The RFP Database
New business relationships start here

MICROSOFT LICENSE FOR STANDALONE DEVICES


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of 12
GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza, Building 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; proposals are being requested and a written solicitation will not be issued.
This requirement is issued as a Request for Quote (RFQ) (Reference-Number - Maxwell AFB F2XHA77116AW01 MS License for Standalone Devices). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 (19 January 2017) and the DPN 20161222 effective 22 December 2016.
A Firm Fixed Price contract award will be made in accordance with the following:
NAICS Code: 334614; size standard: 1,250 employees
The Defense Priorities and Allocations System rating is C9E.
IMPORTANT NOTES:
1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED.
2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
3. ALL OFFERORS MUST BE AN AUTHORIZED MICROSOFT "LICENSING SERVICE PROVIDER".
4. ALL OFFEROR'S MUST PROVIDE ACADEMIC PRICING ONLY.
NATURE OF ACQUISITON:
Maxwell Air Force Base has a requirement to purchase the Microsoft Licenses for standalone devices as listed below in the "Schedule of Supplies/Services". The Air University Microsoft Campus Agreement Account Number is 01C35744. This procurement will be awarded under Simplified Acquisition Procedures to a Microsoft Licensed Provider. A redacted Brand Name Justification and Approval for Other Than Full and Open Competition is attached.
SCHEDULE OF SUPPLIES/SERVICES:
The Government reserves the right to make minor adjustments in quantities, not to exceed a 20% variance (but no less than a quantity of one each), prior to the exercising of each option year.
Page 2 of 12
This acquisition is for the purchase of the following items, which must be quoted with Academic Pricing:
Base Year: 7/11/2017 - 7/10/2018
Item
Number
Description of Requirement
Unit
Quantity
0001
Windows Server Data Center Core ALNG
License Software Assurance Pack MVL 2
License Core License
EA
88
0002
SQL Server Enterprise Core ALNG
License Software Assurance Pack MVL 2
License Core License
EA
38
0003
Desktop Educational ALNG
License Software Assurance Pack MVL
Student
EA
1867
0004
Desktop Educational ALNG
License Software Assurance Pack MVL
Faculty
EA
280
Option Year 1: 7/11/2018 - 7/10/2019
Item
Number
Description of Requirement
Unit
Quantity
1001
Windows Server Data Center Core ALNG
License Software Assurance Pack MVL 2
License Core License
EA
88
1002
SQL Server Enterprise Core ALNG
License Software Assurance Pack MVL 2
License Core License
EA
38
1003
Desktop Educational ALNG
License Software Assurance Pack MVL
Student
EA
1867
1004
Desktop Educational ALNG
License Software Assurance Pack MVL
Faculty
EA
280
DELIVERY INFORMATION:
Shipping will be FOB Destination
Ship To:
42 CS/SCXE
170 W. Selfridge Street
Maxwell AFB, AL 36112
Page 3 of 12
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. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
Quotes must consist of two (2) separate parts: Part I-Technical and Part II - Price.
a. Technical (Part I):
1. Quote must clearly meet the items identified in this solicitation's SCHEDULE OF SUPPLIES/SERVICES (CLINs X001-X004).
2. Provide written documentation from Microsoft to validate "Microsoft Licensing Service Providers (LSP) status."
b. Price (Part II):
1. The offeror must submit a quote with unit prices and extended prices for the items identified in this solicitation's SCHEDULE OF SUPPLIES/SERVICES.
2. Offeror's price quote must contain the Manufacturer's (Microsoft) part number.
3. Offeror must provide a written statement affirming that the pricing quoted is academic pricing.
4. In meeting items 1-3 above, 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, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements.
c. The offeror shall complete only paragraph (b) of provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision
d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.
e. 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.
f. Responses to this notice shall be provided in writing via e-mail to Mr. Michael Grayson at michael.grayson.4@us.af.mil or Mr. Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 4:00 PM Central Daylight Time (CDT) on 5 July 2017. Email is the preferred method. Points of Contact: Mr. Michael Grayson, Contracting Specialist, Phone (334) 953-0530, Fax (334) 953-3341 or Mr. 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.
Page 4 of 12
BASIS OF AWARD
This will be a competitive best value acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced quote that has an acceptable technical rating. The evaluation will proceed as follows:
a. Technical: Initially, the Government's evaluation team will evaluate the technical quote to ensure it clearly meet the items identified in the solicitation's SCHEDULE OF SUPPLIES/SERVICES (CLINs X001-X004). Also, offeror's written documentation from Microsoft will be evaluated to validate "Microsoft Licensing Service Providers (LSP) status." Only authorized Microsoft LSPs will be acceptable.
Technical will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements).
b. Price: Finally, the Government will evaluate the price of all quotes that receive an acceptable technical rating. Each offeror's quoted price ("SCHEDULE OF SUPPLIES/SERVICES") will be evaluated for reasonableness. 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. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes.
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 I 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)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017)
52.219-4 Notice of Price Evaluation 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 (OCT 2016)
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 Restriction on Certain Foreign Purchases (JUN 2008)
Page 5 of 12
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (JUL 2013)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 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 Relating 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)
252.223-7008 Prohibition Of Hexavalent Chromium (JUN 2013)
252.225-7012 Preference For Certain Domestic Commodities (DEC 2016)
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 And Commercial Components (DoD Contracts) (JUN 2013)
252.247-7023 Transportation Of Supplies By Sea-Basic (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) (JAN 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)
Page 6 of 12
(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).
Page 7 of 12
(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)
52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (MAR 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of Clause)
52.217-9 -- Option to Extend the Term of the Contract. (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 Months.
Page 8 of 12
(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/
(End of Clause)
52.252-6 Authorized Deviations in Clauses (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(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
Page 9 of 12
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: 170 W. Selfridge Street, Bldg 941 Wing D Maxwell AFB, AL 36112
Acceptance location: 170 W. Selfridge Street, Bldg 941 Wing D Maxwell AFB, AL 36112
(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
Page 10 of 12
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F87700
Issue By DoDAAC FA3300
Admin DoDAAC FA3300
Inspect By DoDAAC F2XHA7
Ship To Code F2XHA7
Ship From Code Not applicable.
Mark For Code Not applicable.
Service Approver (DoDAAC) Not applicable.
Service Acceptor (DoDAAC) F2XHA7
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.
Contract Specialist: michael.grayson.4@us.af.mil
Contracting Officer: 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
Page 11 of 12
(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 Deputy Director of Contracting, AFICA/KT (OL-AET), 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-1722 (DSN 487-1722) 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)
The following provisions apply:
By Reference:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007)
52.204-7 System for Award Management (OCT 2016)
52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017)
52.217-5 Evaluation of Options (JUL 1990)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (OCT 2015)
252.204-7004 Alternate A, System For Award Management (FEB 2014)
252.204-7011 Alternative Line Item Structure (SEP 2011)
252.215-7007 Notice Of Intent To Resolicit (JUN 2012)
252.215-7008 Only One Offer (OCT 2013)
By Full Text:
52.212-3, Alt 1 -- Offeror Representations and Certifications -- Commercial Items. (JAN 2017)
Page 12 of 12
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. (May 2014)
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:
Mark K. Restad
50 South LeMay Plaza
Bldg 804
Maxwell AFB, Al 36112.
(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)
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)
Attachment:
Redacted Brand Name Justification and Approval

Michael E. Grayson, Contract Specialist , Phone 334-953-0530, Fax 334-953-3227, Email michael.grayson.4@us.af.mil - Mark K. Restad, Mr., Phone 334-953-6776, Email mark.restad.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP