must provide these certificates with proposal. 1.2.1.2. Contractor shall be responsible for maintaining documentation of manufacturer's specifications for all equipment listed in Appendix (A). 1.2.1.3. Have the ability to consult with manufacturer service and maintenance representatives. 1.2.1.4. Only new original equipment manufacturer standard parts are to be used in repairs. Gray market parts are not authorized. 1.2.1.5. The Contracting Officer (KO) will designate in writing those personnel authorized to place service calls and sign Receiving Reports for work performed and parts used. This personnel will be the COR. 1.2.1.6. The contractor shall provide the government with a primary and an alternate point of contact to receive repair service requests and make arrangements for them to receive this requirement via telephone and email. 1.2.2. Hours of Operation. All work shall be performed between the hours of 0800 hours to 1630 hours, Monday through Friday, excluding recognized federal holidays listed in 1.2.4. 1.2.3. Work Schedule. The contractor shall submit its planned work schedule to the KO and the COR within 14 calendar days upon award of contract. This schedule must specify the day of the week that the services are to be performed. The schedule is subject to approval by the COR. Changes to the work schedule will be coordinated with and approved by the facility POC. The contractor is advised that events such as exercises, state active duty, or other activities may require the contractor to change its schedule. Although the government will make reasonable efforts to provide advance notice, in some circumstances, adequate notice may not occur. Such schedule changes shall not be grounds for a claim against the government. 1.2.4. Recognized Holidays. The contractor is not required to provide service on federal holidays, except in emergency situations; the holidays are: New Year's Day - 1 January Martin Luther King Day - 3rd Monday in January Washington's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December If these holidays fall on Saturday, the preceding Friday shall be observed. If these holidays fall on Sunday, the following Monday shall be observed. If a holiday falls on a scheduled service day, the contractor shall be responsible for rescheduling services for the first day post holiday observance, per arrangement with the COR.. 1.2.6. Contractor Sign-In. When performing work at any of the fitness center locations, the contractor must report to the facility POC and sign in the sign-in log. This is to ensure the POC and COR is aware of the contractor's presence and to provide documentation of work being performed. Below are the addresses for each fitness facility locations: 1.2.6.1. Anaconda- 101 North Polk St, Anaconda, Mt. 59711 Belgrade- 350 Airport Rd., Belgrade, MT 59714 Billings- 2915 Gable Rd, Billings, MT 59102 Butte- 600 Gilman Ave, Butte, Mt 59701 Culbertson- 821 6th Ave E, Culbertson, MT 59218 Glasgow- 81 Airport RD, Glasgow, MT 59230 Hamilton- 910 West Main Street, Hamilton, MT 59840 Helena- 1956 Mt Majo St, Ft Harrison, Helena, MT 59636 Helena- Fit to Win Center Bld 00069, Ft Harrison, MT 59636 Kalispell- 2989 Hwy 93 North, Kalispell, MT 59901 Libby- 1004 Treasure Ave, Libby, MT 59923 Livingston- 24 Fleshman Creek Rd, Livingston, MT 59047 Malta- 1008 US HWY 191 So, Malta, MT 59538 Missoula- 9383 Running W Road, Missoula MT 59808 Sidney- 2190 West Holly, Sidney, MT 59270 1.2.6.2. The list of POC with contact information will be provided upon award of the contract. 1.2.7. Contractor Identification Badge. Contractor personnel shall display a contractor badge at all times and in plain view. 1.2.8. Appearance. Contractor personnel shall present a professional, conservative, and neat appearance. Contractor personnel shall report for duty in a professional manner, in appropriate attire and having complied with socially acceptable standards of personal hygiene. 1.2.9. Communication. Contractor personnel shall maintain open and professional communication with all military members and DOD civilians. Complaints will be reported in writing to the KO and the contractor for action. Failure of the contractor to correct validated complaints by the POC or COR will be considered a failure to perform. 1.2.10. Conflict of Interest. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The contractor shall not employ any person who is an employee of the Montana Army or Air National Guard, either military or civilian, unless such person seeks and receives approval in accordance with (IAW) Department of Defense (DoD or DD) Directive 5500.7. If prior military, must have been discharged under honorable conditions with no administrative discharge actions taken against them. 1.2.11. Security Requirements for Unclassified Contracts. 1.2.11.1. Listing of Personnel. The contractor shall maintain a current listing of personnel. The list shall include the name of personnel, social security number and contact phone number. The list shall be validated and signed by the company owner. An updated listing shall be provided when any personnel's status or information changes. 1.2.13.4. Access to Armories. 1.2.13.4.1. The contractor shall comply with all Federal and State security and base access requirements that are contained in this clause. Contractor personnel shall be required to display identification badges. Anticipate delays in getting commercial vehicles on base and allow time for commercial vehicles to reach their destination by driving designated routes at posted speed limits throughout the base. Procedures for commercial vehicle access to the base are subject to change without prior notice. 1.2.14. Traffic Laws. The contractor shall comply with the installation traffic code as specified in Montana State Law and Ft Harrison command policies. 1.2.15. Weapons, Firearms, and Ammunition. Contractor personnel are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on any Government Facility. 1.2.16. Physical Security. The contractor shall safeguard all government property, including controlled forms provided for contractor use. At the close of each work period, government equipment, facilities, assets and materials shall be secured. 1.2.17. Contractor Furnished Items and Services. The contractor shall furnish everything required to perform this contract in accordance with (IAW) all of its terms. It is the contractor's responsibility to ensure their contractor personnel are familiar with and understand the contents of this PWS as well as the company's handbooks/handouts, etc. prior to beginning work. 1.2.18. Smoking in Government Facilities. Smoking is prohibited in all Federal and State facilities. Contractor personnel and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. SECTION 2 2.0. SERVICES SUMMARY (SS). The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally acceptable levels of service required for each requirement. The SS and the contractor's Quality Control Plan (QCP) provide information on contract requirements, the expected level of the contractor's performance and the expected method of government surveillance and confirmation of services provided. These thresholds are critical to mission success. Procedures as set forth in the Federal Acquisition Regulation (FAR) 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance, will be used to remedy all deficiencies. The absence of any contract requirements from the SS shall not detract from its enforceability nor limit the rights or remedies of the government under any other provision of the contract, including the clauses entitled quote mark Inspection of Services quote mark and quote mark Default. quote mark The government has the right to inspect all services required in the contract. Schedule of services is included as an attachment to this solicitation. 2.1. Performance Evaluation. The purpose of the Services Summary is to define performance evaluation. The Performance Objective (column 1) describes what the government will survey. Performance of a service will be evaluated to determine whether or not it meets the Performance Threshold (PT) of the contract. When the PT is exceeded, the COR will document the file with a Corrective Action Report (CAR) or a Performance Assessment Report (PAR) and forward these documents to the Contracting Officer for his determination if further action is necessary. 2.1.1. The government will conduct surveillance of contractor quality through the use of a Quality Assurance Surveillance Plan (QASP). QASP is included as an attachment to this solicitation 2.1.2. If any of the services do not conform to contract requirements, the government may require the contractor to perform the services again in conformity with contract requirements at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the government may: 2.1.2.1. Require the contractor to take necessary action to ensure that future performance conforms to contract requirements; 2.1.3. Government Remedies. The government may exercise its rights under FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (July 2013), for contractor's failure to correct nonconforming services. 2.2. Quality Control. The contractor shall develop and maintain a complete quality control program for the performance requirement of this contract to ensure services are performed in accordance with this contract and PWS. The program/plan shall identify a quality control inspector and phone number with whom the government can discuss quality issues. A written Quality Control Plan (QCP) shall be submitted to the KO for review and feedback. The contractor shall submit the QCP to the Contracting Officer NLT 30 business days after contract award. Once reviewed and feedback provided, the QCP shall not be changed without prior review by the KO. The contractor shall develop and implement procedures to identify, prevent, and ensure non-performance and continual repeat of defective service does not occur. The plan shall specifically address the contractor's strategy to provide quality workmanship; continual process improvement; preventing deficiencies and for correcting deficiencies as required. The contractor shall ensure that the following issues are addressed in their QCP: 2.2.1. A description of the methods to be used for identifying and preventing defects in the quality of service performed. 2.2.2. A description of how the records will be kept. Records must document all inspections and corrective or preventive actions taken. 2.3. Quality Assurance. The government shall inspect and evaluate the contractor's performance to ensure services are received IAW requirements set forth in this contract. The COR shall inspect by watching actual task performance, physically checking an attribute of the completed task, checking a management information report, investigating customer complaints, or otherwise inspecting the task or its results to determine whether or not performance meets the standards contained in this PWS. Only one (1) method will be used at a time to evaluate a listed service during an inspection period for payment computation purposes. The COR will record surveillance results. Results of the surveillance then become the official Montana Army National Guard record of the contractor's performance. When a performance threshold has not been met or contractor performance has not been accomplished, the COR will initiate and provide the contractor with a CAR, PAR or a Contract Discrepancy Report (CDR). The contractor shall respond to the report IAW instructions provided and return it to the COR within the suspense date on the form or ten (10) calendar days of receipt. 2.3.1. Failing to meet the performance threshold as outlined in the SS for any of these performance objectives in any one (1) month period shall result in an immediate progress meeting with the CO and other government personnel. 2.3.2. Failing to meet the performance threshold as outlined in the SS of these performance objectives in any combination for any two (2), or more consecutive or non-consecutive months during a contract period shall result in a warning or letter of concern from the CO. 2.3.3. All remedies shall be in accordance with the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance. 2.4. Surveillance Methods. 2.4.1. 100 Percent Inspection. This method requires the COR to inspect the service each time it occurs. The COR will use the Quality Assurance Surveillance Checklist (QASC) during inspection. The COR's inspection will be on items identified in the Services Summary as 100% Inspection as the Method of Surveillance and the results of the inspection will be documented on the checklist. Any deficiency shall be documented and the contractor shall re-perform service immediately, if appropriate, or within the criteria described in the SS. at no increase in contract amount. Any unsatisfactory inspection identified but re-performed acceptably shall still be counted as an unsatisfactory inspection for trending purposes. 2.4.2. Periodic Surveillances. This method requires the COR to employ a quote mark spot check quote mark style of evaluation based on the contractor's schedule. Periodic surveillances will be conducted quarterly and may be adjusted, based on quality trends. Any unsatisfactory inspection (defect) result shall be recorded, and the contractor shall re-perform the service within the time frame listed in the Service Summary contained in this PWS, after notification by the COR. 2.4.3. Customer Complaint. This method requires the customer to fill out a Customer Compliant Record (CCR) or a locally generated form provided by the COR or CO. The COR will validate the complaint and notify the contractor of valid complaint(s). The contractor shall acknowledge the complaint within two (2) working days and inform the COR of its recommendation. Any deficiency shall be documented and the contractor shall re-perform service immediately, if appropriate, or within the time frame listed in the Service Summary contained in this PWS at no increase in contract amount. The contractor shall respond to the Customer Complaint in accordance with the instructions provided and return it to the COR within five (5) calendar days of receipt. Any unsatisfactory inspection identified but re-performed acceptably shall still be counted as an unsatisfactory inspection. 2.5. Performance Evaluation/Periodic Progress Meetings. The KO, Contract Administrator, COR, other government personnel as appropriate, and the contractor shall periodically meet to discuss the contractor's performance. The contractor may request a meeting with the KO when deemed necessary. Meetings will be documented in the contract file with written minutes signed by the KO, the contractor and any other signatures as deemed appropriate. The signed minutes will be distributed to the functional area and the contractor. 2.5.1. The following issues shall be discussed: opportunities to improve the contract; any modifications required of the contract; unsatisfactory inspections and trends against each performance objective; observed positive performance; and steps taken by the contractor to prevent unsatisfactory occurrences in the future. The contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. 2.5.2. Should the contractor not concur with the minutes, the contractor shall provide a written response to the CO within ten (10) calendar days of receipt of the minutes identifying areas of non-concurrence for resolution. 2.6. Government Receipt and Acceptance of Goods. B. INSURANCE REQUIREMENTS: In accordance with Federal Acquisition Regulation (FAR) 28-307-2 and FAR Clause 52.228-5, the following minimum coverage shall apply to this contract. (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statues. If occupational diseases are not compensable under those statues, they shall be covered under the employer's liability section of the insurance policy except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive of monopolistic funds that do not permit worker's compensation to be written by private carriers (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile liability. Automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Contractor shall also provide a technical narrative describing their technical capability to perform the services in the performance work statement. Proposal shall also include proof of insurance. C. Questions and Answers. Email all questions to MAJ Bryan Baldwin, bryan.j.baldwin.mil@mail.mil. Questions must be received no later than 4:00 pm MST 28 July 2014. Answers will be provided with questions on a non-attribution basis and will be posted as an amendment to this solicitation. C. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If services from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation-Commercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2010 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-41 Service Contract Labor Standards NOV 2007 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1998 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: MAJ Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than August 4, 2014 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil with the same deadline. If you have any questions, please contact MAJ Bryan Baldwin at 406-324-3405 or email bryan.j.baldwin.mil@mail.mil Appendix A - Fitness Equipment List 2014 Purchase Monark Exercise Bike, Mfr Part No: 828E, will be in the following locations: Anaconda 1ea Billings 1ea Belgrade 1ea Butte1ea Culbertson1 ea Glasgow1ea Helena2ea Kalispell1ea Libby1ea Livingston1ea Malta1ea Missoula1ea Sidney1ea TOTAL 14 ea CLSX Life Fitness Integrity Treadmill, Mfr Part No CLSX: will be in the following locations: Anaconda 1ea Culbertson1ea TOTAL2 ea CLSX Life Fitness Integrity Series Classic Elliptical, Mfr Part No CLSX will bein the following locations: Anaconda1ea Culbertson1ea Hamilton1ea TOTAL3 ea Body-Solid cable crossover machine with 235lb stacks Mfr Part No SCC1200G/2: will be in the following location: Helena 1ea (Fit to Win Center Bld 00069) 2013 Purchase CLST Life Fitness Integrity Cross Trainer, Part No CLST, is in the following locations: Butte1ea Lewistown1ea TOTAL2 ea CLSR Life Fitness Recumbent Lifecycle Bike, Mfr Part No CLSR, is in the following location: Butte1 ea CLST Life Fitness Treadmills, Mfr Part No CLST, is in the following locations: Anaconda1ea Belgrade3ea Butte1ea Hamilton1ea Helena5ea (HAFRC Bld 01900 Ft Harrison) Helena5ea (Fit to Win Center Bld 00069 Ft Harrison) TOTAL16 ea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-14-T-0019/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN03434424-W 20140725/140723234847-87a1b37546973780af000726c1297af0 (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.