Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOLICITATION NOTICE

99 -- Solvent Tank Cleaning and Lease Fort Riley, Kansas.

Notice Date
1/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX11T0002
 
Response Due
1/20/2011
 
Archive Date
3/21/2011
 
Point of Contact
Joseph Mitchell, 785-239-4664
 
E-Mail Address
Fort Riley DOC
(joseph.arthur.mitchell@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. General Information Document Type: Combine Solicitation Synopsis Solicitation Number: W911RX-11-T-0002 Posted Date: 14 January 2011 Original Response Date: 20 January 2011 10:00 AM (CST) Classification Code: No Set Aside: UNRESTRICTED Contracting Office Address ACA, Directorate of Contracting, Attn: Joseph Mitchell 1792 12th Street, FORT RILEY, KANSAS 66442 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. We have a requirement for; Leasing, Servicing and Cleaning of Contractor owned and Government owned solvent tanks. This Request for Quote (RFQ) will be for a base year and 3 option years beginning 1 March 2011, subject to availability of funds in accordance with FAR 52.232-18 -- Availability of Funds. GSA pricing authorized.. The Statement of work is as follows: Performance Work Statement Solvent Tank Cleaning and Lease Fort Riley, Kansas 1. GENERAL INFORMATION 1.1. General Scope. The contractor shall provide the general solvent recycling services at various locations on Fort Riley. The intervals are specified in the Bid Schedule of this solicitation. Contractor will collect, transport, treat, recycle and/or dispose of streams of waste material generated at the Government's locations (the "Waste Material"). The Contractor agrees to provide the Government with information concerning the Waste Material in a form agreed upon by both the Government and the Contractor, so that the Contractor may prepare a description which characterizes and classifies the Waste Material (the "Waste Description") for The Government's approval and signature. The Waste Description will include a description of the chemical components of the Waste Materials, including the percentage composition of each such component stated in ranges. The process creating the Waste Material; analytical results of the testing of the Waste Material, if available; and a listing of physical characteristics of the Waste Material. The Waste Description will be part of the Supporting Documents. 1.2. Background. This contract provides for Solvent Recycling Services. The contractor shall, without additional expense to the Government, obtain any necessary licenses and/or permits, and comply with any and all applicable Federal, State, Local and Municipal laws, codes and regulations that pertain to the recycling effort, handling, transportation and disposal of all identifiable hazardous and non-hazardous wastes covered under the bid schedule. The contractor shall provide circulating parts cleaners that conform to the Underwriters Laboratory (UL) and Factory Mutual (FM) standards. Prior to the placement of any parts cleaner, the Contractor shall submit proof that the circulating parts cleaners provided under the specification conform to the standards of the UL and FM. The label of UL and FM shall be accepted as conforming to this requirement. In lieu of the label the contractor may submit a written certification from any nationally recognized testing agency adequately equipped and competent to perform such services, that the parts cleaners have been treated and conform to the standards including methods of test, of the UL and FM Corporations. 1.3. Access to Premises. The Government grants to the contractor, its agents, employees, and subcontractors reasonable access to the Governments premises for purposes of providing the Services. The Contractor agrees to comply with the Government's safety procedures while on Government's premises which procedures have been reasonably provided in writing to the Contractor in advance. 1.4. Work Hours. You will be to allowed access during the normal hours of operation: 8:00 A.M. - 4:30 P.M.; 8 hours per day, Monday through Friday, excluding Federally recognized holidays. 1.5. Personnel. All personnel will provide prompt, courteous customer service. The contractor shall provide personnel for the performance of the services required under this.contract who, for security reasons, are acceptable to the Government. The Contractor shall furnish the names, addresses and citizenship of any and all personnel engaged in the performance of said services. For security reasons the contractor will maintain and provide the government with a current list. 1.5.1. Identification Badges. All contractor personnel must wear identification badges. The identification badge must be visible. Please ensure that all employees comply with this requirement. While at the job site your employees must wear their identification badges so that the badges are visible. Any personnel without a visible badge will be required to leave the Installation. 1.5.2. All personnel shall read, write, speak, and understand English. You shall employ only personnel qualified to perform their assigned tasks. 1.5.3. The Contracting Officer or a designated representative may require you to remove any employee(s) from Fort Riley buildings or other real property should it be determined that the individual(s) is either unsuitable for security reasons or otherwise unfit to work on Government-controlled property. We may request you to immediately remove any employee(s) from the work-site(s) should it be determined that individuals are being assigned to duty who have been disqualified for either clearance or security reasons, or who are found to be unfit to perform. 1.6. Environmental. All hazardous wastes, as defined in 40 Code of Federal Regulations (CFR) Part 261.3, shall be handled in accordance with the local, State and Federal, Hazardous Waste Management regulations. 1.6.1 Equipment: You shall provide Environmental Protection and Recovery Systems during the life of the contract. Those systems and/or equipment will include, but are not limited to, any materials such as bags, barrels, containers, rags, absorbent materials, etc. The contractor assumes the responsibility and all liabilities for hazardous waste and waste by-products, and shall comply with all Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA) regulations, and any other federal, state, local, and all host activity environmental control policies and regulations 1.6.2. Contractor will collect, transport, treat, recycle and/or dispose of streams of waste material generated at the Government's locations (the "Waste Material"). 1.6.3. Disposal: You are also responsible for the collection, storage, removal, and disposal of all replaced parts, and similar items, at your own expense. This will be accomplished in accordance with all EPA and OSHA regulations, and any other federal, state, local, and all Fort Riley environmental control policies and regulations. 1.7. Hazardous Materials: The Contractor shall comply with all applicable Federal, State, Local and Municipal laws, codes, ordinances and regulation (to include obtaining licenses and permits) in connection with the packing and/or transportation of any and all hazardous materials covered under any resultant contract. 1.8. Records: ALL record keeping requirements are your responsibility. All records must be made available to the COR upon demand and at a minimum, shall be provided to the COR monthly. 1.8.1. Deleted 1.9. Access to Fort Riley, Kansas. You, shall under regulations prescribed by the Provost Marshal, use only established roadways when transporting personnel and/or material in the prosecution of work. You shall adhere strictly to the above. 1.10. Your Vehicles and Vehicle Registration in the DoD Registry. You shall provide all necessary vehicles to fulfill the requirements under this contract. Your vehicles operating within the boundaries of Ft Riley shall have your name clearly visible and affixed to both sides of the vehicle. 1.11. Safety: You are responsible for implementing a safety/accident prevention plan within 10 days after award for government approval. Purpose is to ensure that all operations and activities comply with Occupational Safety and Health Act (OSHA) standards and other safety and health requirements documents listed herein. 1.12. Quality Control. You shall provide a quality control plan within 10 days after award for government approval, for all work performed under this contract. 1.13. Government Quality Assurance. The Government shall maintain a quality assurance system for all work performed under this contract.. 1.13.1. A Government employee who is designated with the appropriate authority will inspect. Inspection shall consist of verification of the work performed. 1.13.2. Evaluation of your performance will be IAW with PRS (Technical Exhibit 1) and AQL. 1.14. Deleted 1.15. NAICS Code. Reference FAR 52.212-1. The applicable NAICS Code is 811310. This procurement is UnRestricted. The standard industrial classification (SIC) code for this acquisition is J079. The small business size standard is an average of $7,000,000 gross annual receipts for the preceding three (3) fiscal years. 2.0. Definitions. 2.1. General. 2.1.1. Acceptable Quality Level (AQL). The AQL is the maximum percent defective (or the number of defects per hundred units) that, for purposes of sampling inspection, can be considered satisfactory as a process average. 2.1.2. Contracting Officer's Representative (COR). An authorized representative of the Contracting Officer appointed in writing to perform specific contract administration functions. 2.1.3. Customer Comments. A means of documenting performance. 2.1.4. Defective Service. A unit of service (one repair order at one facility) which contains one or more defects or nonconformance with specified requirements. 2.1.5. Deficiency. An unsatisfactory repair order. Unsatisfactory means: an individual repair/service order is not properly completed due to your fault: causing equipment to be inoperative/dead lined, receiving 5 unsatisfactory comment cards during a single monthly period. 2.1.6. "Commercial Publication" is a publication available from the manufacturer or other sources containing the operation instructions, repair, overhaul, test, and parts identification of his product. 2.1.7. Contract Administrator. A Government employee who has the responsibility of performing post-award functions on the contract. This includes processing payments and modifications. 2.1.8. Contracting Officer. A Government employee who has the authority to sign contracts and modifications based on a warrant issued by the Department of Army. 2.1.9. Contracting Officer's Representative (COR). A Government employee whom the Contracting Officer designates and who has the authority to inspect and accept the work performed by you. 2.1.10. Legal Holidays. A listing of Federally-recognized holidays is located at http://www.opm.gov/fedhol/2002.htm. There are ten Government legal holidays: Jan 1 - New Year's Day Third Monday in January - Martin Luther King Day Third Monday in February - Presidents' Day Last Monday in May - Memorial Day Jul 4 - Independence Day First Monday in September - Labor Day Second Monday in October - Columbus Day Nov 11 - Veterans' Day Third Thursday in November - Thanksgiving Dec 25 - Christmas 2.1.11 Performance Requirements Summary (PRS). The PRS identifies the key service outputs of the contract that will be evaluated by the us to assure that you meet the contract performance standards. 2.2. Technical. 2.2.1 Parts Washer: "Sink-type" container or vat, which uses circulating solvent to clean soiled, parts. Includes solvent and cleaning sink; a solvent pump with electric pump motor; and a flexible nozzle in the sink area. The unit lid will be temperature sensitive and will automatically close the cover of the vat in case of fire. Various capacities will be provided as specified in the Bid Schedule. 2.2.2 Aqueous Brake Parts Cleaner: "Sink-type" container, which uses circulating solvent to clean soiled, parts; and; includes solvent; sink; solvent pump with flexible nozzle, portable, five-gallon exchangeable reservoir, multi height adjustable steel cart, and casters with a locking mechanism to prevent shifting or rolling of unit while in use. The unit will be temperature sensitive, and will automatically close the cover of the vat in case of fire. 2.2.3 Immersion Cleaner: "Barrel type" unit, solvent, air actuated with a timer, latching lid and agitator basket. This requirement is for a "cold parts cleaner" and the solvent will be a cold parts degreasing solvent cleaner appropriate for the above application. Solvent capacity will be provided as specified in the Bid Schedule. 2.2.4. Parts Cleaner with Waste Minimization Process: Parts washer with the basic features listed in paragraph (a) above and which further separates or filters wastes in a self-contained system within the Parts Washer that in and of itself creates no additional waste stream. Will prolong the life of the solvent, reduce manifesting requirements and increase the time between service intervals. 2.2.5 Paint Spray Gun Cleaners Manual (1) & Automatic (2): Paint Spray Gun and Equipment Parts Washer: is an economical, air operated, safe, and innovative system designed to effectively clean paint spray guns and their related components and equipment. The automatic model has two foot pedal controlled modes of operation: a manual mode operation and an automatic, hands free mode of operation. This unit consists of a wash bowl with a lid nozzle that dispenses clean solvent. 2.2.6. Service Intervals: The number of weeks between servicing functions. Specific service intervals are noted in the Bid Schedule. Also, the minimum number of service intervals in the contract performance period will be noted in the Bid Schedule. 2.2.7. Solvent: The solvent used in this contract will be recycled or virgin" MIL-PRF-680B solvents, as specified in the Bid Schedule (except for Item 2.2.3, Immersion Cleaner Service). The solvent used for Immersion Cleaner applications will be of the type normally used in a "Cold Parts Cleaner". Exception: spray gun cleaners will use recycled lacquer thinner. 2.2.8. Virgin Solvent: New solvent that has not been recycled. Some Government Agencies require "virgin solvent" to be used to conform to federal specifications. 2.3. Acronyms: 2.3.1. AQL - Acceptable Quality Level 2.3.2. CDR - Contract Discrepancy Report 2.3.5. IAW - In Accordance With 2.3.6. KO - Contracting Officer 2.3.7. NLT- Not Later Than. 2.3.8. PRS - Performance Requirements Summary 2.3.9. QA - Quality Assurance 2.3.10. QAE - Quality Assurance Evaluator 2.3.11. QC - Quality Control. 3.0. Government Provided Property, Services and Materials 3.1. The Contractor agrees to provide the Government with information concerning the Waste Material in a form agreed upon by both the Government and the Contractor, so that the Contractor may prepare a description which characterizes and classifies the Waste Material (the "Waste Description") for The Government's approval and signature. The Waste Description will include a description of the chemical components of the Waste Materials, including the percentage composition of each such component stated in ranges. The process creating the Waste Material; analytical results of the testing of the Waste Material, if available; and a listing of physical characteristics of the Waste Material. The Waste Description will be part of the Supporting Documents 3.2. Government provided materials and equipment will be managed in accordance with Section 45 of the Federal Acquisition Regulation (FAR) and your liability due to loss or damage will be determined in accordance with the clause at FAR 52.245-2. 4.0. The Contractor Shall Provide these Services and Equipment. The Contractor shall provide all materials, parts, equipment and services to Fort Riley, per the Contract. 4.1. The contractor is responsible for all damages to persons or properties that occur as a result of his fault or negligence. The contractor shall take proper safety and health precautions to protect the work, the workers, the public and the property of other parties. All services shall be performed in a safe, efficient and lawful manner, which utilizes properly trained and qualified personnel. Work will be accomplished in strict conformity with the best commercial practices for the named types of service. 4.2. The Contractor is responsible for coordinating with the Government COR or Alternate to schedule of all service actions to be performed, (broken down by CLIN, Date of service, location and Serial Number, in advance of the servicing) (Note: Scheduling is the responisibility of the Contractor). 4.3 The Contractor shall insure that all INVOICES are broken down by CLIN, Date of service, location and Serial Number. 4.4. The contractor is fully responsible for any and all acts and omissions of its employees, subcontractors and other persons who act in the performance of this contract. Furthermore the contractor assumes all risk of loss connected with chemicals, wastes, materials and residues generated by any spill, treatment, incineration, transportation or disposal of waste materials. 4.5. The Contractor, in the performance of this contract, shall comply with and give all stipulations and representations required by any applicable Federal, State, Municipal or local law or Executive Order, or with any applicable rules, orders, regulations, or requirements of any Government department or bureau. 4.6. License: The Contractor or subcontractor shall possess all necessary State or Federal licenses and permits for the transport, treatment, storage and disposal of recyclable materials mentioned in this contract. The Contractor shall possess a valid State Treatment/Storage/Disposal (TSD) permit if any co-mingling of solvent occurs within the State. All of the above shall be kept current and updated throughout the entire contract term and during any resultant activity relating to the performance of the contract. The Contractor shall list all applicable license/permit numbers below or attach on a separate page if necessary. 4.7. Recycle or Recycle to the Maximum Extent Possible: For the purposes of this solicitation and any resulting contract(s), recycling means "to recycle the solvent for reuse, to its original intended purpose" as a degreasing solvent. Recycling via fuel blending is not considered compliant with the definition of recycling in this specification. Residue from the solvent recycling process which cannot be recycled requires appropriate final treatment/disposal in accordance with all Federal, State, Local and Municipal laws, codes and regulations. 4.8. Hazardous Waste Manifest: The Contractor is required to provide the final destination of any hazardous material prior to removal of waste. The Contractor shall also furnish a legible copy of the Hazardous Waste Manifest to the designated point of contact. The manifest shall reflect the total amount transported and all other information required for the completion of required regulatory reports as required by Federal, State, Local and Municipal laws and regulations. It is the Contractor's responsibility to obtain all necessary documentation to show that final treatment or disposal of all items has been accomplished. 4.9. INDEMNITY: The Contractor hereby agrees to indemnify and hold harmless the United States of America and its agents from any suits, fines, actions, claims, debts, demands, judgments, liabilities, costs and expenses, including but not limited to attorney's fees or court costs, which the United States of America and its agents may become obligated to defend and or pay, (i) as a result of ground or water pollution, sustained or suffered because of or by reason of any action or inaction by contractor, his agents, servants and employees, in connection with contractor's performance under this contract or (ii) as a result of any loss of or damage to property or injury to or death of any person whatsoever, sustained or suffered because of or by reason of any action or inaction by contractor, his agents, servants and employees, in connection with contractor's performance under this contract or (iii) as a result of alleged pollution, damage or injury, sustained or suffered because of or by reason of any action or inaction by contractor, his agents, servants and employees in connection with contractor's performance under this contract. 5. Specific Tasks 5.1 The contractor shall provide the general solvent recycling services at various Government locations on Fort Riley, KS. The intervals of service are specified in the Bid Schedule of this solicitation. 5.1.2. The Contractor shall perform the following initial service setup activities at the Government's location: 5.1.2.1. Deliver parts cleaners in good working condition of the type, design, and size specified in the Contract, to the Government's location at a time and date convenient to the Government, 5.1.2.2.1.Provide all approved cleaning solutions specified by the Government for use in the parts cleaners; 5.1.2.2.2.Ensure that all Contractor installed parts cleaners operate properly;. 5.1.2.2.3.Affix labels on each parts cleaner specifying the type of cleaning solution used in that parts cleaner and information about the proper use of the cleaning solution; 5.1.2.2.4.Provide a current copy of the Material Safety Data Sheet (MSDS) for the cleaning solutions provided to the Government; and 5.1.2.2.5.Provide a user manual that describes the proper use and operation of the Contractor parts cleaners provided to the Customer. 5.1.2.2.6. Original set-up of leased parts cleaning equipment and, after specified interval, removal of contaminated solvent, clean parts washer system of sludge and residue, replenish parts washer with recycled solvent, replace filters, and perform all repairs necessary to ensure that the cleaning equipment is maintained in proper operational condition, at the service intervals specified in the Bid Schedule. Contractor shall provide all labor, handling and transportation of the solvent to, and residue from, the user site to the Contractor facility. The contractor is also responsible to complete an EPA manifest, and all other pertinent regulatory paperwork required. Once the initial service setup activities are completed, the Contractor will perform all on-going parts cleaner services according to the terms of the Contract, 5.1.2.2.7 Phase In/Out will be conducted within a two months period of the award of the contract. This shall be in conjunction with the current scheduled of service. Exception: Government Owned Equipment is not included in the Phase In/Out. 5.2.1. Service each Government Owned parts cleaner (as described below) within the service interval noted in the Contract. 5.2.2. Provide properly trained Contractor personnel to service each parts cleaner at the Government's location. 5.2.3. Government Owned Parts cleaner - service includes the following: Removal of any accumulated parts cleaning debris from the parts cleaner; Removal and Replacement of used parts cleaning solutions with fresh solutions IAW Industry Standards; Provide appropriate packaging, labels, transportation, and disposition of the used cleaning solutions; and Disposal of all waste generated per. City, State & Federal Laws. 5.3. Servicing (Contractor Provided Parts Washers): 5.3. 1. Contractor Provided Parts Washers - Parts cleaner service includes the following: Removal of any accumulated parts cleaning debris from the parts cleaner; Cleaning of the exterior of the parts cleaner; Removal and Replacement of used parts cleaning solutions with fresh solutions; Provide appropriate packaging, labels, transportation, and disposition of the used cleaning solutions; and Repair or replacement of Contractor owned parts cleaners that no longer operate properly. Disposal of all waste generated per. City, State & Federal Laws. 5.4. Government-Owned Machine Service: Contractor will provide initial solvent, and exchange the waste solvent in Government -owned parts cleaning equipment at various service intervals and solvent for various tank capacities as specified in the Bid Schedule. 5.5. Servicing (Government-Owned Parts Washers: Contractor shall provide all labor, handling and transportation of the solvent from the user site to the Contractor facility. The contractor is also responsible to complete an EPA manifest, (if required) and all other pertinent regulatory paperwork required. An authorized Government Official will be responsible for signing this paperwork. 5.6. Contractor Manpower Reporting (CMR): Contractor shall report ALL contractor manpower required for performance of this contract. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. 5.7. Title to Solvent and Equipment. The Contractor will at all times retain title to its solvents or other cleaning solutions provided as part of the Services. For Government purchased equipment, the Government shall also retain title to any equipment, including, without limitation, parts washers or storage containers, placed by the contractor at Government locations. Upon termination of the Services, the Government shall immediately return to the Contractor (i) all equipment and storage containers provided to the Government and owned by the Contractor, in good repair and condition, normal wear and tear excepted, and (ii) all solvents and cleaning solutions. 5.8. Acceptable Quality Level (AQL): All work will conform to the minimum AQL listed in the PRS. 5.9. DELETED 5.10. SPILLS: The Contractor is solely responsible for prompt clean-up of spills or leaks, in accordance with all applicable Federal, State, Local and Municipal laws and regulations. Clean up will be performed at no cost to the Government. The Contractor will report all such spills or leaks, regardless of quantity, to the Contracting Officer and Contracting Officers Representative or his/her Alternate immediately upon discovery. A written follow-up report shall be submitted no later than 24 hours after the initial telephonic report. 5.11. The Contractor is responsible for coordinating with the Government COR or Alternate to schedule of all service actions to be performed, (broken down by CLIN, Date of service, location and Serial Number, in advance of the servicing); and: will insure that all INVOICES are broken down by CLIN, Date of service, location and Serial Number. 6. Applicable Pubs and Forms 6.1. GENERAL. Documents applicable to this contract are listed herein and will be in effect at the start of the contract. You shall adhere to these documents unless otherwise specified in this contract. Supplements and/or amendments to these publications may be issued during the life of the contract and shall be considered to be in full force and effect as to the effective date of the supplement and/or amendment unless it impacts upon contract price. In such cases you shall notify us. Performance in these cases shall begin only upon receipt of a Change Order issued by the Contracting Officer. All Army publications and forms, except commercial publications, listed herein are available at: Army Publications Agency. 6.1.1. Supply of Publications. You shall obtain Government publications from the Army Publications Agency or http://www.e-publishing.af.mil/ necessary for the performance of this contract. Other Government publications may be obtained from government websites. Performance Requirements Summary (PRS) PERFORMANCE REQUIREMENTS SUMMARY 1. Performance Requirements Summary (PRS). Our rights and remedies described in this PRS, which is a part of the contract, are in addition to other rights and remedies set forth in the contract. Specifically, we reserve the contract rights under FAR 52.212-4, (a) Inspection/Acceptance and (m) Termination for cause. Quality assurance actions and remedies that are applied against deficiencies found during surveillance will be in accordance with the provisions under FAR 52.212-4(a) Inspection/Acceptance. The purpose of this technical exhibit is to define performance evaluation and payment procedures. The absence from this PRS of any contract requirement, however, shall not detract from its enforceability or limit our rights or remedies under any other provision of the contract. The Government's role in the day-to-day administration of this contract is to ensure that requirements of the contract are met IAW the stated standards. This may require enforcement of the contract when the Contractor fails to correct a deficiency or a defect in service, or take corrective action to prevent a reoccurring problem. The COR should notify the KO whenever corrective action is needed. The decision as to the type of the enforcement remedy will be determined at the discretion of the KO. The Performance Requirements Summary: SERVICESOWSTANDARDAQLMETHODDEDUCT Government-Owned Parts cleaner service Para 5.2.3.Removal of any accumulated parts cleaning debris from the parts cleaner;.33 Removal of used cleaning solutions from the parts cleaner;.33 Replacement of used parts cleaning solutions with fresh solutions;.33 10Random Sample10% Contractor Leased Parts cleaner service includes the followingPara 5.3.1: Removal of any accumulated parts cleaning debris from the parts cleaner;.14 Cleaning of the exterior of the parts cleaner;.14Removal of used cleaning solutions from the parts cleaner;.14 Replacement of used parts cleaning solutions with fresh solutions;.14 Provide appropriate packaging, labels, transportation, and disposition of the used cleaning solutions;.14 Repair or replacement of Contractor owned parts cleaners that no longer operate properly;.14 Deposal of all waste generated per. City, State & Federal Laws;.14 10Random Sample10% Management Para 1.1, 1.8, 1.11, 1.12, 4.8, 5.1.2.4, 5.1.2.5, 5.1.2.7, 5.2.3, 5.3.1, 5.5, 5.6, 5.10 5.11, 4.2, 4.3 1.2, 1.5.1, 1.10, 4.6 1.6.1, 4.1 Timely Accurate Reports/ Documentation/Plans.25 Scheduling and Invoicing.25 Licenses/Permits/IDs/Markings.25 Safety.25 10 Random Sample 10% 2. GOVERNMENT QUALITY ASSURANCE. Your performance will be compared to the contract standards and AQLs using the Quality Assurance Surveillance Plan (QASP). 2. 1. Use of this Plan. The Government will use this plan and the contract to develop monthly surveillance schedules to administer this contract until termination. This plan may be modified without the Contractor's approval whenever necessary; e.g., changes in requirements, changes in contractor performance and changes in quality assurance resources. The source document for this plan is the Performance Requirements Summary. 2.2. Responsibilities. The COR is responsible for development, implementation, maintenance and continued use of this plan. The COR will develop a comprehensive monthly surveillance schedule using the contract PRS, the contractor's approved QC Plan and the schedule. The Surveillance Schedule for the following month should be developed prior to the last day of the current month and submitted to the KO for information purposes. Once the schedule has been developed, it must be marked "FOR OFFICIAL USE ONLY" and maintained under Government cover by the COR. 2.3. Evaluations. The COR and Quality Assurance Evaluators (QAEs) should be consistent, fair and reasonable when inspecting and evaluating contract performance. The Government does not expect, nor can afford to pay for, perfect performance. Whenever a deficiency in service is identified, the COR/QAE must determine if the Government contributed to the cause of the problem. If any Government action caused or contributed to the Contractor's unacceptable performance, the COR/QAE will appropriately document the inspection and proceed to have the situation/problem corrected within the Government. The Contractor will not be found at fault in these situations. 2.4. Surveillance Schedule. Prior to the end of each month, the COR will develop a comprehensive Surveillance Schedule for use during the following month. Once the random inspections have been determine and identified on the schedule, than the planned inspections for the infrequent tasks and services can be scheduled. 2.5. Sampling Inspections. Random or planned inspections will be performed for all services list on the PRS. It is essential that the exact number or required inspections for each listed service on the PRS is performed. If less than the required number of samples is drawn, than the ability to project from the lot size results is destroyed. 2.6. Sampling Guides. The COR will ensure that the Sampling Guides are used to conduct random and planned inspections of services listed on the PRS. The performance criteria listed in each Sampling Guide will determine if performance is satisfactory or defective. Any service rated defective, and associated tasks rated deficient, must be fully documented IAW the applicable contract paragraph(s). All recorded defects in service will count against the allowable number of defects established by ANSI/ASQCZ1.4 referenced above. The COR will immediately initiate a course of corrective action through the KO anytime the Contractor fails to perform any of the quality control and safety tasks. Some of these tasks may be Critical Control Points (CCP) identified in the contractor's quality control plan. These deficiencies may require the initiation of a Contract Discrepancy Report (CDR) to enforce the contract and prevent reoccurrence. 2.7. QA Checklist(s). The COR will used a QA Checklist to conduct unscheduled, impromptu, and planned inspections of tasks that are performed less frequently than daily. All evaluations conducted using the QA Checklist will be rated as satisfactory or unsatisfactory. All unsatisfactory ratings will be fully documented for appropriate use by the KO to enforce the contract. An unsatisfactory evaluation on the checklist will constitute a performance deficiency (defect) and will not count against the AQL. Deficiencies may also be documented in the form of a memorandum, which cites the specific contract paragraph. The COR will immediately initiate a course of corrective action through the KO anytime the Contractor fails to perform any of the quality control and safety tasks. Some of these tasks may be Critical Control Points (CCP) identified in the contractor's quality control plan. This may require the initiation of a Contract Discrepancy Report (CDR). 2.8. Random Surveillance Record. The COR will maintain a Random Surveillance Record monthly by facility of all PRS inspections results. Inspections will be monitored for satisfactory results, defects in service and trends in contract performance. The total number of recorded defects will be tabulated and compared to the number of allowable defects indicated by the PRS. Information generated by the Random Surveillance Record will be used to complete the Quality Assurance Summary Report 2.9. Unscheduled/Impromptu Inspections. The COR may conduct unscheduled and impromptu inspections whenever the need arises. These inspections are similar to planned inspections, with the exception that they are not identified on the Surveillance Schedule. Results of these inspections will serve as further documentation and support for other evaluations that can be used to enforce the contract. 2.10. PRS Summary Report. The COR will complete and forward a comprehensive report along with DD Form 250, Acceptance and Receiving Report, to the KO monthly. This report will indicate the quality of performance as related to the acceptance level for each listed service. When performance of any service listed on the PRS is defective (the number of defects exceeds the acceptable level) the COR will recommend to the KO a remedy under the "Inspection of Service" clause of this contract. 2.11. Payment Deductions. The COR will compute the appropriate deduction for recorded defects IAW sample deduction computations contained in this Technical Exhibit 1. 3. CRITERIA FOR ACCEPTABLE AND UNACCEPTABLE PERFORMANCE. The standards and AQL are based on the levels of performance for the listed service. The Service will be accepted and paid for at the maximum payment percentage specified in the PRS when the number of defects found by the Quality Assurance Evaluator (QAE) during contract surveillance does not exceed the number of defects allowed by the AQL in column 5. When the number of defects in your performance found by the QAE exceeds the acceptable level, you shall respond to a Contract Discrepancy Report (CDR). The CDR will require you to explain, in writing, why performance was unacceptable; how performance will be returned to acceptable levels; and how recurrence of the problem will be prevented in the future. The Contracting Officer will evaluate your explanation and determine if full payment, partial payment, or the contract termination process is applicable. Your payment for services rendered will be calculated as stated in paragraph 4 of this technical exhibit. 3.1. Determining the number of defects that will cause less than maximum payment. 3.1.1. When the method of surveillance of a service is random sampling, the tables in ANSI/ASQC Z1.4. will be used to determine the number of defects (based on the lot size, sample size, and AQL for each contract requirement) which will result in you receiving less than maximum payment. 3.1.2. When the method of surveillance is other than random sampling, the number of defects that will cause less than a maximum payment will be determined as follows: 3.1.2.1. If the AQL is a constant number of defects (for example, two defects), the AQL plus one or more additional defects will render the performance unsatisfactory and cause less than maximum payment (for example, three defects). 3.1.2.2. If the AQL is a percentage value, it is multiplied by the lot size to determine the number of defects that will allow maximum payment. If the value results in a decimal of.5 or greater, it will be rounded up, for example, 6.6 would be rounded to 7 defects; if the decimal is less than.5 it will be rounded to the lower whole number, for example, 6.3 would be rounded to 6 defects. One or more additional defects will render the performance unsatisfactory and cause less than the maximum payment. 3.2. Acceptance of re-performance or late performance. Re-performance may not be an option. Late performance of full service activity may be accepted up to 2 hours. 4. CONTRACTOR PAYMENT. Each month your performance will be compared to contract standards and AQLs as stated in the contract using our Quality Assurance Surveillance Plan. Monthly payments to you will be reduced for unsatisfactory performance using the following methods: 4.1. If the performance of a required service exceeds the AQL and the poor performance is your fault, we may not pay the full percentage value of the service stated in column 7 of the PRS. 4.1.1. The payment for services which exceed the AQL will be calculated as follows: 4.1.1.1. For services for which the method of surveillance is sampling, the item listing in the bid schedule accumulated to a monthly amount specifies the maximum contract payment per month. 4.1.1.2. For services for which the method of surveillance is periodic inspection, customer complaint, or MIS reports, the maximum payment is specified by the item listing in the bid schedule accumulated to a monthly price that you will be paid for the listed task. 5. Examples of payment computation. 5.1. For services for which sampling is the method of surveillance: 5.1.1. Assume an AQL of 6.5%, a lot size of 450 units, a resulting sample size of 50 units, and that 10 defects were found by our surveillance. The Master Table for Single Sampling Plans for Normal Inspection in ANSI/ASQC Z1.4. indicates that the reject level if 8 defective samples. The payment computation would be as follows: (1) Maximum bid schedule item payment $10,000 this month (2) Maximum payment percentage for x 5% the service (PRS, column 5) (3) Maximum payment for acceptable $500 services ((1) times (2) above) (4) 10 defects exceed reject level of 8 defects (5) Percentage of sample found 20% unacceptable (number defects divided by sample size times 100) (6) Percentage of sample found acceptable 80% (100% minus percentage of sample found unacceptable from (5) above) (7) Credit for 2 sample defects + 4% corrected (samples corrected divided by lot size times 100) (8) Acceptable percentage 84% (6) plus (7) above) (9) Payment for percentage of acceptable $420 service ((3) times (8) above) 5.2. For services for which the method of surveillance is other than sampling: 5.2.1. Assume an AQL of 5%, a lot size of 50 units, and that 5 defects were found by the Government. The payment would be computed as follows: (1) Maximum accumulated line item $10,000 payment this month (2) Maximum payment percentage for x 4% the service (PRS, column 5) (3) Maximum payment for acceptable $400 service ((1) times (2) above) (4) 5 defects exceed reject level of 3 3 defects (AQL times lot size = 2.5 defects rounded up to 3) (5) Percentage of lot found unacceptable 10% (5 defects divided by lot size times 100) (6) Percentage of lot found acceptable 90% (100% minus percentage of lot found unacceptable from (5) above) (7) Payment for percentage of acceptable $360 service ((3) times (6) above) 5.3. For services for which surveillance is less often than monthly: 5.3.1. Assume surveillance is semiannual; the AQL is 4%; and we find a defect rate of 10% during surveillance. Also assume the percentage of the total contract line item price for the service is 4%. The payment would be computed as follows: (1) Monthly contract line item payment $10,000 (2) Number of months represented by the x 6 period since the last surveillance (3) Total maximum payment for the period $60,000 (4) Percent of monthly contract line x 4% item price (5) Total maximum payment for the service $ 2,400 (6) Percentage acceptable (100% minus 10%) x 90% (7) Contractor's payment for the period $ 2,160 (8) Amount previously paid for the period -2,000 ($10,000 times 4% = $400; 5 months times $400 = $2,000) (9) Payment to you this month $160 General. The Sampling Plan, when completed, is a document which will tell the COR how much inspection is required to be performed on each service each month. In addition, it becomes the yardstick for measuring performance, acceptance or rejection level for each service. Source of Information. The source document used to obtain the necessary information to complete the monthly Sampling Plan is the contract Performance Requirements Summary (PRS). Procedures. The COR will develop the Sampling Plan each month for all services listed in column 1 of the contract PRS. The American National Standard Sampling Procedures and Tables for Inspection by Attributes (ANSI/ASQCZ1.4) will be used to determine the number of samples (inspections) along with accept and reject level of each service. The Army standard for determining the lot size (population) for random sampling is expressed in the formula: "The total number of service orders for all facilities each month" (ref column 3 of the PRS). Determining the Lot Size. The lot size is determined from the formula in column 3 of the PRS. The Army standard for determining the lot size (population) for random sampling is: "the total number of service orders for all facilities each month" (see column 3 of the PRS). The COR must determine how many service orders each facility is anticipated to be performed each month. Determining the Sample Size. To determine the sample size (number of inspections) single, normal degree sampling will initially be used until such time contract performance dictates otherwise. The COR will use Inspection Level II unless human resources are not adequate to perform the number of given inspections in addition to other required inspections. The KO must concur with any changes in the level and degree of sampling which deviates from this standard. Obtaining the AQL. The Acceptable Quality Level (AQL) is a given as stated in column 5 of the PRS. The AQL is expressed as a percentage and is derived from ANSI/ASQCZ1.4 Standard (see above). The AQLs will remain the same throughout the contract unless changed by contract modification. Accept/Reject Levels. Each service listed on the PRS will be measured against the AQL expressed as a number of defects allowed. The accept/reject numbers are obtained by using the ANSI/ASQCZ1.4 Standard applying the AQL to the sample size (see above). Contract will be FFP, FOB Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-45, Effective 01 Oct 2010. This requirement is un-restricted. The applicable NAICS code is 811310 with a size standard of $7,000,000 gross over the preceding three (3) years. There will be a total of 9 CLINS for each year, consisting of: ITEM NO: 0001 3 EA 6 GALLON IMMERSION CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Immersion Cleaner Service each 8 weeks, Period of performance is from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0002 165 EA 20-25 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost ) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0003 32 EA 40 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0004 1 EA PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Paint spray gun cleaner service, 8 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0005 2 EA AUTOMATIC PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Automatic Paint spray gun cleaner service, 4 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0006 40 EA 6-10 GAL AQUEOUS BRAKE PARTS CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Aqueous Parts Cleaner, 8 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0007 45 EA 30 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0008 17 EA 55-60 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 0009 1 EA Contractor Manpower Reporting (CMR), the Contractor shall report ALL contractor manpower required for performance of this contract. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). When contract performance is completed before Sep 30 of a fiscal year, the contractor may enter the report upon contract completion rather than waiting for the end of the fiscal year. 1 Mar 2011 to 29 Feb 2012 (Base Year) ITEM NO: 1001 3 EA 6 GALLON IMMERSION CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Immersion Cleaner Service each 8 weeks, Period of performance is from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1002 165 EA 20-25 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1003 32 EA 40 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1004 1 EA PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Paint spray gun cleaner service, 8 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1005 2 EA AUTOMATIC PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Automatic Paint spray gun cleaner service, 4 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1006 40 EA 6-10 GAL AQUEOUS BRAKE PARTS CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Aqueous Parts Cleaner, 8 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1007 45 EA 30 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1008 17 EA 55-60 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 1009 1 EA Contractor Manpower Reporting (CMR), the Contractor shall report ALL contractor manpower required for performance of this contract. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). When contract performance is completed before Sep 30 of a fiscal year, the contractor may enter the report upon contract completion rather than waiting for the end of the fiscal year. 1 Mar 2012 to 28 Feb 2013 (First Option Year) ITEM NO: 2001 3 EA 6 GALLON IMMERSION CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Immersion Cleaner Service each 8 weeks, Period of performance is from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2002 165 EA 20-25 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2003 32 EA 40 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2004 1 EA PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Paint spray gun cleaner service, 8 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2005 2 EA AUTOMATIC PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Automatic Paint spray gun cleaner service, 4 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2006 40 EA 6-10 GAL AQUEOUS BRAKE PARTS CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Aqueous Parts Cleaner, 8 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2007 45 EA 30 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2008 17 EA 55-60 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 2009 1 EA Contractor Manpower Reporting (CMR), the Contractor shall report ALL contractor manpower required for performance of this contract. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). When contract performance is completed before Sep 30 of a fiscal year, the contractor may enter the report upon contract completion rather than waiting for the end of the fiscal year. 1 Mar 2013 to 28 Feb 2014 (Second Option Year) ITEM NO: 3001 3 EA 6 GALLON IMMERSION CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Immersion Cleaner Service each 8 weeks, Period of performance is from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3002 165 EA 20-25 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3003 32 EA 40 GALLON PARTS CLEANER BASINS (Vendor supplied and maintained to manufacturer standards at no government cost) - Parts cleaner with Waste Minimization Process, 8 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3004 1 EA PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Paint spray gun cleaner service, 8 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3005 2 EA AUTOMATIC PAINT SPRAY GUN CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Automatic Paint spray gun cleaner service, 4 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3006 40 EA 6-10 GAL AQUEOUS BRAKE PARTS CLEANER (Vendor supplied and maintained to manufacturer standards at no government cost) - Aqueous Parts Cleaner, 8 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3007 45 EA 30 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3008 17 EA 55-60 GALLON GOV. OWNED WEAPONS CLEANING BASINS - Customer owned weapons cleaning machine service, 18 week service from 1 Mar 2014 to 28 Feb 2015 (Third Option Year) ITEM NO: 3009 1 EA Contractor Manpower Reporting (CMR), the Contractor shall report ALL contractor manpower required for performance of this contract. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). When contract performance is completed before Sep 30 of a fiscal year, the contractor may enter the report upon contract completion rather than waiting for the end of the fiscal year. 1 Mar 2014 to 28 Feb 2015 (Third Option Year) Your price shall be FOB destination. Inspection and acceptance shall be at destination. Payment will be made via Wide Area Work Flow (WAWF). You must be registered in the Central Contractor Registration (http://www.ccr.gov/), have a valid ORCA on file at: https://orca.bpn.gov/ and be registered in WAWF at: https://wawf.eb.mil/. Award shall be made to the best value; technical, warranty, past performance and price quote. You shall submit commercially available literature on your Company that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.209-7, 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-54, 52.223-9, 52.225-13, 52.232-33), 52.217-8, 52.217-9, 52.232-18, 52.232-19. and DFARS 252.212-7000, 252.212-7001 (252.225-7001, 252.225-7001) DFAR 252.232-7003, DFAR 252.203-7000, 252.219-7003, 252.225-7012, 252.232-7003, 252.247-7023 Alt III, 252.204-7004, Full text of these clauses may be found at http://farsite.hill.af.mil/. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/vfdfara.htm.A copy of the combined synopsis/solicitation is available at: http://www.riley.army.mil/Services/Fort/Contracting.asp for download. Your quote information and commercial literature shall be submitted electronically to joseph.arthur.mitchell@us.army.mil or by facsimile to (785) 239-5178 Attn: Joseph Mitchell no later than 10:00 AM CST on 20 January 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90ae8f3f7c6d0f7c332a701cd4e95a05)
 
Place of Performance
Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02361015-W 20110116/110114234501-90ae8f3f7c6d0f7c332a701cd4e95a05 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.