Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOLICITATION NOTICE

84 -- DA Security Guard Uniforms and Equipment

Notice Date
7/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Office Symbol : CCMI-MEA/Army, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-12-T-0039-0001
 
Response Due
7/27/2012
 
Archive Date
1/23/2013
 
Point of Contact
Name: Andrea Gilbert, Title: Contract Specialist, Phone: 3016777925, Fax: 3016772509
 
E-Mail Address
andrea.h.gilbert.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W91QF6-12-T-0039-0001 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 453998 with a small business size standard of $7.00M.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 2012-07-27 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT MEADE, MD 20755 The MCC Sam Houston - ICO Meade requires the following items, Exact Match Only, to the following: LI 001, Long Sleeve Shirt FFP LONG SLEEVE SHIRT - 100% POLYESTER, MEDIUM BLUE WITH BADGE TAB - FIVE SEWN IN MILITARY CREASES, EPAULETS, AGENCY PATCHES AND US FLAG, SEWN ON. SHIRTS WILL BE MEDIUM BLUE. SHIRTS WILL HAVE COLLAR STAYS. TWO FRONT POCKETS WITH BUTTON-DOWN FLAPS, AND AN EYELET., 43, EA; LI 002, Short Sleeve Shirt FFP Short-sleeve shirt 100% polyester with five sewn in military creases, epaulets, agency patches and US flag sewn on. Shirts will be medium blue. Shirts will have collar stays, two front pockets with button-down flaps, and an eyelet badges tab. The short sleeve short will have a conventional collar., 43, EA; LI 003, Trousers, 100% Polyester FFP Trousers will be navy blue and straight legged, with two front pockets, two hip oockets, and waistband, belt straps, and a zipper front closure on the center front Supervisory personal may wear gold in color braid, 1-1/2 inches wide, The braid will be sewn on each outside seam of the trouser leg from the bottom of the waistband to the bottom of the trouser leg., 43, EA; LI 004, BDU Shirt-Long Sleeve FFP BDU Shirt-Long Sleeve Navy Blue - 2 (two) pockets, Rip stop 65% Poly/35% Cotton, with flag / Agency Patches., 172, EA; LI 005, BDU Shirt-Short Sleeve FFP BDU Shirt-Short Sleeve Navy Blue - 2 (two) pockets, Rip stop 65% Poly/35% Cotton, with flag / Agency Patches. Shoulder insignia, Name etc sew on., 172, EA; LI 006, BDU Trousers FFP BDU Trousers, Navy Blue - 6 (six) Pocket, Rip Stop 65% Poly/35% Cotton., 172, EA; LI 007, BDU Belt, Leather Garrison FFP BDU Belt, Leather Garrison, Brass for LTS, and above, Waist belts will be leather, The belt for standard uniform wear will be 1 or 1=1/4 inches wide plain in design, black with a conventional buckles., 43, EA; LI 008, Boots FFP Boots, 8" Waterproof, lace (equal or lesser value) bates#2348). The Army-style combat boot, which is made of black leather with a deep lug tread sole, a cushion insole, a closed loop lace system, and a padded collar, is the authorized DACP/SG boot. As an option, boots of a simllar commercial design on jungle boots are theorized for wear. Boots must be black with a plain or tapped toe. Boot made of patent leather or simllar materials are not authorized., 86, EA; LI 009, Nameplate FFP Nameplate (Approximately 2-1/4 x 1/2 inches in width. the finish may be either gloss or non-gloss and will match the individual's badge., 86, EA; LI 010, Ball Cap FFP Ball Cap, the baseball cap will be navy blue and be made of nylon. Dacron and /or polyester, solid. 3" High x 2 - 1/4 wide IAW Hat Diagraw. Woven materiel or nylon mesh, with an adjustable ban in the rear and patch sewn on front., 86, EA; LI 011, Gloves (Neopreme) FFP Gloves (Neopreme), five Full fingered design, plain in design, slip on style, plain in design and black., 43, EA; LI 012, T-Shirt, Crew Neck FFP T-Shirt, Crew Neck 100% Cotton Heavy Weight, navy blue (5 pack), 43, EA; LI 013, Boot Socks FFP Boot Socks wool, Cushioned sole, black (5 pack)., 43, EA; LI 014, Necktie FFP Necktie, 43, EA; LI 015, Sweater FFP Sweater, The sweater will be pullover, V-Neck, and Navy Blue, it will be knitted cloth and long sleeved., 43, EA; LI 016, Gloves Cold Weather FFP Gloves Cold Weather, glovers will be five-fingered design, slip on style, plain in design and black., 43, EA; LI 017, Reflective Safety Vest FFP Reflective Safety Vest, Yellow in color, 43, EA; LI 018, Single Cuff Case, Nylon FFP Single Cuff Case, Nylon, Open Top Cuff Case, Nylon, Black, 43, EA; LI 019, Hands Cuffs with Key FFP Hand Cuffs with Key, Standard 10oz., Satin Nickel finished Steel, 43, EA; LI 020, Key holder (single Nylon) FFP Key holder (single Nylon) Key holder, 43, EA; LI 021, 9MM Dual Magazine Pouch (Nylon) FFP 9MM Dual Magazine Pouch (Nylon), K (9MM), 43, EA; LI 022, Holster, PRO03 Triple Retention, fits a FFP Holster, PRO03 Triple Retention, fits a Berretta 9MM Nylon design, fits belts up to 2 1/4 wide, adj thumb break, black, 9mm, level 111 retention (LH/RH)., 43, EA; LI 023, Chemical Spray (Capison) Aerosol FFP Chemical Spray (Capison) Aerosol, Small, 43, EA; LI 024, Chemical Spray Carrier FFP Chemical Spray Carrier, Designed to fit belts up to 2 1/4 Wide., 43, EA; LI 025, Expandable Baton, 26 FFP Expandable Baton, 26, 43, EA; LI 026, Baton Carrier (Nylon) FFP Baton Carrier (Nylon) - Nylon, designed to fit belts up to 2 1/4 wide., 43, EA; LI 027, Universal Radio Holder FFP Universal Radio Holder, Universal Radio Holder Nylon, designed to fit belts up to 2 1/4 wide., 43, EA; LI 028, Mag Flashlight FFP Mag flashlight, Mag lite Mag-Led 2 (two) D-cell Flashlight Batteries., 43, EA; LI 029, Holder/ring Mag FFP Holder/ring Mag, Nylon fit 2 1/4" belt., 43, EA; LI 030, CPR Breathing Kit FFP CPR Breathing KiT., 43, EA; LI 031, Patrol Ready Gear Bag FFP Patrol Ready Gear Bag, black in Color and the Size are: 18.5" x 8" x 12" MAIN COMPARTMENT, TWO WATER BOTTLE POCKETS, Two side Pockets, two End Pockets, Two zippered pockets on lid with organizational section, transparent ID/business card window, durable nylon carrying handles with Velcro closure, Removable shoulder strap with heavy duty clips. Rugged and water resistant., 43, EA; LI 032, Letter Size Metal Clipboard FFP Letter Size Metal clipboard, Letter-size clipboard, Aluminum surface, Pen and Pencil inside, heavy duty spring clip 13- 7/8" 11 x 9" W x 1- 1/2"D, 43, EA; LI 033, Rain Coat, Long, Yellow with weapons acc FFP Rain Coat, long, Yellow with weapons access side opening, Wet weather gear 1 (one). The wet weather gear will be rubber, nylon, or gortex, police-type, with double shoulders, eyelet badge tab, slash pockets, with zipper and/or snap faster., 43, EA; LI 034, Windbreaker FFP Windbreaker, The Windbreaker will be navy blue or black and have a water repellent finish enclosure: two slant pockets, and epaulets., 43, EA; LI 035, Winter Jacket FFP Winter Jacket, Gore-Tex Fabric, weight, water proof, wind proof, and breathable taped seams, 2 (two) way front zipper with storm flap and stand up collar, thinsulate removable liner, side zipper for access to weapons and equipment, badge tab, epaulets, 2 (two) outside pockets, 1 inside pockets, elastic cuffs with snap closure, pockets, 1 (one) inside pockets, elastic cuffs with snap closure, machine washable and dry. (Flag - sewn on Agency Patches/ Navy Blue)., 43, EA; LI 036, Search Gloves (Neoprene) gloves with FFP Search gloves (Neoprene) gloves with five Full-fingered design, slip on style, plain in design and black., 43, EA; LI 037, Leggings FFP Leggins, Winter garments, light weight two layer brushed Cold Gear Fabrication, Articulation flat Lock seams with internal draw cord. 66% Nylon / 19% Polyester / 15% Elastane., 86, EA; LI 038, Scarf FFP Scarf, Neck, Navy blue or black., 43, EA; LI 039, Nylon duty belt (Men/Women) FFP Nylon Duty belt (Men / Women), 2" Wide Triple Retention Buckle, Black Nylon., 43, EA; LI 040, Belt Keepers, Nylon FFP Belt Keepers, Nylon, PACK OF 4 (FOUR)., 43, EA; LI 041, Shoulder Insignia (Guard) FFP Shoulder Insignia (Guard), cloth miniature, size 3-3/4" (9.53cm) and 4-5/8" (11.65cm) IAW FIGURE 6-3, AR 190-56, 645, EA; LI 042, U.S. Flag Cloth Replicas FFP U. S. FLAG CLOTH REPLICAS, CLOTH 2" HIGH X 3 WIDE WITH A 1/8" GOLD BORDER RIGHT SHOULDER., 645, EA; LI 043, Vest Body armor, level IIIA FFP Vest Body Armor, Level IIIA Washable covers, carrying case, XL, 2XL-3XL and 4XL., 30, EA; LI 044, Vest Body Armor, Level IIIA FFP Vest Body armor, Level IIIA, Sizes 2XL TO 3XL Vest Body Armor, Level IIIA Washable covers, carrying case, navy Blue or Black., 10, EA; LI 045, Vest Body Armor, Level IIIA FFP Vest Body armor, Level IIIA, Sizes 4XL Vest Body Armor, Level IIIA Washable covers, carrying case, navy Blue or Black., 3, EA; LI 046, Contracting Man-Hour Reporting Services THIS IS A NO CHARGE/COST. "The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address "https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors; (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website." THE ABOVE MANPOWER REPORTING ACTION IS PROVIDED FOR REPORTING PURPOSES ON THIS CONTRACT. THIS IS A NO CHARGE/COST., 1, EA; LI 047, SOW for CLINs 1001 - 1015 FFP Individual Personal Uniform issue items, UNIFORM STATEMENT OF WORK. 1. The contractor shall provide a full service facility that operates six days a week (Monday - Saturday) and shall provide "off the shelf" same day issue/alteration of Security Guard uniforms and accessories when requested. Also provide uniforms with two (2) days of purchase request patches will be sewed on uniform on location. No Second market items, Uniform items in stock and uniforms will be fitted to the officers. If uniform items require alteration, provide while you wait alteration when necessary. For special order uniform items not in stock at the time of order, provide the items with (15) fifthteen calendar days of request. 2. Facility shall be within 30 mile of Fort Meade. 3. The facility shall have a system that maintain records of: A: Quantity and type of uniform or uniform accessory items issued per officer. B: Sizing for each officer. C: itemized cost breakdown of issued articles. 4. The contractor shall provide alterations to items at no additional charge of the initial purchase. 5. Individual officer issuance of uniform and uniform accessory items shall be strictly prohibited without prior authorization of the Chief of Security Guards (Major). 6. Items needing to be purchased: This list in not all inclusive and other items may need to be purchase or the style of the item changed to meet requirements. 7. to outfit 43 Officers. 8. All quantities are Estimated. PERIOD OF PERFORMANCE IS: 10 AUGUST 2012 TO 31 JULY 2013. FOB: Destination, 1, EA; LI 048, SOW For CLIN 2002 - 2027 UNIFORM STATEMENT OF WORK: 1. The contractor shall provide a full service facility that operates six days a week (Monday - Saturday) and shall provide "off the shelf" same day issue/alteration of Security Guard uniforms and accessories when requested. Also provide uniforms with two (2) days of purchase request patches will be sewed on uniform on location. No Second market items, Uniform items in stock and uniforms will be fitted to the officers. If uniform items require alteration, provide while you wait alteration when necessary. for special order uniform items not in stock at the time or order, provide the items with 15 (fifteen) calendar days of request. 2. Facility shall be within 30 miles of fort Meade. 3. The facility shall have a system that maintain records of : a" Quantity and type of uniform or uniform accessory items issued per officer. B: Sizing for each officer. c: itemized cost breakdown of issued articles. 4. The contractor shall provide alterations to items at no additional charge of the initial purchase. 5. Individual officer issuance of uniform and uniform accessory items shall be strictly prohibited without prior authorization of the Chief of Security Guards (Major). 6. items needing to be purchased: This list is not all inclusive and other items may need to be purchase or the style of the items changed to meet requirements. 7. To outfit 43 officers. 8. All quantities are Estimated. PERIOD OF PERFORMANCE IS : 10 AUGUST 2012 TO 31 JULY 2013., 1, EA; LI 049, SOW for CLINs 3001 - 3004 FFP Navy Blue or Black UNIFORM STATEMENT OF WORK. 1. The contractor shall provide a full service facility that operates six days a week (monday - saturday) and shall provide "off the shelf" same day issue/alteration of Security Guard uniforms and accessories when requested. Also provide uniforms with two (2) days of purchase request patches will be sewed on uniform on location. No Second market items, Uniform items in stock and uniforms will be fitted to the officers. If uniform items require alteration, provide while you wait alteration when necessary. For special order uniform items not in stock at the time of order, provide the items with 15 (fifteen) calendar days of request. 2. Facility shall be within 30 miles of Fort Meade. 3. The facility shall have a system that maintain records of: a: Quantity and type of uniform or uniform accessory items issued per officer. b: Sizing for each officer. c: itemized cost breakdown of issued articles. 4. The contractor shall provide alterations to items at no additional charge of the initial purchase. 5. individual officer issuance of uniform and uniform accessory items shall be strictly prohibited without prior authorization of the Chief of Security Guards (Major). 6. items needing to be purchased: this list is not all inclusive and other items may need to purchase or the style of the items changed to meet requirements. 7. To outfit 43 officers. 8. all quantities are Estimated. 9. PRICE ALL SIZES CLIN 3001 - 3004. PERIOD OF PERFORMANCE IS : 10 AUGUST 2012 TO 31 JULY 2013. FOB: Destination, 1, EA; LI 050, "AT/OPSEC TRAINING REPORT" FFP ANTITERRORISM/OPERATIONS SECURITY (AT/OPSEC) TRAINING REQUIRED: 1. Antiterrorism (AT) Level I Training 2. AT Awareness Training for Contractor Personnel Traveling Overseas 3. Access and General Protection/Security Policy and Procedures 4. iWATCH Training 5. Contractor Employees Who Require Access to Government Information Systems 6. For Contracts That Require an OPSEC Standing Operating Procedure/Plan 7. For Contracts That Require OPSEC Training 8. For Information Assurance (IA)/Information Technology (IT) Training 9. For Information Assurance (IA)/Information Technology (IT) Certification 10. For Contractors Authorized to Accompany the Force 11. For Contract Requiring Performance or Delivery in a Foreign Country 12. For Contracts That Require Handling or Access to Classified Information 13. Performance for less than 30 days may require AT/OPSEC training. THIS IS A NO CHARGE CLIN AND THE FOLLOWING TRAININGS ______________________________ APPLY. FOB: Destination, 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 Sam Houston - ICO Meade 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 Sam Houston - ICO Meade 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. 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 Government Accountability 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 33.10. 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 Material 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 Material Command Office of Command Counsel Room 2-1SE3401 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. No split bids. Bid all or none. Must be in compliance with SOW see SF-1449 solicitation. Antiterrorism/Operations Security. This is a Separate CLIN LINE no cost requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6334edcffa623fed8c7c67643f1bc15d)
 
Place of Performance
Address: FORT MEADE, MD 20755
Zip Code: 20755
 
Record
SN02813052-W 20120726/120724235505-6334edcffa623fed8c7c67643f1bc15d (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.