MODIFICATION
J -- Range Maintenance and Repair
- Notice Date
- 11/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0027
- Archive Date
- 1/14/2013
- Point of Contact
- Scott T Huttleston, Phone: 7578932721
- E-Mail Address
-
scott.huttleston@vb.socom.mil
(scott.huttleston@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0027. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 effective 20 November 2012. This procurement is set aside for small business concerns and the associated North American Industrial Classification Code (NAICS) is 333999 with a standard business size of 500 employees. The DPAS rating for this procurement is DO-S10. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Range Maintenance and Repair, (FFP) Firm Fixed Price; Provide Range Maintenance and Repairs from 1 January 2013 to 31 December 2013 in accordance with the attached Statement of Work (SOW). Unit of Issue: Year, QTY 1; OPTION Contract Line Item Number (CLIN) 1001 Range Maintenance and Repair, (FFP) Firm Fixed Price; Provide Range Maintenance and Repairs from 1 January 2014 to 31 December 2014 in accordance with the attached Statement of Work (SOW). Unit Of Issue: Year, QTY 1; this option maybe be exercised subject to the availability of funds clause. OPTION Contract Line Item Number (CLIN) 2001 Range Maintenance and Repair, (FFP) Firm Fixed Price; Provide Range Maintenance and Repairs from 1 January 2015 to 31 December 2015 in accordance with the attached Statement of Work (SOW). Unit Of Issue: Year, QTY 1; this option maybe be exercised subject to the availability of funds clause. SECTION C Statement of Work 1. BACKGROUND: The Government has a requirement for testing, inspecting, repairing, and performing preventative maintenance on its Reactive Steel and Multi-Combat Range Target Systems and its three Range Close Quarter Combat Recording Systems located in Virginia Beach, VA. 2. SCOPE OF WORK: The contractor shall provide four (4) maintenance and repair sessions, each to be completed within five (5) working days by technicians who are qualified to perform range system maintenance and repair in accordance with the requirements outlined below. Contractor shall also provide telephone support, during normal working hours between quarterly visits. 2.1 Reactive Steel Target System Maintenance 2.1.1 The contractor, represented by qualified technicians, as described in 2.1.1.3 of this SOW, shall perform quarterly preventative maintenance sessions for one (1) six (6) lane reactive steel range that is equipped with targets, software, lane controllers, master control station, air drier, solenoid valves, liquid filled gauges and a rotary compressor that were fabricated, designed, programmed, and installed by Strategic Systems Inc. (SSI) Contractors submitting proposals shall be authorized by SSI to maintain its proprietary software programs and hardware. Maintenance to be performed includes the following: • Test for proper operation of steel targets (18 targets per lane). Make adjustments and repairs as required. • Lubricate all components requiring lubrication. • Test for proper operation of hit sensors (18 per lane). Make software adjustments and repairs as required. • Test for proper operation of Allen Bradley Panel View lane controllers and associated software. (one controller per lane). Make repairs as required. • Test for proper operation of the Master Control Station and its associated software (one). Make repairs and software modification as required. • Inspect electrical and PLC processor cabinets (two) for NEMA 4X integrity and inspect their installed hardware. Make repairs as necessary. • Inspect all electrical, data, and pneumatic lines and cables and conduit. Repair as necessary. • Inspect, test, and perform manufacturer recommended maintenance on the rotary compressor, air drier, liquid filled gauges, and solenoid valves. • Modify system software, PLC program or Allen-Bradley Panel View software to correct problems or add features as requested by the designated NSWDG representative (representatives to be named after contract award). The contractor shall notify the Government if the requested change is too extensive to be completed during a maintenance visit. 2.1.1.1 During the course of work, the contractor's certified technician(s) shall, upon request by government personnel, provide basic instruction in the maintenance and operation procedures for the reactive steel target system to government personnel. 2.1.1.2 The contractor shall provide the Government a suggested spare parts list with quantity and source of supply. The contractor will be allowed to utilize Government spare parts to restore target systems to a fully operational system. At a minimum, the list shall contain locking pins, head plates, hit sensors; and electrical, data, and pneumatic cables and connectors within the live fire area. 2.1.1.3 Technicians (one or more) shall have a minimum of two (2) years of experience operating, modifying, and maintaining systems designed by Strategic Systems Inc. that contain Wonderware Software programming, electro-pneumatic control systems, PLC Micrologix programs and hardware, Allen Bradley Panel View products, and live fire hit sensitive components. The contractor shall have a minimum of five years experience and be certified/licensed in the use and repair of Wonderware Software and Allen Bradley PLC systems. 2.2 Multi-Combat Target System Maintenance 2.2.1 The contractor, represented by a qualified technician(s), as described in 2.2.3 of this SOW, shall perform quarterly preventative maintenance sessions for one Multi-Combat Range. The Multi-Combat Range consists of two (2) sides. Side "A" is equipped with 50 pneumatic steel pepper popper targets, eight (8) Pneumatic Head Plate Racks, isolation valves, bleed valves, pneumatic reset switches, air drier, liquid filled gauges, one (1) rotary screw compressor, and approximately 110 Hand Hole Access Ports. Side "B" consists of approximately 110 Hand Hole Access Ports, pneumatic targets that can be hooked up to the range as required. Maintenance to be performed on the Multi-Combat Range includes the following: • Test for proper operation of pneumatic steel pepper popper and head plate targets. Make adjustments and repairs as required. • Lubricate all components requiring lubrication. • Test for proper operation of isolation valves. Make repairs as required. • Test for proper operation of bleed valves. Make repairs as required. • Test for proper operation of the rotary screw compressor and air drier. Perform manufacturer's recommended maintenance. Make repairs as required. • Test for proper operation of pneumatic target reset switches. Make repairs as required. • Inspect Hand Hole Access Ports and Covers for damage. Make repairs as required. • Inspect airlines from target assemblies to connection points in access ports for leaks. Make repairs as required. • Inspect pneumatic quick connect points in Hand Hole Access Ports. Make repairs as required. 2.2.2 The contractor shall provide the Government a suggested spare parts list with quantity and source of supply. The contractor will be allowed to utilize Government spare parts to restore target systems to a fully operational system. At a minimum, the list shall contain locking pins, head plates, pneumatic lines and connectors, bleed valves, and cut out valves that are located within the live fire area. 2.2.3 Technicians (one or more) shall have a minimum of two (2) years experience in operating, modifying, and maintaining pneumatic range systems and associated compressors. 2.3 Close Quarter Combat Recording System Maintenance 2.3.1 The contractor, represented by qualified technicians, as described in 2.3.2 of this SOW, shall perform quarterly preventative maintenance sessions for three (3) Range Close Quarter Combat Recording Systems (CQCR) equipped with cameras, wireless targets, lighting controls, door lock controls, Allen Bradley PLCs, PELCO Endura hardware and software, wireless networks, audio software controls, speakers, microphones, WONDERWARE Software, DIGIGRAM software, and system control stations. Contractors submitting proposals shall be authorized by Strategic Systems Inc. (SSI)to maintain, repair, and modify its proprietary software programs and hardware. Maintenance to be performed includes the following: 2.3.1.1 Multi-Story Trainer CQCR Maintenance shall include: • Inspect all PTZ cameras for operation and water intrusion, repair as required Where applicable, check the internal pressurization for the pressurized domes and re-fill as required. • Test operation of CQCR Work Stations, make software corrections and updates as required • Test operation of magnetic lock panel and magnetic door locks, make repairs as required • Test Operation of light dimming system, make repairs as required • Test video feed of all cameras to the control room, make repairs as required • Test for proper operation of all PELCO components • Test speaker operation and make repairs and adjustments as required • Test operation of wireless targets and make repairs as required • Test microphone operation and make repairs as required • Test wireless target network for functionality and signal strength, repair as required • Test functioning of the portable system controller (Panasonic Tough Book) • Provide training as required to Government personnel during maintenance sessions • Test operation of wireless repeaters. Repair as required. • Test mapping of video feeds to display monitors and repair as required • Test operation of all Panic Buttons (14), make repairs as required • Test operation of interface to the Fire Alarm system 2.3.1.2 Demolition Training Center CQCR Maintenance shall include: • Inspect all PTZ cameras for operation and water intrusion, repair as required Where applicable, check the internal pressurization for the pressurized domes and re-fill as required. • Test operation of CQCR Work Station, make software corrections and updates as required • Test video feed of all cameras to the control room, make repairs as required • Test for proper operation of all PELCO components • Test speaker operation and make repairs and adjustments as required • Test operation of communication boxes and associated software, make repairs as required • Test mapping of video feeds to display monitors and repair as required • Provide training as required to Government personnel during maintenance sessions 2.3.1.3 Small Arms Test and Evaluation Complex (located in JEB Ft Story) CQCR Maintenance shall include: • Inspect all PTZ cameras for operation and water intrusion, repair as required • Test operation of CQCR Work Station, make software corrections and updates as required • Test Operation of light control system, make repairs as required • Test video feed of all cameras to the control room, make repairs as required • Test for proper operation of all PELCO components • Test speaker operation and make repairs and adjustments as required • Test operation of wireless targets and make repairs as required • Test operation of communication boxes and associated software, make repairs as required • Test wireless target network for functionality and signal strength, repair as required • Test mapping of video feeds to display monitors and repair as required • Test operation of wireless repeaters. Repair as required • Check fiber connections with the Optifiber test tool (GFE), compare to original findings as delivered from Light Tech. Clean fiber as required. • Provide training as required to Government personnel during maintenance sessions 2.3.2 Technicians (one or more) shall have a minimum of two (2) years experience in operating, modifying, and maintaining CQCR systems designed by Strategic Systems Inc that contain Wonderware Software programming, Allen Bradley PLC based lighting control programs and hardware, DIGIGRAM hard ware and software, PELCO ENDURA hardware and software, and live fire hit sensitive components. The contractor shall have a minimum of five years experience and be certified/licensed in the use and repair of Wonderware Software, Allen Bradley PLC systems, and PELCO ENDURA Systems. 2.4 Special Considerations 2.4.1 The contractor shall provide all tools, equipment, and manpower necessary to meet this requirement. The contractor shall deliver a written report of all findings to include the items needing repair, completed repairs and issues that limit repairing of any items (i.e. no parts available). 2.4.2 The Government will furnish: • Access to 110V electrical service for power tools • Replacement parts based on the contractors recommended spare parts list. Other required spare parts will be procured as needed. 3. Place of Performance All maintenance shall be performed at the Government's facilities located in the Dam Neck Annex of Naval Air Station Oceana and JEB Ft Story, Virginia Beach, VA. 4. Hours and Period of Performance The Government anticipates awarding one contract with a one year base period and two one year option periods. The majority of the maintenance work shall take place during normal business hours, 8AM to 4PM Monday through Friday. On occasion, performance may be required from 8AM to 4PM on Saturday and Sunday. The contractor shall provide Saturday/Sunday maintenance at no additional charge. On occasion range usage may prevent access during normal business hours and will require the contractor to work outside of normal hours. 5. Preventative Maintenance Schedule The preventative maintenance schedule is to be arranged with the Contract Specialist, Range Managers, and the contractor one week after contract award. The contractor and the Range managers will coordinate the specific days to be scheduled for maintenance for each session, and notify the Contract Specialist of agreed upon dates. Services are to be ordered on a quarterly basis. 6. Emergency Maintenance Sessions The contractor may be required to provide maintenance or repairs more often than quarterly in the event of system failure. If telephone support/troubleshooting cannot rectify the problem, contractor will be required to report on site within 72 hours to commence repairs. 7. Travel Travel to and from the Government's facility is the responsibility of the contractor and shall be at no additional cost to the government. 8. Security Requirements The range systems are located in a "Restricted Area". The contractor's certified technician(s) shall be a citizen of the USA. The contractor shall provide the full name and Social Security Number of the certified technician(s) one week prior to the scheduled visit. The contractor shall obtain access to the Dam Neck Annex and Ft Story by utilizing the Rapid Gate/Pass system. Information for RAPIDGATE can be found at http://www.cnic.navy.mil/navycni/groups/public/@cnrma/documents/document/cnicp_a269063.pdf The Government may conduct criminal back ground checks on the technician(s) prior to their arrival. Upon the technician's arrival the Government may search vehicles and other items in the technician(s) possession. The technician(s) may have to be escorted during maintenance sessions. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan-12 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 (use only if non-commercial. FAR 52.204-7 Central Contractor Registration (replace with FAR 52.204-99 System for Award Management Registration (Deviation) Aug-12 Feb-12 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Feb-12 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12 FAR 52.212-5 Contract Terms and Conditions Required to Feb-12 Implement Statutes or Executive Orders- Commercial Items (Deviation) FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.222-3 Convict Labor Jun-03 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jul-10 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.227-1 Authorization and Consent (optional when using SAP Procedures) Dec-07 (doesn't apply) (can you set up the work with option CLINs? We aren't set up to make progress payments on contracts) FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I(services Aug-87 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 (use SOFARS version in full text)DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (use if K exceeds $150k) Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Jun-11 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Oct-11 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.233-9000 Independent Review of Angency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements Feb-95 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Feb-12 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.252-2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 (not required unless the vendor is required to submit data on standard or optional forms) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun-11 SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.228-9000 Required Insurance Section G (full text; fill-in) (2005) )N/A we provide invoice instructions in the contract) (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION)(By reference not full text) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance including response time to trouble calls and time required to perform necessary maintenance, and price. Technical and past performance, when combined, are significantly more important than cost or price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (Nov 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Scott Huttleston - Contract Specialist scott.huttleston@vb.socom.mil PH - 757-862-9463 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted to scott.huttleston@vb.socom.mil by 14 December 2012 at 8:00AM EST. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Scott Huttleston at phone number: (757-862-9463) or email at scott.huttleston@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Scott Huttleston by email at scott.huttleston@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Scott Huttleston (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 30 December, 2012. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-10-25 09:23:33">Oct 25, 2012 9:23 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-11-29 13:50:14">Nov 29, 2012 1:50 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0027/listing.html)
- Record
- SN02939383-W 20121201/121129234714-3dccf0b125ae7daf2ef2b8417280d4ff (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 |