Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
MODIFICATION

S -- POL Laundry - Solicitation 1

Notice Date
8/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3E72192A001
 
Point of Contact
Benjamin M Brown, Phone: 3142262363, Keaston D. Simmons, Phone: 01638522235
 
E-Mail Address
benjamin.brown.16@us.af.mil, keaston.simmons@lakenheath.af.mil
(benjamin.brown.16@us.af.mil, keaston.simmons@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Update, changes have been made to the solicitation with addition of CLIN 0002 and to the Statement of Work. Please review prior to submitting quote. Update is in effective as of 16 Aug 2012. ***Please review the updated Solicitation and Statement of work. Closing date will remain the same.***** Combined Synopsis/Solicitation RFQ -Construction Materials- Reference (F2P3E72192A001) Requesting Agency: 48th Civil Engineering Squadron - 48th CES/CEP RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3E72192A001. Quotes may be submitted in either British pounds (£) or USD ($) and will be evaluated according to AFFARS 5352.225-9004 Submission of Offers in Other than United States Currency. Evaluation will be in USD. Offers in British pounds (£) will be converted based on the Foreign Currency Fluctuation Defense budget rate for FY12: £0.5917 per USD. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 812332- Industrial Launderers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 effective2 April 2012 and Defense Federal Acquisition Regulation DPN 20110608 effective 30 March 2012. Potential bidders are to provide a quote for the following type of items. CLIN 0001 - Contract shall collect and launder government furnished soiled rags and exchange ‘one for one' with clean, usable, laundered, absorbent rags on a weekly basis. See attached Statement of Work Quantity: (130,000) Unit of Issue: (each) -Unit Price: $/£________Total Price: $/£________ CLIN 0002 - Contract shall collect and launder government furnished soiled overalls and exchange ‘one for one' with clean, usable, laundered, absorbent rags on a weekly basis. See attached Statement of Work Quantity: (2,080) Unit of Issue: (each) -Unit Price: $/£________Total Price: $/£________ Quotes are due to this office no later than 4:00p.m. British Summer Time, 10 Sep 2012. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to benjamin.brown@lakenheath.af.mil and keaston.simmons@lakenheath.af.mil Primary point of contact: Benjamin Brown, Contract Administrator, and TEL: 01638-52-2232 or email: benjamin.brown@lakenheath.af.mil Alternate point of contact: Keaston Simmons, Contract Specialist, TEL: 01638-52-2235 or email keaston.simmons@lakenheath.af.mil The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.209-6 Protecting Gov't Interests when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5* Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.232-1 Payments 52.232- Discounts for Prompt Payment 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim *Specifically, the following clauses cited are applicable to this solicitation: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.222-19 Child Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.203-6 Restrictions on Subcontractor Sales to the Government. Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Required to Inform Employees of Whistleblower Rights 252.204-7004 Required Central Contractor Registration, Alt A 252.212-7001* Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief from Import Duty (UK) 252.232-7008 Assignment of Claims 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) * Specifically, the following clauses cited are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation of Supplies by Sea. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Companies or individual's complete mailing and remittance address 2. Discount for prompt payment - if any 3. Companies must provide unit pricing and a total line item price for each line item. 4. Unit pricing shall include delivery costs. A separate line item shall not be added for delivery costs. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.) and be valid for a period of no less than 30 days 6. Delivery schedule which details the number of days after award items will be delivered to RAF Lakenheath (delivery must be completed within 30 days of receiving the order) 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT III, for additional direction. D. Quotes are due to this office no later than 4:00p.m. British Summer Time, 10 Sep 2012. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to benjamin.brown@lakenheath.af.mil and keaston.simmons@lakenheath.af.mil (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: For the purposes of evaluation, the government will first evaluate the pricing of all quotes and establish an order based on pricing from lowest to highest. Once the pricing order of all quotes is established the government will commence technical evaluation of quotes in order of lowest to highest priced. Once a quote is determined to be technically acceptable no further technical evaluation of higher priced quotes will be accomplished. Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be determined technically acceptable based on past perform. The vendor is required to submit a maximum of 2 past performance customer contacts for jobs performed that were of the similar size and complexity. Vendors must comply with requirements of the attached PWS section titled Requirements. Vendors who do not include enough information to determine technical acceptability may be deemed non-responsive. (c) AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors, whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. (End Provision) 52.212-3 - Offeror Representations and Certifications--Commercial Items (Alt III). As prescribed in 212.301(f)(ii), use the following provision: OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101 Ombudsman (Sep 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 ombudsmen: Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 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. (End of clause) 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.225-9004 Submission of Offers in Other than United States Currency SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (JUNE 2006) (a) Offers may be submitted in United States dollars or the currency accepted at the place of performance. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial proposals. (End of Provision) 5352.242-9000 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 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 AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (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. (End of clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Benjamin Brown TEL: 01638-52-2097 or EM: benjamin.brown@lakenheath.af.mil Secondary Point of contact: Contracting Officer: Thomas Crews TEL: 01638-52-2235 or EM: keaston.simmons@lakenheath.af.mil Attachment(s): Attachment 1-- Statement of Work STATEMENT OF WORK RAG LAUNDRY SERVICE, 48 Civil Engineering Squadron Period of Performance - 1 OCTOBER 2012 to 30 SEPTEMBER 2013 SCOPE OF WORK: The Contractor shall provide all personnel, materials, labor, supervision, equipment and transport vehicles necessary to perform all operations associated with laundering and transporting clean, usable absorbent rags to RAF Lakenheath. The service shall include collecting government-supplied used, POL-soiled rags, exchanging the soiled rags with clean rags one-for-one and transporting the soiled rags to a facility capable of laundering them. REQUIREMENTS: The Contractor shall meet the following requirements: The Contractor shall exchange the soiled government furnished rags with clean/ laundered government furnished rags at a one to one ratio for each individual shop. This will be accomplished by performing a count at pick-up/ delivery. Pick-up/ delivery will occur on a weekly basis. The date for pick up/ delivery will be determined between the Customer and the Contractor and identified to the Contracting Officer within five (5) days of contract award. The Contractor shall launder up to 30 POL- soiled overalls on a weekly basis and transport overalls to a facility qualified to handle cleaning such material. The contractor shall ensure soiled laundry is physically separated from clean laundry, preferably with the use of a physical barrier to avoid cross contamination during transit. The contractor's facility/ equipment shall be qualified and capable of handling the cleaning/ laundering of rags/overalls that have come in contact with jet fuel, hydrolic fluid, engine oils and other hazardous and/ or flammable substances. The Contractor shall comply with all applicable laws and local regulations regarding the transportation and handling of rags that have come in contact with jet fuel, hydrolic fluid, engine oils and other hazardous and/ or flammable substances. The contractor shall use only laundering facilities that have the appropriate discharge consents from applicable United Kingdom regulating authorities.. The contractor shall notify the Contracting Officer within two (2) weeks of receiving any notice of violations or issuance of citations from any regulatory agency if the violation/citation would cause the Contractor to fail in their commitment to provide the services detailed in this statement of work. Notification shall contain what the contractor was cited for and what corrective measueres are to be or have been taken. Only the participating shops listed in Table 1 shall receive rag laundry service through this contract. Annual quantities listed for participating shops are estimated amounts and may vary to a maximum of no more than 130,000 annually for rags and 2,080 annually for overalls. The Contractor shall be prepared to, on an ‘as needed' basis, provide pickup and delivery with in 2 calendar days of notification by the Contracting Officer. Notification may be by telephone or by written order. The U.S. Air Force reserves the right to request a visit to the Contractor's facilities, that are handling the rags requirement, if deemed necessary by both the Customer and the Contracting Officer. Rag Laundering - Participating Shops and Quantities The expected annual usage will be approximately 121,000 rags and 2,080 overalls. The pickups will be from six pickup points listed here: 1) Vehicle Maintenance 5) AGE/PROPS 2) 492 AMU (Blue) 6) Phase Support 3) 494 AMU (Red) 4) 748 HMU (Green) Table 1. Rag Disposition POC Office Symbol Shop Bldg Phone Annual Use Rags TSgt C. Gardella 48 EMS/MXMGS AGE 1226 226-2187 17000 SSgt R Kelsey 48 EMS/MXMMR Phase Dock Hangar 7 Hangar 7 226-1153 10000 SSgt Boudinot SSgt Bordeniuk 48 CMS/MXMCF Fuel System Repair 1220 226-5554 2500 Mr. T. Allen / A1C R Quinto 48 CMS/MXMPS Propulsion Support 1225 226-1729 17000 MSgt R. Dilling 48 CES/CEF Fire Dept 1200 226-5459 1200 MSgt R. Dilling 48 CES/CEF Fire Dept 1511 226-5459 1200 MSgt R. Dilling 48 CES/CEF Fire Dept Feltwell 22 226-5459 1200 TSgt J Boles/ TSgt L Price 48 SFS/SFTCA Firing Range Feltwell 235 226-7244 1200 SSgt Z Barry 48 MXS/MXAAF 492 1319 226-0247 16500 TSgt D. Soberano 48 MXS/MXABF 493 1291 226-3505 16500 SSgt M Myers 48 MXS/MXACF 494 1379 226-0447 16500 Mr. Andy Medcalf 48 LRS/LGRV Vehicle Maintenance 1010 226-1380 5500 SSgt C Geiger 748 AMXS Helicopters 1492 2261882/1840 14000 Annual Total 121,000 Overall Cleaning Inventory - Participating Shops and Quantities The expected annual usage will be approximately 2,080 overalls. The pickups will be from three pickup points listed here: 1) 492 AMU (Blue) 2) 494 AMU (Red) 3) 748 HMU (Green) Overalls Disposition POC Office Symbol Shop Bldg Phone Annual Use SSgt Z Barry 48 MXS/MXAAF 492 1319 226-0247 520 TSgt D. Soberano 48 MXS/MXABF 493 1291 226-3505 520 SSgt M Myers 48 MXS/MXACF 494 1379 226-0447 520 SSgt C Geiger 748 AMXS Helicopters 1492 2261882 520 Annual Total 2,080
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3E72192A001/listing.html)
 
Place of Performance
Address: 48 Contracting Squadron, RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom
 
Record
SN02843955-W 20120818/120817001828-8f8724d1ca36cd958b390645ab4ca557 (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.