Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
SOLICITATION NOTICE

89 -- Request for Quote for Raw Subsistence

Notice Date
5/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424410 — General Line Grocery Merchant Wholesalers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-12-T-0020
 
Response Due
5/24/2012
 
Archive Date
7/23/2012
 
Point of Contact
Bryan Baldwin, 406 324 3410
 
E-Mail Address
USPFO for Montana
(bryan.j.baldwin@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. This request is unrestricted. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. STATEMENT OF WORK 1.The Contractor shall provide all labor and packaging of unprepared subsistence items to be ready for pick up by Montana National Guard Soldiers in the Helena, MT area. All subsistence items will meet health/sanitation standards required by the USDA. Contaminated, spoiled, outdated, damaged, or discrepant items will not be accepted. Items not accepted must be replaced by the contractor within 24 hours at no additional cost to the Montana Army National Guard (MTARNG). 2.Dairy products shall have sufficient remaining shelf life commensurate with industry standard, and at a minimum, milk must have seven (7) days prior to expiration date indicated on manufacturer's packaging. 3.All produce and produce items must meet all Federal, State, and Local industry standards, regulations, grading and guidelines governing growth, manufacturing, storage, packaging, distribution and transport. Produce must be free from decay, rotting and/or deterioration such as to make it unfit for consumption. Must be free from defects with the exception of very slight superficial defects provided these defects do not affect the general appearance, quality and presentation in the packaging. Will be clean and practically free of any visible foreign matter and free from pests and pest damage. Must be free of abnormal external moisture, foreign smell and/or taste. 4.All meat, poultry, fish and seafood items must meet all USDA, Federal, State, and Local industry standards, regulations, grading and guidelines governing growth, manufacturing, storage, packaging, distribution and transport. 5.Inspection and acceptance of items will be performed at contractor location. Each receiving official will be responsible for accepting or rejecting the product. 6.Substitutions must be of equal or better quality than the original item ordered, at no additional cost to the MTARNG. Contractor must get approval of substitute items from government POC at least 24 hours prior to the required delivery date/time. 7.Final ration list will be provided at time of award. Government will coordinate pick up of raw subsistence items every 2 days. Government reserves the right to adjust quantities. Government point of contract will provide contractor 48 hours notice of adjusted quantities. This will most likely occur during pick-up. 8.Pricing will be the same as the lowest price the Contractor charges their most valued customers. 9.Contractor will provide a location for pick up no more than 25 miles from Fort Harrison, MT. 10. Preliminary ration list includes the following items: BEVERAGE POWDER, SWEETENEDQT 1,004 COFFEE ROASTED, GROUNDOZ 3,903 BREAD, ASSORTED VARIETIESLB 488 BREAD, FRENCHLB 273 BREAD, TEXAS TOASTEA 158 BUNS, HAMBURGER, SPLITEA 381 DINNERROLLS - READY To EatEA 2,026 ENGLISH MUFFINS, PREPAREDEA 316 HARD ROLLS, PREPAREDEA 316 HOT DOG BUNS, SPLITEA 130 TORTILLAS, CORN OR FLOUREA 446 APPLE PIE FILLINGoz 187 APPLES, CANNED, SLICEDOZ 813 APPLESAUCE, CANNEDOZ 2,393 BARLEY, WHITEOZ 151 BEANS, GREEN, CANNEDOZ 3,161 BEANS, KIDNEY, CANNEDOZ 842 BEANS, PORK & BEANSOZ 594 BEANS, REFRIEDOZ 250 BEANS, WAXED, CANNEDOZ 961 BEANS, WHITE, DRYOZ 303 BLUEBERRY PIE FILLINGOZ 225 BREAD CRUMBS, DRYOZ 308 BROWNIE MIXLB 86 CEREAL, ASSORTED, DRY INDIVIDUALPG 1,744 CHERRY PIE FILLINGOZ 697 CHILI CON CARNE CANNEDOZ 281 CHILI SAUCEOZ 71 CHIPS, ASSORTED, INDIVIDUALEA 325 CHOCOLATE CHIP COOKIE MIXLB 182 CORN CREAMED STYLEOZ 1,011 CORN STARCHOZ 106 CORN, WHOLE KERNAL - CANNEDOZ 4,053 CORNBREAD MIXLB 7 CRACKERS, GRAHAMLB 9 CRACKERS, SODALB 6 DEVILS FOOD CAKE MIXLB 7 FLOUR-WHITE, GENERAL PURPOSELB 92 GERMAN COCOLATE CAKE MIXLB 32 GINGERBREAD CAKE MIXLB 32 HAM, CANNED, BONELESSLB 171 HOMINY GRITS, QUICK COOKOZ 303 HONEYOZ 10 ICING MIX CHOC (CAN/BOX)EA 3 JAM AND JELLY ASSORTMENTOZ 1,999 JUICE, LEMONOZ 24 JUICE, TOMATO, CANNEDOZ 31 MILK, NONFAT, DRY, POWDEREDOZ 1,045 MUSHROOMS, CANNED/JAROZ 1,341 NUTS, UNSALTEDOZ 31 OATMEAL COOKIE MIXLB 10 OIL, OLIVEOZ 1 OIL, VEGETABLEGL 35 OLIVES, SLICED/CHOPPEDOZ 31 PANCAKE MIXLB 137 PASTA, EGG NOODLEOZ 742 PASTA, LASAGNALB 19 PASTA, MACARONIOZ 60 PEACH PIE FILLING MIXOZ 1,213 PEANUT BUTTEROZ 42 PEANUT BUTTER COOKIE MIXLB 27 PEAS, CANNEDOZ 4,657 PEAS, DRY, SPLITOZ 455 PECANS, CHOPPEDOZ 51 PICKEL CHIPS - DILL/SWEETOZ 33 PIE CRUST DOUGH, READYMADEOZ 758 PIMIENTOS, CANNEDOZ 156 PINEAPPLE, CANNED/SLICEDOZ 341 PINEAPPLE, CRUSHEDOZ 71 PIZZA SAUCE, READY MADEOZ 193 RAISINSOZ 123 RELISH, SWEET PICKLEOZ 94 RICE, LONG GRAIN/MINUTEOZ 1,358 ROLLED OATS, QUICK COOKOZ 1,176 SALAD DRESSING ASSORTED PT 278 SALAD DRESSING, MIRACLE/MAYOOZ 289 SAUCE-TACO/PICANTE/SALSAOZ 179 SAUERKRAUTOZ 193 SHORTENING, SOLID, ALL VEGETABLEOZ 202 SOUP, DEHYDRATED, CHICKEN NOODLEOZ 30 SOUP, DEHYDRATED, ONIONOZ 76 SPAGHETTIOZ 1,342 SPICE CAKE MIXLB 32 SUGAR COOKIE MIXLB 7 SUGAR GRANULATEDLB 149 SUGAR POWDEREDLB 17 SUGAR, BROWNLB 36 SYRUP, TABLE MAPLE/ ASSORTEDOZ 2,196 TOMATO PASTEOZ 1,115 TOMATOES, CRUSHED, CANNEDOZ 4,271 TORTILLAS, CORN OR FLOUROZ 446 VINEGAROZ 477 WALNUTS, CHOPPEDOZ 139 WHITE CAKE MIXLB 7 APPLES, FRESHLB 16 BANANAS, FreshEA 3 BEAN SPROUTS, FreshOZ 522 BROCCOLI, FRESHOZ 2,230 CABBAGE, FRESHLB 95 CARROTS FRESHLB 228 CAULIFLOWER, FRESHLB 10 CELERY, FRESHLB 118 CUCMBERS, FRESHLB 124 ENDIVE, FRESH, TRIMMEDLB 20 FRUIT, FRESH ASSORTED, SEASONALEA 1,780 LETTUCE, FRESH TRIMMEDLB 299 ONIONS, FRESHLB 296 ONIONS, GREEN, FRESHLB 11 PEPPERS, FRESH SWEETLB 84 RADISHES, FRESHLB 17 ROMAINE Lettuce, FRESH, TRIMMEDLB 30 TOMATOES, FRESHLB 239 BEEF STEAK FOR GRILLING 4.7 OZEA 316 BEEF, GROUND, PATTIE, FROZENEA 130 DESSERT TOPPING, FROZENOZ 241 ICE CREAM/SHERBERTGL 76 JUICE, ORANGE FROZENOZ 5,668 POTATOES HASHBROWN, FROZENLB 796 SHRIMP, FRZN, RAW, DEVEINED OR CHICKNLB 65 STRAWBERRIES, FROZEN, THAWEDOZ 455 BACON, SLICEDLB 263 BEEF, DELI, ROASTED, SLICEDLB 42 BEEF, GRD, BULK, THWD, XLEANLB 418 BEEF, OVEN ROAST, RAW, THAWEDLB 176 BEEF, STEAK ROUND, RAW, THAWDEDLB 95 CHEESE, ASSORTED, SLICED, for sandwichesLB 14 CHEESE, CHEDDAR, SHREDDEDLB 38 CHEESE, COTTAGEOZ 686 CHEESE, GRATED PARMESANOZ 254 CHEESE, MOZZARELLA, SHREDDEDLB 14 CHICKEN, BREAST/THIGH/LEG, RAWPC (4 OZ) 1,394 CREAM CHEESEOZ 275 CREAM, TABLE, HEAVYOZ 25 EGGS, SHELL, MED OR LARGEDZ 814 FRANKFURTERSEA 130 MARGARINE PATTIESLB 124 MARGARINE, SOLID, SOFTLB 127 MILK LOWFAT 2% (PACKAGED IN BULK)GL 904 POLISH/BRATWURST SAUSAGEEA 65 PORK CHOPS, BONELESS 6 OZ EAEA 381 PORK TENDERLOIN, TIE ROASTLB 120 PORK, DICED THAWEDLB 80 PORK, SPARERIBS, THAWEDLB 188 POTATO, SALAD, PREPARED, Ready to eatLB 20 SAUSAGE, LINKLB 208 SOUR CREAMLB 27 TURKEY, ROASTED, SLICED for SandwichesLB 4 ALLSPICE, GROUNDOZ 1 AU JUS SAUCEOZ 3 BAKING POWDEROZ 15 BAKING SODAOZ 6 BASIL, SWEET, CRUSHEDOZ 4 BAY LEAVESOZ 19 CATSUP, TOMATOOZ 719 CHILI POWDEROZ 1 CINNAMON, GROUNDOZ 5 CLOVES, WHOLEOZ 1 COFFEE CREAMER, NON DAIRYOZ 331 CUMINOZ 1 GARLIC POWDEROZ 28 GINGER, GROUNDOZ 3 LEMON RIND, GRATEDOZ 7 MUSTARD, DRYOZ 3 MUSTARD, PREPAREDOZ 55 NUTMEG, GROUNDOZ 3 ORANGE RIND, GRATEDOZ 3 OREGANO, CRUSHEDOZ 4 PAPRIKA, GROUNDOZ 7 PARSLEY, CANNED, DRIEDOZ 33 PEPPER, GROUND, BLACKOZ 74 PEPPER, RED GROUNDOZ 2 POULTRY SEASONINGOZ 1 SALTLB 29 SOUP & GRAVY BASE, BEEFOZ 420 SOUP & GRAVY BASE, ChickenOZ 175 SOUP & GRAVY BASE, HAMOZ 114 SOY SAUCEOZ 191 TACO SEASONINGOZ 7 THYME, GROUNDOZ 4 VANILLA FLAVORINGOZ 15 WORCHESTERSHIRE SAUCEOZ 194 Final ration list to be provided at time of award. This list is subject to adjustment as described in paragraph 7 above. Instructions to Offerors Offerors shall provide a firm, fixed price for the following ten (10) raw subsistence items only. Pricing for these ten items will be used to establish price reasonableness and perform price analysis in accordance with the evaluation criteria established in 52.212-2. CLINDESCRIPTIONQUANTITYU/MPRICE 0001Dinnerrolls - Ready to Eat2026Ea________ 0002Cereal, Assorted, Dry Individual1744PG________ 0003Apples, Fesh16Lbs________ 0004Fruit, Fresh Assorted, Seasonal1780Ea________ 0005Lettuce, Fresh Trimmed299Lbs________ 0006Beef Steak, 4.7 OZ316Ea________ 0007Beef, Ground Extra Lean418Lbs________ 0008Chicken, Breast/Thigh/Leg, 4 OZ Piece1394EA________ 0009Eggs, Shell, Medium or Large814DZ_________ 0010Milk, 2 %, Packaged in bulk904GL_________ Award will be made with one lump sum CLIN consisting of the final ration list. 52.212-2 Instructions to Offerors -- Commercial Items (Feb 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( 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 Central Contractor Registration (CCR) 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 CCR 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) Central Contractor Registration. 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 CCR 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 CCR 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 CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (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. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. If services from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) MAR 2012 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: MAJ Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than May 24, 2012 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil with the same deadline. If you have any questions, please contact MAJ Bryan Baldwin at 406-324-3405 or email bryan.j.baldwin@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-12-T-0020/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02746872-W 20120516/120514235534-6a1602da676662927a9fae6d8f0c6418 (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.