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

41 -- Climate Control System, C-130 Aircraft - Package #1

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BD4098A002C-130HVAC
 
Archive Date
9/30/2014
 
Point of Contact
Richard Bush, Phone: 210-652-8846, Vivian Fisher, Phone: 210 652-8596
 
E-Mail Address
richard.bush.3@us.af.mil, vivian.fisher@us.af.mil
(richard.bush.3@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Attachment #1 Schedule of Supplies/Services Wage Determination 05-2521 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. 1. Solicitation number is F3P3BD4098A002, Climate Control System, C-130 aircraft issued as a Request for Quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-74 and DFARS Change Notice 20140624. 3. This acquisition is a Total Small Business Set Aside competitive acquisition in accordance with FAR subpart 12.603. The associated NAICS is 238220; size standard is $14 Million. 4. Requirement is for the Climate Control System, install a Carrier 8 ton heat pump system with auxilliary heat and duct system or equivalent through the fuselage of a C-130 aircraft. Also install a Mitsubishi 12000 BTU ductless heat pump system or equivalent for the flight deck and provide a concrete foundation for both. Specific requirements for the installation are listed in Performance Work Statement. There will be a site visit on 30 July 2014 at 1000 CST. The site visit will take place at Camp Bullis/JBSA-Lackland, Texas. Please confirm attendance at the site visit by email at richard.bush.3@us.af.mil no later than 1200 on 28 July 2014. Attendance is strongly recommended as pertinent information is exchanged during a site visit and minutes will not be posted. 5. Delivery/Installation will be made to 937 TRSS Medical Readiness Training Center, 23400 Marne Road, Camp Bullis, Texas. 6. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 7. The Government will award a firm fixed price contract resulting from this RFQ for the install of HVAC units listed in the Schedule of Supplies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be made to the offeror whose price is lowest among all proposals that were deemed to be technically acceptable. All potential contractors will submit a proposed technical plan demonstrating how they will install units for technical review. Technical plan will be evaluated for feasibility, timeliness, and compliance with best maintenance standards. ADDENDUM TO FAR 52.212-2 Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: a. Conformance to the Schedule of Supplies/Services. The proposal shall demonstrate the ability to deliver the required product or its equivalent. Offeror shall provide sufficient information and detail, i.e. brand name, part number, etc. that demonstrates the product(s) offered meets the specifications in this solicitation. If offering an EQUAL product, detailed item description must be included at proposal submission. See FAR 52.211-6 Brand Name or Equal. b. Past Performance. Past performance will demonstrate contractor/vendor's ability to complete services requested IAW the Schedule of Supplies/Services (Reference Attch. 1). Provide at least one (1) and not more than three (3) references (either Federal or Commercial). Furnish the following information for each reference listed: (i)Company/Division Name (ii)Product/Service (iii)Point of Contact, e-mail, and phone number (iv)Contract Number (v)Contract Dollar Value Past performance will be rated as acceptable/unacceptable based on the response from the references provided. The Government reserves the right to utilize past performance information gained from other sources (i.e., past performance databases, other government sources, etc.) to aid in evaluating past performance. If you have any questions, please contact SSgt Richard Bush at richard.bush.3@us.af.mil. 9. Offeror(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 12. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs. 13. Defense Priorities and Allocations System: NA 14. Responses to this notice shall be provided in writing via e-mail to: SSgt Richard Bush at richard.bush.3@us.af.mil and copied to Ms. Vivian Fisher, at vivian.fisher@us.af.mil. All responses shall be received NLT 1:00 PM Central Time on 6 August 2014. Email is the preferred method. CONTRACT SPECIALIST: SSgt Richard K. Bush 502 CONS/JBKCA 210-652-8846 Richard.bush.3@us.af.mil CONTRACTING OFFICER: Ms. Vivian Fisher 502 CONS/JBKCA 210-652-8596 vivian.fisher@us.af.mil Attachments 1. Schedule of Supplies 2. Performance Work Statement 3. Wage Determination 05-2521 The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act, Alternate I 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.225-7001 - Buy American and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.227-7015 - Technical Data-Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea 252.247-7023 - Transportation of Supplies by Sea, Alternate III 52.211-6 - Brand Name or Equal 52.219-28-- Post Award Small Business Program Rerepresentation 52.222-41 - Service Contract Act of 1965 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7005 - Representation Relating to Compensation of Former DOD Officials 252.204-7011 - Alternative Line Item Structure 252.225-7031 - Secondary Arab Boycott of Israel 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision. FAR 52.212-4 Addendum CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. (End of Clause) Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Heating Ventilation and Air Conditioning Mechanic $17.4232.85% 52.252-1-- Solicitation Provisions Incorporated by Reference (Feb 1998) 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 (End of Clause) 252.232-7006 - Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer: See Inspection & Acceptance above. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the System. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F67100 Issue by DoDAAC FA3089 Admin DoDAAC FA3089 Inspect By DoDAAC See schedule Ship to Code F3P3BD ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications'' field of WAWF once a document is submitted in the system: Not Applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman (April 2014) (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BD4098A002C-130HVAC/listing.html)
 
Place of Performance
Address: 937 TRSS Medical Readiness Training Center, 23400 Morne Road, San Antonio, Texas, 78257, United States
Zip Code: 78257
 
Record
SN03434894-W 20140725/140723235410-b1d6f762ef9f447c4c463ec91d2f28c8 (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.