SOLICITATION NOTICE
R -- Time and Attendance for 433rd Air Wing - Bid Schedule
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- LGCAC-5-0067
- Archive Date
- 8/24/2011
- Point of Contact
- Christopher P. Trevino, Phone: 21067115144
- E-Mail Address
-
christopher.trevino.2@us.af.mil
(christopher.trevino.2@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Wage Determination Statement od Work Bid Schedule This is a combined synopsis/solicitation for Time and Attendance Analyst for the 433rd AW. Items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is LGCAC-5-0067. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and DFARS change notice 20110202. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms. Availability and how long it will take to ship to Lackland AFB, TX. Quotes must be valid through 30 September 2011. The NAICS Code is 541611 and the size standard is $7,000,000.00. At this time only Service-Disabled Veterans Small Businesses quotes will be accepted for this acquisition. **Please also see Statement of Work Bid schedule Wage Determination To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests. Clauses referenced by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). FAR 52.204-10, Reporting Subcontractor Awards; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-3, Convict Labor; FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.212-4, Contract Terms and Condition, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.233-3, Protest After Award, 52.247-34 FOB Destination, 52.222-3, Convict Labor, 52.222-99, Notification of Employee Rights under the National Labor Relations Act. **The full text of a provision/clause may be accessed electronically at http://farsite.hill.af.mil** 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A 252.204-7007 Alternate A, Annual Representations and Certifications. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.247-7022 Representation of Extent of Transportation by Sea. 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. In Full Text: Addenda 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. 52.217-8 -- Option to Extend Services Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor no later than 15 Days before the contract expires. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, 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 Time keeper (GS-13) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) (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 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, concerned parties may contact the Center/MAJCOM 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 MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (a) Definitions. As used in this clause-- "Driving"- (1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park. (b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009. (c) The Contractor is encouraged to- (1) Adopt and enforce policies that ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct initiatives in a manner commensurate with the size of the business, such as- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts that exceed the micro-purchase threshold. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor no later than 15 days before the contract expires; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend no later than 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 (months). SECURITY REQUIREMENTS FOR SOLICITATIONS AND CONTRACTS (AUG 08) 1. Base Entry and Vehicle Control Requirements. Contractor shall comply with AFFARS Clause 5352.242-9000, "Contractor access to Air Force installations" which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. 2. Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check with Inquiries (NACI) request, before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Quality Assurance Evaluator or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny computer access. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed to perform duties requiring computer access. After submission of the complete security package through the security office, contractor employees may obtain their "Common Access Card" (CAC) for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. Contractor shall comply with AFFARS Clause 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel which is hereby incorporated by reference if not otherwise included. The contractor shall comply with DODD 5200.08R Physical Security Program, (Chapter 3, Section C.3). 3. List of Employees. The contractor shall provide the Contracting Officer a current list of employees within 3 working days after receiving award or Notice of Award. The list shall include employee's name, date of birth, state driver's license/state ID number and state of issue, and social security number. Notifications of contractor employee additions and deletions shall be provided with the same information listed above and within 3 working days. 4. Government Data. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW with the records management procedures in Air Force Instruction (AFI) 33 - 322, Records Management Program, Air Force Manual (AFMAN) 33-363, Management of Records, AFI 33-364, Records Disposition-Procedures and Responsibilities, and the Air Force Records Disposition Schedule (AF RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/rims.cfm 5. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations (Chapter 2, paragraph 2.7) and Volume-2, Protective Service Matters, (Paragraph 1.2). Contractor shall report to Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 6. Freedom of Information. The contractor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the Contracting Officer. 7. Physical Security. The contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. 8. Key Control. The contractor shall safeguard all keys issued by the government and ensure they are used only by authorized contractor personnel. The contractor shall not duplicate issued keys and shall report lost keys to the contracting officer immediately. The contractor will be charged for lost keys, re-keying, and lock replacement as applicable. 9. Additional Security Requirements. (Include this paragraph only if the contract requires access to classified materials.) If this contract requires access to classified materials the contractor shall comply with DOD 5200.1-R (Chapter C3.4), AFI 31-601 (Chapter 2, para 2.3), AFI 33-202, Computer Security; AFI 33-203, Emission Security (EMSEC) Program, AFI 33-204, Information Protection Awareness, Training, and Education (SATE) Program; applicable AFKAGs, AFIs, and AFSS for Communication Security (COMSEC); and AFI 10-1101, Operations Security (OPSEC) Instructions. 10. Unescorted Entry to Restricted Areas. (Include this paragraph only if the contract requires unescorted entry to restricted areas.) If this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101 Volume 1, The Air Force Installation Security Program (Chapter 9), DOD 5200.2-R, Appendix 1, and AFI 31-501, Personnel Security Program Management (Paragraph 3.24). If the performance of this contract requires unescorted entry to a restricted area, personnel must have a favorably adjudicated NAC investigation. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Quality Assurance Evaluator or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to restricted areas. In this instance the Contracting Officer will notify the contractor of the denial. That individual will not be allowed to perform duties requiring access too Restricted Areas. Upon receipt of a favorable investigation results and authorization by the appropriate commander, the contractor member will receive an Air Force (AF) Form (Fm) 1199 for access to restricted areas, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NAC adjudication process normally takes 2 to 5 months after submission of the package. 11. National Agency Check (NAC). (Include this paragraph only if the contract performance period exceeds 180 calendar days.) If the period of performance of the contract is more than 180 days, personnel must have a favorably adjudicated NAC investigation. This requirement also applies to any subcontractors that will be performing in a period in an excess of 180 days. This requirement is independent of computer access requirements and restricted area entry requirements addressed in paragraphs 2 and 10 above. It applies even if computer access or restricted area entry is not required. The NACI required for Computer Access or the NAC required for restricted area unescorted entry will meet the requirements of this paragraph. The contractor shall ensure that its subcontractors comply with this requirement. The government will conduct the NAC at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Quality Assurance Evaluator or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to the installation. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed entry to the installation.. After submission of the complete security package through the security office, contractor employees may obtain their "Installation Access" ID for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NAC adjudication process normally takes 2 to 5 months after submission of the package. 12. Credentials Turn-In. Upon completion of performance, termination of the contract or termination of performance on this contract by any individual for any reason, the contractor shall turn in all CAC Cards, Base Identification Passes, Restricted Area Badges, and any other documents issued by the government to the Issuing office, Quality Assurance Evaluator, or Project Manager. 5352.242-9000 Contractor access to Air Force installations. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (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 police 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, and any additional requirements identified in the Performance Work Statement (PWS), 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 the PWS security requirements. (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. 13. ADDENDA 52.212-1 This section is for solicitation purposes only. This section will be physically removed from any resultant award, but will be deemed incorporated by reference. 52.212-1-Instructions to Offerors-Commercial Items (JUN 2008) 14. ADDENDA TO 52.212-1 OFFER PREPARATIONS INSTRUCTIONS A. Technically Acceptability: (Submit original and one (1) copy.) The Government will first evaluate all timely proposals for technical acceptability. To be eligible for award an offeror must be technically acceptable. To be technically acceptable all technical factors must be rated technically acceptable If, any technical factor is rated below acceptable, the overall proposal will receive the rating of the lowest rated technical factor. Only proposals rated as technically acceptable can receive an award. All supporting documentation is limited to 10 pages. A page is defined as single side of paper with dimensions of 8-1/2 X 11. Technically Acceptable information is required to be received by the closing date and time for offer. B. Technical Factors: a. The offerors shall provide 5 years of continuous past experience similar in size, scope, and complexity to the entire scope of the PWS. b. The offerors shall provide past experience for Time and Attendance Analyst that shows direct support for the dual-status Air Reserve Technician (ART) program, which provided advice and assistance to manager, supervisors, and employees at all levels of the organization. c. The offerors shall provide three years past experience in all functional areas of Time and Attendance, and have the ability to combine this experience with the application of strategic planning methodologies. d. The offerors must provide documentation to show that they understand and follow applicable Air Force Reserve Command program compliance and maintain contact with Command and Air Force officials for program oversight. e. The offerors shall provide a plan for hiring and retaining qualified and certified personnel in accordance with PWS for the period of performance of this contract. 15 ADDENDA to 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) A. This is a competitive best value from sources, using Federal Supply Schedules in which competing offers' technical acceptability will be evaluated on a basis significantly more important than cost or price considerations. However, cost/price will contribute substantially to the selection decision. The Government will award a contract resulting from this solicitation to the reasonably priced, technically acceptable, responsible offeror whose proposal conforming to the solicitation offers the best value to the Government. B. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. C. 52.212-2 - Evaluation-Commercial Items (JAN 1999) 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. D. Technical Proposals will be evaluated as follows: Technically Acceptability: The Government will first evaluate all timely proposals for technical acceptability. To be eligible for award an offeror must be technically acceptable. To be technically acceptable all technical factors must be rated technically acceptable If, any technical factor is rated below acceptable, the overall proposal will receive the rating of the lowest rated technical factor. Only proposals rated as technically acceptable can receive an award. Each technical factor will receive one of the ratings listed below: Acceptable- The technical proposal meets all of the standards identified paragraph 14 (A-E) of this provision. Reasonably Susceptible of Being Made Acceptable- The technical proposal does not meet the standards identified in paragraph 14 (A-E) of this provision; however, there is reason to believe that through minor revisions the technical factor could be made acceptable. Unacceptable- The technical proposal fails to meet standards identified in paragraph 14 (A-E) and would require a substantial rewrite or revision to be made Acceptable, or the offeror takes an exception to any part of the solicitation. The following factors shall be used to evaluate offers: a. Price Evaluation. Next, the Government will rank all Technically Acceptable offers by evaluated price, including option prices. An offeror's proposed estimated prices will be determined by multiplying the estimated quantities identified in the bid schedule by the proposed unit price for each CLIN to determine the extended amount for each CLIN. Estimated totals for each CLIN will then be totaled to determine the estimated total price for each offeror. The price evaluation will document reasonableness of the proposed total evaluated price. The Government will evaluate offers for award purposes by adding the total estimated price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if unit prices or option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). An offerors proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. After price evaluation is completed the Government will rank all Technically Acceptable proposals by evaluated price, including option prices. b. Acceptance of Requirements. In order to be determined Technically Acceptable for this factor, vendors must take no exception to the Performance Work Statement, Bid Schedule, and requirements of the RFQ. The vendor shall submit the following "Acceptable" statement, verbatim, to that effect. "Insert Quoter/Company Name, takes no exception to the Performance Work Statement, Bid Schedule, and requirements of the RFQ. Insert Quoter/Company Name, will have the required qualified personnel in place at the required location(s) on the first day of the Task Order's Period of Performance." Other than the necessity for this "Acceptance" statement in writing, no written technical proposal is required for this factor. Omission of this statement will result in a determination of Technical Unacceptability for this factor. Omission of any of the language required in this statement will result in a determination of Technically Unacceptability for this factor. c. The Offeror must meet all requirements defined in paragraph 14 B(a-e). The government will not consider nor evaluate experience that concluded more than five years from the final solicitation release date. The Government intends to award without discussions. However, the Government reserves the right to conduct discussions if deemed in its best interest. 252.232-7007 Limitation of Government's obligation. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov.. Offers must be received no later 9 Aug 2011, 12:00 p.m. (Central Time). Offers may be sent by fax, or electronically. The Point of Contact for this solicitation is SSgt Trevino, Christopher, christopher.trevino.2@us.af.mil. Phone number is (210) 671-5144. Fax number is (210) 671-3360. The Contracting Officer is Dorothy Coleman, Dorothy.coleman@us.af.mil Phone number is (210) 671-1728.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCAC-5-0067/listing.html)
- Place of Performance
- Address: 433rd AW, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02518106-W 20110804/110802234720-ed259211b620a1e8406537d0fe7d3329 (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 |