Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

U -- TRAINING CLASS - Statement of Work

Notice Date
12/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA282317Q0002
 
Archive Date
1/5/2017
 
Point of Contact
JoAnna M. Adams, Phone: 8508824084
 
E-Mail Address
joanna.adams@us.af.mil
(joanna.adams@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number for this requirement is FA2823-17-Q-0002. The AFMC AFTC/PZIOA, Eglin AFB, Florida, requires: Program Security Fundamentals Course DESCRIPTION OF REQUIREMENT: Program Fundamentals Security Course. Provides the student with a broad understanding of security policy, principles, rules, and procedures. The course is based upon applicable DOD regulatory sources, Intelligence Community guidance, Executive Orders, and select service guidance dealing with Special Access information. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 effective 18 Nov 2016, DFAR DPN 20161104, and AFFAR AFAC 2016-0603. The North American Industry Classification System code (NAICS) is 611420, with a Small Business Size Standard of $11.0 million. A firm fixed price contract will be awarded. Specific Instructions: a. All offerors are required to complete and submit Attachment #3 of this solicitation IAW 252.209- 7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. BASIS FOR AWARD: 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, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical capability and Past Performance. Reference below Addenda to 52.212-2, Evaluation -- Commercial Items for more information. DELIVERY ADDRESS: Eglin AFB, FL 32542 PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: ADDENDA TO 52.212-1, Instructions to Offerors -- Commercial Items (Jul 2013) (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 this combined synopsis solicitation under the description of requirement. (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. 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) Price and any discount terms incorporated into the attached Pricing Schedule; (5) 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; (6) Terms of any express warranty; (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 at a minimum three (3) recent (within last 3 yrs) and relevant contracts for the same or similar items and other references. Furnish the following information for each contract referenced: (i) Company/Division name, (ii) Product/Service, (iii) Contracting Agency/Customer, (iv) Contract Number, (v) Contract Dollar Value, (vi) Period of Performance, (vii) Verified, up-to-date name, address, FAX, e-mail and telephone number of the contracting officer, (viii) Comments regarding compliance with contract terms and conditions, (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (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) It was the only offer 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 ( http://assist.daps.dla.mil ). (ii) Quick Search ( http://assist.daps.dla.mil/quicksearch/ ). (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 ( http://assist.daps.dla.mil/wizard ); (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) ADDENDA TO 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1) Price 2) Technical ability of the service offered to meet the Government requirement 3) Past Performance Price - Received quotes will first be ranked and arranged by price (lowest first) before the Government assesses technical capability. Offers will be evaluated based on total price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise option(s). IAW FAR 52.217-8, a 6 month extension will be evaluated as part of the initial price evaluation. If the offeror does not provide a seperately priced line item for the six month extension, the Government will evaluate the extension using the offerors provided rates for the base and/or option years. Technical - An offeror must provide specific evidence that they are capable of fulfilling the requirment. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation (Item Numbers), Performance Work Statement (PWS) and government standards and regulations pertaining to this requirement. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Past Performance - Past performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in table A-2. Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note : In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Offerors must provide a list of no less than three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include present/past performance efforts which involved much of the magnitude of effort and complexities this solicitation requires. Evaluation Summary - If the lowest priced offer is determined to be acceptable for both technical and past performance that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be technically acceptable or has unacceptable past performance the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for both technical and past performance, or until all offerors are evaluated. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - FAR 52.212-4, Contract Terms and Conditions--Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment - FAR 52.222-55, Minimum Wages Under Executive Order 13658 - FAR 52.219-1, Small Business Program Representations - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation - FAR 52.247-34, F.O.B. Destination - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) - DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7004 Alt A, System for Award Management Alternate A - DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(PROVISION-Solicitation Only) - DFARS 252.204-7011, Alternative Line Item Structure - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors - DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002) - DFARS 252-209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law - DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.211-7003, Item Identification and Valuation - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program - DFARS 252.225-7048, Export Controlled Items - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7006, Wide Area Work Flow Payment Instructions - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.239-7018, Supply Chain Risk - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.244-7000, Subcontracts for Commercial Items - DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS, Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. 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. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.201-9101, Ombudsman (NOV 2012) (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 ombudsman, Col. Todd M. Copeland, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman 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) 256-2395, 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) All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 21 December 2016 by 9:00AM EST. Any questions regarding this solicitation must be submitted not later than Friday 16 December 2016. Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of JoAnna Adams, SrA, AFTC/PZIOA, by email to joanna.adams@us.af.mil. Government Point of Contact : SrA JoAnna Adams, USAF Contract Specialist joanna.adams@us.af.mil (850) 882-4084 Attachments: 1. Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ace78d2e9274d85415375b26e5bc3bae)
 
Place of Performance
Address: Eglin AFB, Eglin, AFB, Florida, 32547, United States
Zip Code: 32547
 
Record
SN04348776-W 20161214/161212233951-ace78d2e9274d85415375b26e5bc3bae (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.