Login
Register
Complete Your Profile
Change Password
Request a Password Reset
Download Documents
Download Documents
Get Help to Participate in This Tender
Our team will contact you shortly.
Your activation form is pending.
Please submit it to start receiving email alerts.
Submit NowChange Password
For better security, update the account password.
The DEPARTMENT OF THE AIR FORCE has issued a Tender notice for the procurement of a Enterprise Task Manager Ii in the USA. This Tender notice was published on 28 Jan 2017 and is scheduled to close on 10 Feb 2017, with an estimated Tender value of Refer Document. Interested bidders can access detailed Tender information, eligibility criteria, and complete bidding documents by referencing TOT Ref No. 10647319, while the tender notice number is FA702217QETM2 and Registering on the platform.
Procurement Summary
Country: USA
Summary: Enterprise Task Manager Ii
Deadline: 10 Feb 2017
Posting Date: 28 Jan 2017
Other Information
Notice Type: Tender
TOT Ref.No.: 10647319
Document Ref. No.: FA702217QETM2
Financier: Self Financed
Purchaser Ownership: -
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
Combined synopsis/solicitation
this is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number fa702217qetm2 shall be used to reference any written quote provided under this request for quote.
The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular current to fac 2005-92.
This is a small business set-aside in accordance with the far part 19.502. The north american industry classification system (naics) code for this project is 541330 military and aerospace equipment and military weapons (exception a) with a small business size standard of $38.5 million.
The contractor is to provide non-personal enterprise task manager services at the air force technical applications center (aftac) to aid in developing, managing, and operating an aftac enterprise task management system, and provide support evaluating and planning technical tasks ensuring aftac mission success. See the performance work statement (pws), attachment 1 to the rfq for additional information. The employee(s) of the awarded contractor shall sign the non disclosure agreement, see attachment 4 to the rfq, at the start of contract performance. The non disclosure agreement shall remain in effect for the duration of the contract with renewals at each option period.
The total period of performance shall not exceed three (3) years after contract award, consisting of a 6-month base period, two option years, and another 6-month option period. In addition, the contract shall include the option to exercise an additional 6 months iaw far 52.217-8 option to extend services. Anticipated contract performance dates are 17 may 2017 -16 may 2020.
Program manager:
aftac / tm : mr. Oscar lessard
10989 s. Patrick dr, bldg 10989
patrick afb, fl 32925
inspection/acceptance terms:
location: government
10989 s. Patrick dr, bldg 10989
patrick afb, fl 32925
by: government
attachments:
1- pws, 16 pages, 19 jan 2017
2- dd254, 12 pages, 30 nov 2016
3- cost/price sheet, 7 pages (7 excel spread sheet tabs)
4- non disclosure agreement, 1 page
exhibit a - cdrl, 2 pages, 4 jan 2017
far provision 52.212-1, instructions to offerors -- commercial, applies to this acquisition and the following addendum applies:
rfq response due date: 10 feb 2017
rfq response due time: 1 pm, eastern standard time
the contact information for the contracting officer associated with this requirement is:
jody desormeaux
amic det 2 ol/pka
10989 s. Patrick drive
patrick afb, fl 32925-3002
email - jody.desormeaux.1@us.af.mil
tel - 321-494-0511
email all quotes to michelle.riisma@us.af.mil and jody.desormeaux.1@us.af.mil
quote shall include, at the minimum, the following company info:
name (and dba if applicable):
duns number:
cage code:
tax id number:
*number of employees:
*total yearly revenue:
*information required to determine size of business for the naics referenced above.
*other business information as applicable.
Quotes shall include, at a minimum, the following information:
the offeror shall provide no more than 5 pages in a technical response to the rfq (excluding any title page, indexes, acronym list, and/or definitions page).
Technical response:
- the technical response shall clearly demonstrate the offerors and task manager s ability to meet all requirements of the pws (attachment 1 to the rfq).
- the response shall include a resume or career brief and an employment commitment letter for the individual(s) fulfilling the enterprise task manager position.
- technical responses shall include a plan for onboarding of the proposed task manager, along with an estimated start date to begin performance working inside the aftac building. The plan shall demonstrate the ability to meet all security requirements of the dd254 (attachment 2 to the rfq). The plan shall also consist of the minimum/maximum time required, from contract award to performance start, for the proposed task manager to begin performance on-site at aftac, meeting all requirements (i.e. Security clearance).
Price:
- the offeror shall provide a completed version of the price information in attachment 3 to the rfq, cost price format, to include the base year and all option periods as detailed in the attachment.
All questions regarding this solicitation must be emailed to michelle.riisma@us.af.mil and jody.desormeaux.1@us.af.mil by 11am eastern standard time 2 feb 2017.
All companies must be registered in the system for award management at https://www.sam.gov/portal/public/sam/ to be considered for award. The government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
All companies must be registered in wide area workflow (wawf) at https://wawf.eb.mil at time of quote submittal. Wawf instruction shall be provided at time of award.
Far provision 52.212-2, evaluation -- commercial items, applies to this acquisition and the following evaluation is applicable: lowest price technically acceptable.
-pursuant to far 12.602 contract award will be made using simplified acquisition procedures in accordance with far 13.106. Offeror s submissions will be evaluated based upon price and ability to meet the evaluation criteria. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the criteria provided below.
The government will award a firm fixed price (ffp) contract to the lowest priced, responsible offer with a technically-acceptable rating. The lowest price offeror will be evaluated by the government on the technical response, to include the resume and/or career brief, to determine technical acceptability.
- in order to be found technically acceptable, the response shall demonstrate an understanding and ability to meet the requirements identified in the pws.
- in order to be found technically acceptable, the offerors response, resume and/or career brief shall demonstrate the task manager meets the minimum criteria of:
a) bachelor s degree (any field),
b) 5 years experience working for/as military, dod civilian or contract employee,
c) 5 years experience relevant to sections 2.1 of the pws (2.1.1, 2.1.2, 2.1.3, 2.1.4, 2.1.5, 2.1.6, 2.1.7, 2.1.8, 2.1.8.1, and 2.1.8.2), and
d) submission of a complete employment commitment letter acknowledged by the task manager.
- in order to be found technically acceptable, the offeror shall provide an onboarding plan demonstrating the ability to meet all pws requirements on day 1 of the contract start date. In addition to all pws requirements, the plan shall specify the ability to meet security requirements starting on the first day of contract performance (attachment 2, dd254).
If the lowest priced offeror is found to be technically unacceptable, the next lowest price proposal will be evaluated using the criteria stated above. This process will continue until a determination can be made on the lowest price technically acceptable offer.
Discussions: the government intends to award a purchase order without discussions with respective vendors/quoter. The government; however, reserves the right to conduct discussions if deemed in its best interest.
Far provision 52.212-3, offeror representations and certifications -- commercial items, with its alternate i, applies to this acquisition. All vendors must be registered in system for award management at https://www.sam.gov/portal/public/sam/ at the time of quote submittal. Offerors must include a completed copy of this provision with their offer.
Far clause at 52.212-4, contract terms and conditions -- commercial items (may 2015), applies to this acquisition with the following addendum: paragraph (c) of this clause is tailored as follows: changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the government.
Far clause at 52.212-5, contract terms and conditions required to implement statutes or executive orders -- commercial items (deviation 2013-o0019) (dec 2016), applies to this acquisition.
Far 52.212-5 contract terms and conditions required to implement statutes or executive orders--commercial items (deviation 2013-o0019) (dec 2016)
(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) 52.222-37, employment reports on veterans (feb 2016) (38 u.s.c. 4212).
(ix) 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.
(x) 52.222-41, service contract labor standards (may 2014), (41 u.s.c. Chapter 67).
(xi) ____ (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).
(xii) 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.)
(xiii) 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)
(xiv) 52.222-54, employment eligibility verification (oct 2015).
(xv) 52.222-55, minimum wages under executive order 13658 (dec 2015) (e.o. 13658).
(xvi) 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.
(xvii) 52.222-60, paycheck transparency (executive order 13673) (oct 2016).
(xviii) 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).
(xix) 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.
(x) 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)
the following far clauses are applicable to this solicitation:
52.203-3 gratuities apr 1984
52.203-6 alt i restrictions on subcontractor sales to the government (sep 2006) -- alternate i oct 1995
52.203-17
52.204-2 contractor employee whistleblower rights and requirement to inform employees of whistleblower rights
security requirements apr 2014
aug 1996
52.204-4 printed or copied double-sided on postconsumer fiber content paper may 2011
52.204-7 system for award management jul 2013
52.204-10 reporting executive compensation and first-tier subcontract awards jul 2013
52.204-13 system for award management maintenance jul 2013
52.204-18
52.204-20 commercial and government entity code maintenance
predecessor of offeror nov 2014
jul 2016
52.209-2 prohibition on contracting with inverted domestic corporations--representation dec 2014
52.209-10
52.217-5
52.217-8
52.217-9
52.219-6 prohibition on contracting with inverted domestic corporations
evaluation of options
option to extend services
option to extend the term of the contract
notice of total small business set-aside dec 2014
jul 1990
nov 1999
mar 2000
nov 2011
52.219-8 utilization of small business concerns oct 2014
52.222-3
52.222-17 convict labor
nondisplacement of qualified workers jun 2003
may 2014
52.222-21 prohibition of segregated facilities apr 2015
52.222-22 previous contracts and compliance reports feb 1999
52.222-26 equal opportunity apr 2015
52.222-35 equal opportunity for veterans jul 2014
52.222-36 equal opportunity for workers with disabilities jul 2014
52.222-37 employment reports on veterans jul 2014
52.222-40 notification of employee rights under the national labor relations act dec 2010
52.222-50 combating trafficking in persons mar 2015
52.223-18 encouraging contractor policies to ban text messaging while driving aug 2011
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
52.233-1 providing accelerated payments to small business subcontractors
disputes dec 2013
may 2014
52.233-3 protest after award aug 1996
52.233-4 applicable law for breach of contract claim oct 2004
52.252-1 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)
52.233-2 service of protest (sep 2006)
(a) protests, as defined in section 33.101 of the federal acquisition regulation, that are filed directly with an agency, and copies of any protests that are filed with the government accountability office (gao), shall be served on the contracting officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from jody desormeaux amic det 2 ol/pka, 10989 south patrick drive, patrick afb, fl 32925.
(b) the copy of any protest shall be received in the office designated above within one day of filing a protest with the gao.
(end of provision)
the following dfars clauses are applicable to this solicitation:
252.203-7000 requirements relating to compensation of former dod officials sep 2011
252.203-7002 requirement to inform employees of whistleblower rights sep 2013
252.204-7004 alt a system for award management alternate a feb 2014
252.204-7012 safeguarding covered defense information and cyber
incident 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 dec 2014
252.222-7007 representation regarding combating trafficking in persons jan 2015
252.203-7005 representation relating to compensation of former dod officials nov 2011
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
252.209-7998 representation regarding conviction of a felony criminal (deviation 2012-o0007) mar 2012
252.209-7999 representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any federal law (deviation 2012-o0004) jan 2012
252.232-7006 wide area workflow payment instructions may 2013
the following affars clauses are applicable to this solicitation:
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, lt col aaron d. Judge, 129 thompson st., bldg 586, rm 129, comm: 757-764-5372, aaron.judge@us.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, facsimile number (571) 256-2431.
(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)
5352.209-9500 organizational conflict of interest.
Organizational conflict of interest (afspcfars) (nov 2002)
(a) the following restrictions and definitions apply to prevent conflicting roles, which may bias the contractor s judgment or objectivity, or to preclude the contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions.
(1) descriptions or definitions:
(i) "contractor" means the business entity receiving the award of this contract, its parents, affiliates, divisions and subsidiaries.
(ii) "development" means all efforts towards solution of broadly defined problems. This may encompass research, evaluating technical feasibility, proof of design and test, or engineering of programs not yet approved for acquisition or operation.
(iii) "proprietary information" means all information designated as proprietary in accordance with law and regulation, and held in confidence or disclosed under restriction to prevent uncontrolled distribution. Examples include limited or restricted data, trade secrets, sensitive financial information, and computer software; and may appear in cost and pricing data or involve classified information.
(iv) "substantial" means participation of 10 percent or more of the contract/task order value.
(v) "system" means the system that is the subject of this contract.
(vi) "system life" means all phases of the system s development, production, or support.
(vii) "systems engineering" means preparing specifications, identifying and resolving interface problems, developing test requirements, evaluating test data, and supervising design.
"technical direction" means developing work statements, determining parameters, directing other contractors operations, or resolving technical controversies.
(viii) "technical direction" means developing requirements and work statements, determining parameters and specifications, directing other contractors operations, or resolving technical controversies.
(2) restrictions: the contractor shall perform services for aftac to aid in developing, managing and operating an aftac enterprise task management system, and provide support evaluating and planning technical tasks ensuring aftac mission success. The parties recognize that the contractor shall occupy an influential and responsible position with potential access to financial information and possibly proprietary information. The contractor s judgment and recommendations must be objective, impartial, and independent. To avoid the prospect of the contractor having an unfair competitive advantage based on this access to information, it is agreed that the contractor is precluded for the duration of this contract from being awarded any other aftac contract.
(end of clause)
5352.223-9001 health and safety on government installations (jun 1997)
(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.
(c) the contracting officer may, by written order, direct air force occupational safety and health standards (afosh) 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.
(d) 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.
5352.242-9000 contractor access to air force installations
contractor access to air force installations (nov 2012)
(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 forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, and 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.
(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)please consult the list of document viewers if you cannot open a file.
Fa702217qetm2
type: other (draft rfps/rfis, responses to questions, etc..) label:
fa702217qetm2
posted date: january 27, 2017 fa702217qetm2, _etm2_26jan2017.docx (43.52 kb)
description: combined synopsis/solicitation fa702217qetm2, 26 jan 2017
attach_1_-_pws_etm2, _26_jan_17.pdf (2, 077.06 kb)
description: attachment 1 - pws etm2, 26 jan 2017
attach_2_-_dd254_etm2, _30_nov_2016.pdf (2, 930.00 kb)
description: attachment 2 - dd254 etm2, 30 nov 2016
attach_3_-_cost_price_format.xlsx (14.67 kb)
description: attachment 3 - cost/price format
attach_4_-_nda_etm2.docx (40.06 kb)
description: attachment 4 - non-disclosure agreement
exhibit_a_-_cdrl_10jan17.pdf (327.76 kb)
description: exhibit a - contract data requirements list, 10 jan 2017
aftac/bldg 10989
patrick afb, florida 32925
united states
primary point of contact.:
jody g. Desormeaux,
contracting officer
jody.desormeaux.1@us.af.mil
phone: 3214940511secondary point of contact:
michelle l riisma,
contracts specialist
michelle.riisma@us.af.mil
phone: 3214949018 all files
fa702217qetm2
jan 27, 2017
fa702217qetm2, _etm2_...download/view fa702217qetm2, _etm2_26jan2017.docxattach_1_-_pws_etm2, ...download/view attach_1_-_pws_etm2, _26_jan_17.pdfattach_2_-_dd254_etm...download/view attach_2_-_dd254_etm2, _30_nov_2016.pdfattach_3_-_cost_pric...download/view attach_3_-_cost_price_format.xlsxattach_4_-_nda_etm2....download/view attach_4_-_nda_etm2.docxexhibit_a_-_cdrl_10j...download/view exhibit_a_-_cdrl_10jan17.pdfgeneral information
michelle l riisma,
contracts specialist
michelle.riisma@us.af.mil
phone: 3214949018 all files
fa702217qetm2
jan 27, 2017
fa702217qetm2, _etm2_...download/view fa702217qetm2, _etm2_26jan2017.docxattach_1_-_pws_etm2, ...download/view attach_1_-_pws_etm2, _26_jan_17.pdfattach_2_-_dd254_etm...download/view attach_2_-_dd254_etm2, _30_nov_2016.pdfattach_3_-_cost_pric...download/view attach_3_-_cost_price_format.xlsxattach_4_-_nda_etm2....download/view attach_4_-_nda_etm2.docxexhibit_a_-_cdrl_10j...download/view exhibit_a_-_cdrl_10jan17.pdfgeneral information
notice type:
combined synopsis/solicitation
posted date:
january 27, 2017
response date:
feb 10, 2017 1:00 pm eastern
archiving policy:
automatic, on specified date
archive date:
july 10, 2017
original set aside:
n/a
set aside:
total small business
classification code:
r -- professional, administrative, and management support services
naics code:
541 -- professional, scientific, and technical services/541330 -- engineering services
for help: federal service deskaccessibility
r -- professional, administrative, and management support services
naics code:
541 -- professional, scientific, and technical services/541330 -- engineering services
541 -- professional, scientific, and technical services/541330 -- engineering services
for help: federal service deskaccessibility
added: jan 27, 2017 7:48 am
Documents
Similar Tenders
Procurement Documents for USA
Access a comprehensive library of standard procurement documents specific to USA. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in USA
Want To Bid in This Tender?
Get Local Agent Support in USA and 60 More Countries.
View Tenders By
Sign in with Google