SOLICITATION NOTICE
63 -- Vigilant Warrior CCTV - PDF Synopsis/Solicitation
- Notice Date
- 9/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA88137AW01CCTV
- Archive Date
- 10/5/2018
- Point of Contact
- Bobby W. Ballow, Phone: 334-953-3350, Mark K. Restad, Phone: 334-953-6776
- E-Mail Address
-
bobby.ballow@us.af.mil, mark.restad.1@us.af.mil
(bobby.ballow@us.af.mil, mark.restad.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PDF version of the synopsis solicitation GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA88137AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-100 (22 Aug 18) and the DPN 20180824 effective 24 Aug 18. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 334220; size standard: 1,250 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The 22d TRSS on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0002. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 20 September, 2018, 14:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Cameras, IP 2MP Fixed, Exterior with all wall mounts and power supplies Estimated Quantity: - 34 Each POP: See Performance Management Plan CLIN 0002: Installation Estimated Quantity: 1 Each POP: See Performance Management Plan DELIVERY INFORMATION Delivery Address: 245 Lakeland Drive, Titus AL 36080 Attention: Ms. Crystal Turgeon Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, CAGE code, and DUNS. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. e. Manufacturer Specifications: The contractor shall provide detailed manufacturer specifications that clearly meet the minimum requirements outlined in the Statement of Requirements, paragraphs 1.2, 1.3, 1.4, 2.1, 2.2, 2.3, 2.4, and 2.7. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror's quote. f. If any products offered are not domestic end products IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American Balance of Payments Program Certificate) certification, from SAM, with their quote. g. PROJECT MILESTONE PLAN (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation. The exact format and content of the PMP is at the offeror's discretion, but it shall be expressed in terms of "days after contract" and include, at a minimum, a timeline for product ordering and installation. Description Days after Contract Product ordering Installation The Project Milestone Plan will be incorporated into the contract. h. Responses to this notice shall be provided in writing via e-mail to SrA Bobby Ballow at bobby.ballow@us.af.mil and Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 14:00 PM CST on 20 September 2018. Email is the preferred method. Points of Contact: SrA Bobby Ballow, Contracting Specialist; Phone (334) 953-6550, Fax (334) 953-3543 and Mark Restad, Contracting Officer, Phone (334)953-6776. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. 1. Technical Acceptability: Initially, the Government shall evaluate each offer's quote, as it pertains to the following criteria, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements). Manufacturer Specifications: The offeror provided detailed manufacturer specifications will be evaluated for completeness to ensure the offeror meets the minimum requirements outlined in the Statement of Requirements, paragraphs 1.2, 1.3, 1.4, 2.1, 2.2, 2.3, 2.4, and 2.7 to the satisfaction of the Government needs. 2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. SITE VISIT A site visit is scheduled on 12 September 2018, at 2:30 PM CST. Offerors attending shall be at 245 Lakeland Drive, Titus AL no later than 2:15 PM. All attendee's names will need to be submitted by 2:00 PM CST, 11 Sep 2018. In addition to the attendees name, include title and a telephone number for each individual. Submit the requested information to SrA Bobby Ballow at bobby.ballow@us.af.mil and Mr. Mark Restad at mark.restad.1@us.af.mil. Offerors are encouraged to visit the site and take steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in this RFQ, the specification, or related documents. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.202-1, Definitions (Nov 2013) 52.203-3, Gratuities (Apr 1984) 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13, System for Award Management Maintenance (Oct 2016) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-4,Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul. 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-13, Bankruptcy (Jul 1995) 252.203-7000, Requirements Related to Compensation of Former DoD officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of A Country that is A State Sponsor of Terrorism (Oct 2015) 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017) 252.225-7012, Preference for Certain Domestic Commodities (Dec 2017) 252.225-7048, Export Controlled Items (June 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) By Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Alternate I (2013-O0019) (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (a) from the basic clause, redesignate paragraph (b)(1) as paragraph (a), and redesignate paragraphs (b)(1)(i) through (b)(1)(xiv) as paragraphs (a)(1) through (a)(14) and redesignate paragraph (b)(2) as paragraph (b). Alternate II (2013-O0019) (Jan 2017). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (a)(1) and (b)(1) for paragraphs (a)(1) and (b)(1) of the basic clause as follows: (a) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (b) (1) Notwithstanding the requirement of any other clause in this contract, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (a) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (a)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (b)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). (M) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E. O. 13658). (O) 52.222-59, Compliance with Labor Laws (Executive Order 13673), (Oct 2016). Note to paragraph (b)(1)(ii)(O): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (P) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (Q) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (R) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (S) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (End of Clause) 52.252-2 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/vffara.htm (End of Clause) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 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. 252.211-7003 Item Unique Identification and Valuation (Mar 2016) (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (If items are identified in the Schedule, insert "See Schedule in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at clauses003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection location: Destination Acceptance location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2XJA8 Ship To Code F2XJA8 Ship From Code Not applicable. Mark For Code Not applicable. Service Approver (DoDAAC) Not applicable. Service Acceptor (DoDAAC) F2XJA8 Accept at Other DoDAAC Not applicable. LPO DoDAAC Not applicable. DCAA Auditor DoDAAC Not applicable. Other DoDAAC(s) Not applicable. -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Crystal.turgeon@us.af.mil Bobby.ballow@us.af.mil mark.restad.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN (JUN 2016) (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 interested 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, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395. (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) The following provisions apply: By Reference: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.212-1, Instructions to Offerors, Commercial Items (Apr 2014), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012) Dfars 252.215-7008, Only One Offer (Oct 2013) By Full Text: FAR 52.212-3, ALT 1, Offeror Representations and Certifications - Commercial Items (Dec 2014) Offerors are reminded that Representations and Certifications are maintained at the following website: https://www.sam.gov. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. FAR 52.252-1, Solicitation Provisions 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 address: http://farsite.hill.af.mil/ Attachment: Statement of Requirement (SoR) STATEMENT OF REQUIREMENTS OFFICER TRAINING SCHOOL VIGILANT WARRIOR (VW) CLOSED CAPTURE TELEVISION (CCTV) 1.0 Description of Requirement: 1.1. A certified contractor will provide all necessary supervision, labor, travel, materials, tools, equipment, accessories and other items necessary to safely complete the installation of all components to Air Force standards set forth in certification standards in AFI 31-101 and related safety and security publications. The contractor will provide all of the necessary tools to be able to complete the installation. This includes any ladders, lifts, hoists, power tools, safety gear or other equipment/tools and supplies necessary to complete installation and provide necessary testing of all installed components. The system must provide programmable 24/7 positive surveillance at the Camo Bldg (Bldg #6) located at Vigilant Warrior, Titus, AL. There will also need to have remote access to the programmable 24/7 positive surveillance 1.2. The current CCTV system is integrated with the following Schneider Electric Andover Continuum ACS capabilities. All equipment, hardware, software and programming provided must be fully compatible and be seamlessly integrated with the existing Schneider Electric System front-end software and hardware. Functions of all new equipment must duplicate all functions, features and capabilities of the existing equipment. New cameras will be a combination of the following five types: 1) analytic camera, 2) IP 2MP Fixed Cameras Exterior, 3) IP PTZ Camera Exterior, 4) IP 3MP Fixed IR Cameras Exterior. The contractor shall provide three additional NVRs Digital recorder at 20TB ea or one at minimum of 60 TB, 42" LED Backlit 1080p Resolution Security Display. There is also a computer upgrade required 1.3. All cameras shall be motion activated and have the capability to digitally record for 24 hours a day, 7 day a week with a minimum of storage capability of three 20TB per NVR. There will also need to be a minimum of 3 mos worth of recording to be stored. 1.4. All cameras shall be capable of recording a minimum of 15 frames/images per second. 1.5. Demo existing non-operational fixed analog cameras. Provide and install exterior IP PTZ cameras & exterior Fixed IP 2 MP cameras. Each will require switching and cabling to ensure proper performance and operation. 1.6. Provide and Install Power and a minimum of 6 strand Fiber to each camera & gate location. 1.7. Additionally, a remote lift will be needed to reach several cameras. 1.8. A viewing monitor should be a minimum of 42" and a maximum of 48" and mounted on the wall also the computer will need to be upgrade to be able to accommodate the cameras for better video. 2.0 New Cameras Install 2.1. Equipment (or next generation equipment) must be compatible with the existing Andover Continuum system software, be upgradable to meet future expansion requirements, and allow interconnection via industry standard network infrastructure for central control. 2.2. Be day/night capable, in color. 2.3. Be capable of providing continuous surveillance to provide eyes on security due to student population at VW. cameras will be Fixed IP, IP PTZ and Fixed IP with analytics cameras for exterior. The contractor shall provide additional NVRs to accommodate the system and recording specification. Wireless cameras may/will not be used. 2.4. Digital video recording 24 hours a day, 7 day a week with a minimum storage capability of 60TB per NVR. The controller will have the ability to retrieve the data using current approved programs. The NVR will allow the footage to be down loaded as evidence via a CD or computer file with the date and time displayed. The camera display will have the date and time displayed on images/view, the name of the area/camera number and shown during recording operations. 2.5. The Closed Circuit Television (CCTV) system will be monitored and controlled at the Camo bldg. (#6). There will also need to have remote access to the programmable 24/7 positive surveillance. 2.6. The current CCTV system is integrated in to the Andover Continuum system All equipment, hardware, software and programming provided must be fully compatible and be seamlessly integrated with the existing Schneider Electric System front-end software and hardware. Functions of any and all replacement equipment must duplicate any and all functions, features and capabilities of the equipment being replaced. The designed camera system will operate as an Independent/Stand-Alone Camera Network System within the facility buildings infrastructure and grounds. Each building will require network switching infrastructure to integrate all back to the head end in Building. 2.7. New cameras shall be fixed digital 2.0 megapixel, or higher, IP based cameras. All equipment must be weather proof from the sun/rain. 3.0 Camera Terminations: 3.1. The installer must provide, install and terminate all required fiber media converters, communication switches, and media appliances from Comm. Equipment Room (CER) to the Intermediate Distribution Frame (IDF) identified by the Building Manager at the time of installation. 3.2. All Fiber, conduit and building penetration install and sealing the penetration where necessary to complete install at this location and connect to main system located at VW. 3.3. The installer will not be able to dig or install anything underground. 3.4. In a case of emergency or disaster, the operator will be able to manually control the fixed digital 2.0 megapixel, or higher, IP based cameras to record the event in its viewing area. 3.5. Demo existing non-operational fixed analog cameras. Provide and Install exterior IP PTZ cameras & exterior Fixed IP 2 MP cameras. Each will require switching and cabling to ensure proper performance and operation. Contractor will install the new IP style cameras to tie into the existing IP camera system. All existing holes will be plugged with exterior weather caulk (a color that closely resembles existing paint). Existing wiring and camera and any other equipment that is linked to existing analog cameras will be removed and disposed of by contractor. 3.6. The camera must be configured to allow the monitoring system to move and/or enlarge on the viewing monitor(s) also take stills of recordings as needed. 3.7. Flexible power cords must not pass through walls, ceilings, floors, doors, or windows. All electrical work must be performed by certified electricians. 4.0 INSTALLATION: 4.1. Installation labor of wire, terminations and connections as related to the equipment outlined above. Wiring is to be installed in a conduit and laid on the ground to each location outside of pedestrian walkways and attached along fences and berm with natural covering(dirt and gravel). 4.2. Contractor will terminate and commission all equipment. 4.3. The contractor shall provide as built drawings to the Government prior to final payment. 4.4. Any damage cause during installation to grounds, buildings or fence shall be repaired at the contractor's expense. The Government shall conduct a walk-through of the grounds with the contractor to identify any pre-existing damage to grounds, buildings or fence. 5.0 CAMERA LOCATIONS 5.1. The new cameras shall be installed in the locations identified in Appendix 1 and 2, Camera Locations. 5.2 Cameras Locations: Building #7 (3) IP 2MP Fixed Cameras Exterior with all mounts and power supplies (4) IP PTZ Camera Exterior with mount and power supply Building #17 (2) IP 2MP Fixed Cameras Exterior with all mounts and power supplies (4) IP PTZ Camera Exterior with mount and power supply White Gate (2) IP 2MP Fixed Cameras Exterior with all mounts and power supplies (2) IP PTZ Camera Exterior with mount and power supply Black Gate Building #21, #22, #23 (5) IP 2MP Fixed Cameras Exterior with all mounts and power supplies (2) IP PTZ Camera Exterior with mount and power supply Blue Gate Building #13 (4) IP 2MP Fixed Cameras Exterior with all mounts and power supplies (1) IP PTZ Camera Exterior with mount and power supply Wood line Washout Cameras (5) IP 3MP Fixed IR Cameras Exterior with analytics all mounts and power supplies 6.0 TRAINING: 6.1. Contractor will provide onsite training to the facility manager on new camera operation. 6.2. Provide all books, CDs, DVDs, manuals and other documentation on all equipment installed consolidated into organized reference binders. Provide sufficient training to AF personnel to allow them to proficiently operate the installed system. 7.0 SYSTEM MAINTENANCE DURING WARRANTY PERIOD: 7.1. The contractor shall warrant all performed labor and programming for one (1) year. 7.2. Standard three (3) year manufactures warranty applies to all cameras and limited three (3) year Manufactures warranty for DSSRV's. 7.3. The Contractor shall provide 24x7 live telephone support during the warranty period to assist in isolating, identifying, and repairing software and hardware failures, or to act as liaison with the manufacturer in the event that the customer requires assistance in contacting or dealing with the manufacturer. The contractor shall provide 24-hour call service with a 24 hour response time for service and support, following contract notification by the Government for a period of one (1) year following the installation completion date. 7.4. Maintenance will be scheduled in advance with the base. It will occur during normal business hours, Monday through Friday from 0700-1600. Contractor personnel will be granted reasonable access to all equipment during these hours for the purpose of providing maintenance service. 8.0 SPECIAL REQUIREMENTS. 8.1. All wiring connections will be secured using standard security connectors that meet standard fire codes for security systems. All wiring must be clearly labeled and wiring diagram provided to Communication, Civilian Engineers and Facility Manager. All cables must be labeled with source/destination at both ends with machine made labels. Cable numbers can be used only if a master cable index is provided in both hard copy and electronic format. 8.2. If upon a discovery of any communication problems, contractor and government representatives from the affected organizations will meet and troubleshoot the problem together. 8.3. A joint quality assurance inspection will be conducted prior to system turn over and system operability testing conducted. 8.4. The contractor will assign employees who possess certification to handle all required material handling, transportation, loading, unloading and product installation tasks to meet OSHA, base safety requirements and annunciator certification standards. The contractor will ensure product meets required safety standards at the time the project is finished and accepted by the customer. 8.5. All items must be brand new. Refurbished items are not authorized 8.6. At no time will any tree cutting will be permitted, a limb may be trimmed however not tree may be cut down or removed. At the conclusion of the project, project site should be professional looking and safe. Requirements include plugging holes and concealing all cabling. All trash will be removed from site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA88137AW01CCTV/listing.html)
- Place of Performance
- Address: 245 Lakeland Drive, Titus, Alabama, 36080, United States
- Zip Code: 36080
- Zip Code: 36080
- Record
- SN05079651-W 20180909/180907231723-9c583ca30b4d3fb7bbd14d6639cafe6f (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 |