MODIFICATION
71 -- DFAC FURNITURE
- Notice Date
- 6/18/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 610th Contingency Contracting Team, Fort Jackson, SC 29207
- ZIP Code
- 29207
- Solicitation Number
- W9124C0010143961
- Response Due
- 6/26/2012
- Archive Date
- 12/23/2012
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124C0010143961 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-26 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Eustis - ICO Jackson requires the following items, Brand Name or Equal, to the following: LI 001, DFAC 2 Bldg 5454 Delivery Costs: All items will be delivered during the period 20 -24 August 2012, between the hours of 7:30AM and 4:00PM, and set-up completed no later than 4PM, 24 August 2012. Delivery vehicles must enter Fort Jackson through the Boyden Arbor Gate located off of Percival Road (SC-12). See attachment for additional information for this option period., 1, EA; LI 002, DFAC 2 Bldg 5454: infantry logo chair: Ft. Jackson Infantry logo ( See attachment)chair 17.5"W X 19.5"D X 32"H with vinyl upholstered seat (Color TBD) with steel laser cut logo back. Frame to be constructed of high density box steel, with leg stretchers for added strength, non?marring piece nylon glides. Powder coat finish (Color TBD)., 1000, EA; LI 003, DFAC 2 Bldg 5454: logo barstool: Atlas Ft Jackson/Infantry logo (The logos are to be placed on the back of the chairs as shown in the picture of the logo I will resent to you).for drill instructor area; Ft. Jackson Infantry logo barstool to match infantry logo chair., 116, EA; LI 004, DFAC 2 Bldg 5454: low rectangular 4 man table: 30" x 48" X 1-1/4? inlay laminate tables, (This is the Spec for these items )2 SP?522?3 t-base table legs, on the level (OTL) hydraulic glides, 1 1/4" high pressure laminate (HPL) with T?mold vinyl edge. Table to include 2 each 5"x22" black finish legs. All accessories and parts included in end product. (Includes: low rectangular 4 man table legs)., 250, EA; LI 005, DFAC 2 Bldg 5454: 30? X 48? inlay laminate barstool height tables? (This is the Spec for these items) 3036 tabletop, (1) tall(This is the Spec for these items) CR?3030 table x?base, on the level glides with inlay laminate 30?x48 ?x1?1/4? table 2 high pressure laminates (HPL) with ?T? mold vinyl edge, black finish, with on the level hydraulic glides. All accessories and parts included in end product to match item #3, 27, EA; LI 006, DFAC 2 Bldg 5454: window cascades to fit up to approximately 72" wide window: Fabric covered and lined swags to cascade across jabots. Windows must be measured by vendor., 40, EA; LI 007, DFAC 2 Bldg 5454: Window treatment installation pre-measurements and installation of cascades., 1, EA; LI 008, DFAC 2 Bldg 5454: artwork large: custom selected large frame wall art with double matte 1-1/2? cherry wood raised design 24?X48? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 20, EA; LI 009, DFAC 2 Bldg 5454: artwork medium: custom selected medium frame wall art W/double matte 1-1/2? cherry wood raised design 22?X30? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 36, EA; LI 010, DFAC 2 Bldg 5454: panel artwork: custom etched metal photo panel representing activities of Fort Jackson; panel to be architecturally stable metal aluminum/rubber combination. Panel may be cut to fit mounting area, estimated dimensions of panel 48?X96?. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 4, EA; LI 011, DFAC 2 Bldg 5454: plants, artificial: 24 inch philodendron silk plants, to include wall mount sconce for plants. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 24, EA; LI 012, DFAC 2 Bldg 5454: palm tree, artificial: 7 foot silk tropical Areca palm tree, to include woven planter. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 2, EA; LI 013, DFAC 2 Bldg 5454: Television: 46" HD LCD flat panel TV (1080p) (Sony, Panasonic, Samsung) (Other Brand names for TV's can be used)to be mounted on Government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 6? coaxial A/V cable., 12, EA; LI 014, DFAC 2 Bldg 5454: 1.Mobile menu computer system: Custom menu display system to include 4 each 42" flat panel TV monitors, 4 each computers with keyboard/mouse, 4 each 25 ft monitor cables, 4 each registered copy of Microsoft PowerPoint with authentic disk and code, and 4 each locking computer display kiosks. Each is a centralized integrated system providing a menu system at each of the four entry ways to the facility. TVs will be mounted on Government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 6? coaxial A/V cable., 1, EA; LI 015, DFAC 2 Bldg 5454: Requested Specification: US Army Divisions WWII (set); set consists of up to 53'4" LF (one per "pod") of metal panels 16? x 96? x 1/8? per panel, photo etched with Should Patch of each of 76 Army Divisions that fought in World War II. Images to be 12? high and include Division identification; images to be full color, panels to be edged with chrome trim top and bottom. Panels to be mounted at top of wall at ceiling joint (Drill Sergeant seating and corner beverage areas). Statement is ok, it just explain the panel that is being requested., 4, EA; LI 016, DFAC 2 Bldg 5454: "L" Computer desk system: (This the Brand name of the items, others brands can be used. American Patriot "L" office desk 78" x 66" office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top w/4 grommet cable holes., 2, EA; LI 017, DFAC 2 Bldg 5454: double pedestal office desk: (This the Brand name of the items, others brands can be used.) American Patriot ?double pedestal? office desk 60?x30?office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top with 4 grommet cable holes., 2, EA; LI 018, DFAC 2 Bldg 5454: 4 drawer vertical file cabinet with lock: (This the Brand name of the items, others brands can be used.) American Patriot four drawer lateral file, 30"w x 53 1/4"H x 91 1/4"d, black., 3, EA; LI 019, DFAC 2 Bldg 5454: high back ergonomic leather office chair: Managers ergonomic leather office chair with ergonomic back, adjustable arms., 4, EA; LI 020, DFAC 2 Bldg 5454: matching book case: American Patriot Bookcase, 5 shelves, grey, and all steel one piece welded construction. Shelves adjust at 1/2" increments. 4 shelves plus bottom approximately 72" x 36" x 12"., 2, EA; LI 021, DFAC 2 Bldg 5454: front loading drop safe: Nation Wide safe model #1530 or equal, electronic lock with keypad, designed to bolt to floor. Includes drilling concrete floor, all required hardware, and installation. Includes Prolam fabricated 21" steel base with mounting devices top and bottom, skirted steel frame. Interior size requirements 2.95 CUFT, 14-3/4?HX19-7/8?WX17-1/2?D, 1, EA; LI 022, DFAC 2 Bldg 5454: 18" Wall Clock: color and design to match facility design, battery operated., 2, EA; LI 023, DFAC 2 Bldg 5454: Installation includes meeting truck, verifying inventory to order, and unloading truck at installation site; unpacking and waste disposal to approved dump site. Assembling tables / bases and other products as needed. Product installation to be completed per contractor and Government agreed plan drawings (Disregard this statement there are no plans only a discussion. Contractor will install products and is written on his quote to install all items)., 1, EA; LI 024, OPTION DFAC 1 Bldg 5455 Delivery Costs: All items will be delivered during the period 22-26 October 2012, between the hours of 7:30AM and 4:00PM, and set-up Completed no later than 4PM, 1 Nov 2012. Delivery vehicles must enter Fort Jackson through the Boyden Arbor Gate located off of Percival Road (SC-12). See attachment for additional information for this option period., 1, EA; LI 025, OPTION DFAC 1 Bldg 5455: infantry logo chair: Ft. Jackson (( See attachment))Infantry logo chair 17.5"W X 19.5"D X 32"H with vinyl upholstered seat (Color TBD) with steel laser cut logo back. Frame to be constructed of high density box steel, with leg stretchers for added strength, non?marring piece nylon glides. Powder coat finish (Color TBD)., 1000, EA; LI 026, OPTION DFAC 1 Bldg 5455: logo barstool; Atlas Ft Jackson/Infantry Logo (( See attachment)) for drill instructor area; Ft. Jackson Infantry logo barstool to match infantry logo chair., 116, EA; LI 027, OPTION DFAC 1 Bldg 5455: low rectangular 4 man table; 30" x 48" X 1-1/4? inlay laminate tables, (This is the Spec for these items )2 SP?522?3 t-base table legs, on the level (OTL) hydraulic glides, 1 1/4" high pressure laminate (HPL) with T?mold vinyl edge. Table to include 2 each 5"x22" black finish legs. All accessories and parts included in end product. (Includes: low rectangular 4 man table legs)., 250, EA; LI 028, OPTION DFAC 1 Bldg 5455: 30? X 48? inlay laminate barstool height tables: (This is the Spec for these items )3036 tabletop, (1) tall (This is the Spec for these items )CR?3030 table x?base, on the level glides with inlay laminate 30?x48 ?x1?1/4? table 2 high pressure laminates (HPL) with ?T? mold vinyl edge, black finish, with on the level hydraulic glides. All accessories and parts included in end product to match item #3, 27, EA; LI 029, OPTION DFAC 1 Bldg 5455: window cascades to fit up to approximately 72" wide window: Fabric covered and lined swags to cascade across jabots. Windows must be measured by vendor., 40, EA; LI 030, OPTION DFAC 1 Bldg 5455: Window treatment installation pre-measurements and installation of cascades., 1, EA; LI 031, OPTION DFAC 1 Bldg 5455: artwork large: custom selected large frame wall art W/double matte 1-1/2? cherry wood raised design 24?X48? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 20, EA; LI 032, OPTION DFAC 1 Bldg 5455: artwork medium: custom selected medium frame wall art with double matte 1-1/2? cherry wood raised design 22?X30? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 36, EA; LI 033, OPTION DFAC 1 Bldg 5455: panel artwork: custom etched metal photo panel representing activities of Fort Jackson; panel to be architecturally stable metal aluminum/rubber combination. Panel may be cut to fit mounting area, estimated dimensions of panel 48?X96?. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 4, EA; LI 034, OPTION DFAC 1 Bldg 5455: plants: artificial 24" philodendron silk plants, to include wall mount sconce for plants. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 24, EA; LI 035, OPTION DFAC 1 Bldg 5455: palm tree, artificial 7 FT silk tropical Areca palm tree, to include woven planter. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 2, EA; LI 036, OPTION DFAC 1 Bldg 5455: Television 46" HD LCD flat panel TV (1080p): (Sony, Panasonic, Samsung) (Other Brand names for TV's can be used) to be mounted on government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 6? coaxial A/V cable., 12, EA; LI 037, OPTION DFAC 1 Bldg 5455: Mobile menu computer system: Custom menu display system to include 4 each 42" flat panel TV monitors, 4 each computers with keyboard/mouse, 4 each 25 ft monitor cables, 4 each registered copy of Microsoft PowerPoint with authentic disk and code, and 4 each locking computer display kiosks. Each is a centralized integrated system providing a menu system at each of the four entry ways to the facility. TVs will be mounted on Government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 6? coaxial A/V cable., 1, EA; LI 038, OPTION DFAC 1 Bldg 5455: Requested Specification: US Army Divisions WWII (set); set consists of up to 53'4" LF (one per "pod") of metal panels 16? x 96? x 1/8? per panel, photo etched with Should Patch of each of 76 Army Divisions that fought in World War II. Images to be 12? high and include Division identification; images to be full color, panels to be edged with chrome trim top and bottom. Panels to be mounted at top of wall at ceiling joint (Drill Sergeant seating and corner beverage areas)., 4, EA; LI 039, OPTION DFAC 1 Bldg 5455:L "L" Computer desk system: American Patriot (This the Brand name of the items, others brands can be used )"L" office desk 78" x 66" office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top w/4 grommet cable holes., 2, EA; LI 040, OPTION DFAC 1 Bldg 5455: double pedestal office desk: American Patriot (This the Brand name of the items, others brands can be used )?double pedestal? office desk 60?x30?office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top with 4 grommet cable holes., 2, EA; LI 041, OPTION DFAC 1 Bldg 5455: 4 drawer vertical file cabinet with lock, American Patriot (This the Brand name of the items, others brands can be used) four drawer lateral file, 30"w x 53 1/4"H x 91 1/4"d, black., 3, EA; LI 042, OPTION DFAC 1 Bldg 5455: high back ergonomic leather office chair: Managers ergonomic leather office chair with ergonomic back, adjustable arms., 4, EA; LI 043, OPTION DFAC 1 Bldg 5455: matching book case: American Patriot (This the Brand name of the items, others brands can be used)bookcase, 5 shelves, grey, and all steel one piece welded construction. Shelves adjust at 1/2" increments. 4 shelves plus bottom approximately 72" x 36" x 12"., 2, EA; LI 044, OPTION DFAC 1 Bldg 5455L: front loading drop safe: Nation Wide safe model #1530 or equal, electronic lock with keypad, designed to bolt to floor. Includes drilling concrete floor, all required hardware, and installation. Includes Prolam fabricated 21" steel base with mounting devices top and bottom, skirted steel frame. Interior size requirements 2.95 CUFT, 14-3/4?HX19-7/8?WX17-1/2?D or greater size., 1, EA; LI 045, OPTION DFAC 1 Bldg 5455: 18" Wall Clock: color and design to match facility design, battery operated., 2, EA; LI 046, OPTION DFAC 1 Bldg 5455: Installation includes meeting truck, verifying inventory to order, and unloading truck at installation site; unpacking and waste disposal to approved dump site. Assembling tables / bases and other products as needed. Product installation to be completed per contractor and Government discussion., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Eustis - ICO Jackson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Eustis - ICO Jackson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL A protest to a U.S. Army Materiel Command forum is a ?protest to the agency,? within the meaning of FAR 33.103. The HQAMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an alternative dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. These procedures apply to the HQAMC-Level Protest Program only. ?Interested Parties: An interested party is an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. Federal Government employees, unions or installations are not considered interested parties for the purposes of filing a HQAMC-level protest. Private-sector offerors on acquisitions subject to OMB Circular No. A-76 are also not considered interested parties for purposes of filing a HQAMC-level protest. ?Protest decision authority: The AMC command counsel is designated as the HQAMC protest decision authority. In the absence of command counsel the deputy command counsel is designated. ?Time for filing a protest: A HQAMC protest shall be filed in accordance with the timeframes set out in FAR 33.103(e). HQAMC office hours are 8 AM to 4:30 PM Eastern Standard Time. Time for filing any document expires at 4:30 PM (EST) on the given day. ?Election of forum: After an interested party protests an AMC procurement to HQAMC and while that protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the HQAMC-level protest, the HQAMC-level protest will be dismissed. ?Required information: Protests must be signed by an authorized representative of the protester. oProtester?s name oAddress oTelephone number oFax number oSolicitation or contract number oIdentity of the contracting activity and the contracting officer?s name oDetailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of contracting officers does not constitute grounds for protest) oCopies of all relevant documents oRequest for a ruling oRequest for relief ?Where to file: An agency protest may be filed with either the contracting officer or to HQAMC. oProtest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Fax: (703) 806-8866 or 8875 oPackages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 oProtest to Contracting Officer shall be filed at: Appropriate installation address or see FAR Clause 52.233-2 in section L for address. ?Processing of HQAMC-level protests: Within 10 working days after the protest is filed, the contracting officer, with the assistance of legal counsel, shall file with the HQAMC Office of Command Counsel (ATTN: AMCCC-PL) one copy of an administrative report in response to the protest. Reports shall be sent by fax, over-night mail or hand-delivered to ensure timely receipt. The HQAMC protest decision authority will issue a written decision within 20 working days of the protest filing. The written decision will be binding on AMC and its contracting activities. For good cause shown, the HQAMC protest decision authority may grant extensions of time for filing the administrative report and for the issuance of the written decision. When such an extension is granted, the protester and all interested parties shall be notified within one working day of the decision to grant the extension. ?Remedies: The HQAMC protest decision authority may grant any one or combination of the following remedies: oTerminate the contract oRecompete the requirement oIssue a new solicitation oRefrain from exercising options under the contract oAward a contract consistent with statute and regulation oPay appropriate costs as stated in FAR 33.102(b)(2) oOther remedies as the HQAMC protest decision authority determines necessary to correct a defect. ?Protests before award: When a protest is filed with HQAMC prior to award, a contract may not be awarded unless authorized by the HQAMC director of contracting, in accordance with FAR 33.103(f). ?Protests after award: When a protest is filed with HQ AMC within 10 calendar days after award, or within five calendar days of debriefing for any debriefing that was requested as required by FAR 15.506, the contracting officer shall suspend performance. The HQAMC director of contracting may authorize contract performance, notwithstanding the protest, upon a written finding that contract performance will be in the best interests of the United States; or urgent and compelling circumstances that significantly affect the interests of the United States will not permit waiting for a decision from the HQAMC protest decision authority. 52.233-4703 AMC-LEVEL PROTEST PROGRAM05/01/2004 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number: (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SEC3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC level protest procedures are found at: http://www.amc.army/mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1fd49b5846335ff051c5fe8440ed3f5a)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02778578-W 20120620/120618234850-1fd49b5846335ff051c5fe8440ed3f5a (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 |