The RFP Database
New business relationships start here

This is an AMENDMENT to Solicitation W911QX-14-T-0239: The U.S. Army Research Laboratory (ARL) requires one (1) High Vacuum Microelectromechanical Systems (MEMS) Packaging System capable of packaging precision MEMS sensors.


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

This is an AMENDMENT to the the previously posted combined synopsis/solicitation for commercial items 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 following changes were made to Section (v) of the Combination Synopsis-Solicitation:

1. CLIN0002 - Closed Loop Water Chiller was added; Previous CLINs 0002-0006 were+ shifted down (CLIN0002 now CLIN00003)

2. CLIN0008 - Advanced Control Package was added

The following changes were made to Section (vi) of the Combination Synopsis-Solicitation:

1. C.2.1.9.2 was changed from:

quote mark The stationary and moveable hot plate stages must reach a temperature of at least 800 Celsius (C) with a temperature stability of +/-2 C and across heating stage uniformity of +/- 0.5 C quote mark

To

quote mark The stationary and moveable hot plate stages must reach a temperature of at least 800 Celsius (C) with both reasonable temperature stability and across heating stage uniformity quote mark

2. C.2.1.9.4 removed the words quote mark to ensure a lateral position accuracy of at least 0.5mm quote mark at the end of the line

3. C.2.1.10.1 was changed from:

quote mark The system must have less than a 0.25mm misalignment between both the stationary and moveable hot stages quote mark

To

quote mark The system must have mechanical alignment pins to ensure repeatable stage alignment quote mark

4. C.2.1.12.2.1, quote mark The graphite stage must have less than a 0.25mm misalignment between top and bottom stage heaters, quote mark was deleted

5. C.2.1.13, quote mark The Contractor shall deliver a system that has a closed loop water chiller and pump that include software controls to prevent thermal runaway during long period of operation, quote mark was deleted

6. C.2.1.14; C.2.1.14.1 - C.2.1.14.5 were changed to C.2.1.13; C.2.1.13.1 - C.2.1.13.5


The following AMENDMENT 1 combined synopsis-solicitation document replaces the original combined synopsis-solicitation document in its entirety:

(i) 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.

(ii) The solicitation number is W911QX-14-T-0239. This acquisition is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective 25 August 2014.

(iv) The associated NAICS code is 333242. The small business size standard is 500 Employees.

(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN0001 - High Vacuum MEMS Packaging System, Quantity 1, Ref C.2
CLIN0002 - Closed Loop Water Chiller, Quantity 1, Ref C.3.1 - OPTION
CLIN0003 - Residual Gas Analyzer, Quantity 1, Ref C.3.2 - OPTION
CLIN0004 - 150mm Heater for Stationary Heater Stage, Quantity 1, Ref C.3.3 - OPTION
CLIN0005 - 100mm Heater for Moveable Heater Stage, Quantity 1, Ref C.3.4 - OPTION
CLIN0006 - 150mm Heater for Moveable Heater Stage, Quantity 1, Ref C.3.5 - OPTION
CLIN0007 - Spare Parts Kits, Quantity 1, Ref C.3.6 - OPTION
CLIN0008 - Advanced Control Package, Quantity 1, Ref C.3.7 - OPTION

(vi) Description of requirements:
Salient Characteristics
High Vacuum Microelectromechanical Systems (MEMS) Packaging System

C.1 Scope
The U.S. Army Research Laboratory (ARL) requires one (1) High Vacuum Microelectromechanical Systems (MEMS) Packaging System capable of packaging precision MEMS sensors. Ultra-high vacuum packaging will enable state-of-the-art advancements in Micro Position Navigation and Timing ( PNT). PNT improvements are needed to reduce size, weight, power, and cost of current macro-scale position and navigation systems. The PNT system will be fielded for rapid north finding applications, soldier and unmanned aerial vehicle navigation for Global Positioning System (GPS)-denied and/or inaccessible environments, and advanced munitions guidance. The following sections define the acceptable salient characteristics to fulfill this Government requirement:

C.2 Requirement
C.2.1 High Vacuum Furnace with Hot Plate Stage
C.2.1.1 The Contractor shall deliver a system capable of being operated in automatic mode, utilizing programmed process operations, semi-automatic mode, utilizing safety interlock features; and manual mode, allowing independent control of all operating components
C.2.1.2 The Contractor shall deliver a system capable of meeting current industry standard requirements for safety including the use of Emergency Off (EMO) panic buttons, shielding, interlocks for hazardous areas including high voltages and moving parts, and over temperature shutoffs in the event of heater malfunction
C.2.1.3 The Contractor shall deliver a system with a Power Distribution meeting the following minimum specifications:
    C.2.1.3.1 Single service drop (208 volts alternating current (VAC), 60 Hertz (Hz), three-phase, 5-    wire, 60 Amperes (Amps) based on configuration
    C.2.1.3.2 Component wiring that is routed to a centralized power distribution panel for each     primary module
    C.2.1.3.3 EMO protection
    C.2.1.3.4 Appropriate safety interlocks
C.2.1.4 The Contractor shall deliver a system that comes with System Schematic Drawings and/or Operation Manual that meet the following minimum specifications:
C.2.1.4.1 Upon delivery, the Contractor shall provide the technical point of contact (TPOC) with an electronic copy in Portable Document Format (.pdf) of the schematic drawings, including general assembly, vacuum, water, and electrical diagrams of the system.
    C.2.1.4.2 Upon delivery, the Contractor shall provide an electronic copy (.pdf format) of the     Operation Manual for the system written in English.
C.2.1.5 The Contractor shall deliver a system that possesses oil-free rough pumping to achieve a vacuum level of less than 50milli (m)Torr level
C.2.1.6 The Contractor shall deliver a system that is turbomolecular with an integrated cryogenic trap capable of achieving vacuum levels of less than 1x10-6 Torr
C.2.1.7 The Contractor shall deliver a system that has at least four (4) input gas lines configured with the following Mass Flow Controllers (MFCs):
    C.2.1.7.1 Nitrogen
    C.2.1.7.2 Argon
    C.2.1.7.3 Helium
    C.2.1.7.4 Forming Gas (Dihydrogen(H2)/Dinitrogen (N2) mixtures)
C.2.1.8 The Contractor shall deliver a system that has a vacuum chamber viewing port to observe Device Under Test (DUT)
C.2.1.9 The Contractor shall deliver a system that has one (1) stationary and (1) moveable hot plate stage that meets the following minimum specifications:
    C.2.1.9.1 The stationary hot plate stage must have a 100 millimeter (mm) heater
    C.2.1.9.2 The stationary and moveable hot plate stages must reach a temperature of at least     800 Celsius (C) with both reasonable temperature stability and across heating stage uniformity    C.2.1.9.3 The stationary and moveable hot plate stages must hold a temperature for DUT for at     least 48 consecutive hours
    C.2.1.9.4 The stationary and moveable hot plate stages must be mechanically aligned via tapered     pins (or equivalent)
    C.2.1.9.5 The stationary and moveable hot plate stages must have a heater fixture to hold package     and lids in heating stage
        C.2.1.9.5.1 The fixture and heating stages must be compatible with lids comprised of             metal, ceramic, and/or glass material
C.2.1.10 The Contractor shall deliver a system that is capable of bringing both heating stages together for a bonding process
    C.2.1.10.1 The system must have mechanical alignment pins to ensure repeatable stage alignment
C.2.1.11 The Contractor shall deliver a system that is able to support parallel packaging (several packaging being processed at once)
C.2.1.12 The system must have graphite stage fixturing for uniform head conduction
C.2.1.12.1 The graphite stage must have dimensions of at least six (6) inches (in) long x six (6) in wide.
    C.2.1.12.2 The graphite stage must mechanically align to respective top and bottom stage heaters            
C.2.1.13 The Contractor shall deliver a system that meets the following Metrics:
C.2.1.13.1 The system must have no significant process variation from predetermined process set, processing standard and wafers, and a Mean Time Before High Failure (MTBHF) of greater than 90 days (i.e. less than one (1) qualifying event per 90 days)
C.2.1.13.2 The system must have no significant process variation from predetermine process set, processing standard and wafers and a Mean Time Before Low Failure (MTBLF) of greater than 30 days (i.e. less than three (3) qualifying events per 90 days)
C.2.1.13.3 the system must have a Mean Time Before Assist (MTBA) of greater than five (5) days (i.e. less than 18 qualifying events per 90 days)
C.2.1.13.4 The system must have a Mean Time To Repair (MTTR) (i.e. time tool is not available for processing) of less than 72 hours
    C.2.1.13.5 The system must have an Uptime greater than 95%

C.2.2 Moveable Hot Plate Stage:
C.2.2.1 The Contractor shall deliver a system that has one (1) moveable hot plate stage with at least ten (10) in. of separation/stroke with a 50 mm heater.
    C.2.2.1.1 The moveable stage must have integrated position feedback
C.2.2.2 The Contractor shall deliver a system that during the final bonding step, has a moveable stage capable of moving 0.5 mm in any lateral direction for final contact alignment between stationary and moveable stage.
C.2.2.3 The Contractor shall deliver a system that has a moveable hot plate stage that is capable of achieving at least eight (8) Newtons per package while packaging up to 20 packages or a minimum of 160 Newtons of force across the bonding surface
C.2.2.4 The Contractor shall deliver a system that has a moveable hot plate stage that includes static weight slots for even pressure distribution for each package
C.2.2.5 The Contractor shall deliver a system that has a graphite stage that is capable of moving 0.5 mm in any lateral direction for final contact between stationary and moveable stage.
C.2.2.6 The Contractor shall deliver a system that has a top stage fixture that possesses an alignment feature(s) to allow for quick alignment and stage attachment/disconnect

C.2.3 Cryogenic (CRYO) Trap:
C.2.3.1 The Contractor shall deliver a system that possesses a cryogenic pump/trap for the removal of water vapor
C.2.3.1.1 The pump must remove residual water vapor below micro-Torr level
C.2.3.1.2 The pump must have in-line configuration with turbo molecular pump

C.2.4 Vacuum Chamber Feed-Through:
C.2.4.1 The Contractor shall deliver a vacuum chamber feed-through that must have stage partitioning and/or shutter-like operation to minimize thermal radiation between heating stages

C.2.5 Human Machine Interface (HMI) Graphic User Interface:
C.2.5.1 The Contractor shall deliver a HMI system that possesses a LabVIEW or equivalent based Graphical User Interface (GUI) for custom packaging, process development and optimization
C.2.5.2 The Contractor shall deliver a system that provides automatic recipe control capability
C.2.5.3 The Contractor shall deliver a system that includes the following feedback sensors and controls:
    C.2.5.3.1 Stage temperatures (two (2) - four (4) thermal couples per heating stage)
    C.2.5.3.2 Position of moveable stage
    C.2.5.3.3 Vacuum chamber pressure
    C.2.5.3.4 Stage heater power control
    C.2.5.3.5 Applied force feedback
C.2.5.4 The Contractor shall deliver a system that includes Software Process programming and history logging that is accessible as readable text, comma separated variable, or Excel data file.
C.2.5.5 The Contractor shall provide all new software releases, upgrades, and patches for the Vacuum Packaging System for three (3) years After Contract Award (ACA).

C.2.6 Acceptance Testing, Support, Delivery, and Training
C.2.6.1 The Contractor shall provide Pre-installation Acceptance Tests
C.2.6.1.1 The Contractor shall use Government created acceptance tests to demonstrate to the Technical Point of Contact (TPOC) that the system is fully functional. The Government will provide the acceptance tests, to the Contractor, within two (2) weeks of contract award.
C.2.6.1.2 The Contractor shall implement Pre-installation Acceptance Tests prior to shipment of the system
C.2.6.1.3 The Government and Contractor will coordinate the date, time, and location for pre-installation testing No Later Than (NLT) two (2) weeks ACA.
C.2.6.2 The Contractor shall demonstrate that the system meets all the required specifications as outlined in C.2.1 - C.2.6.
C.2.6.3 The Contractor shall provide Post-installation Acceptance Tests
    C.2.6.3.1 The Contractor shall demonstrate (to the TPOC) the installed system in Building 201,     Room 3B-41 at ARL using the Government created acceptance tests.
    C.2.6.3.2 The Contractor shall demonstrate that the system meets all the required specifications as     outlined in C.2.1 - C.2.6.
C.2.6.4 The Contractor shall provide access to a technical support person to answer questions regarding tool operation, hardware troubleshooting, and basic system operation
C.2.6.4.1 The Contractor shall provide technical support via telephone or email during the business hours of 0900-1700 based on the time zone of the Contractor's main base of operation, for the duration of system ownership
C.2.6.4.2 The Contractor shall ensure the technical support person responds to voicemails and emails within two (2) business days
C.2.6.5 The Contractor shall provide a full warranty on the Vacuum Packaging System for one (1) year after approval of the Post-installation Test Report.
C.2.6.5.1 The Contractor shall ensure the warranty covers:
C.2.6.5.1.1 Installation and replacement of all parts (excluding consumable parts and materials) at no additional cost to the Government
C.2.6.5.1.2 All repairs and modification costs if the system is no longer functional according to the accept test specifications as defined in C.2.7.1
C.2.6.5.1.3 All labor and transportation costs to and from ARL for repairs and modifications if the system is no longer functional according to the acceptance test specifications as defined in C.2.7.1
C.2.6.5.1.4 A response time of no more than 48 hours from the time of the Government's request for service to diagnose and propose a plan to repair the system
C.2.6.5.1.5 Repairs must take place within four (4) business days from the time of request

C.2.7 Delivery/Training
C.2.7.1 The Contractor shall deliver all items to the US ARL, Adelphi Laboratory Center (ALC), Building 201, 2800 Powder Mill Road, Adelphi, MD 20783
C.2.7.2 The Contractor shall conduct operator and maintenance training within one (1) week of system installation. The Government will coordinate the date and time for operator and maintenance training and provide this information to the Contractor NLT two (2) weeks prior to planned system installation.
C.2.7.2.1 The Contractor shall provide one (1) day, a total of eight (8) hours, of operator and maintenance training for up to (8) participants at ARL ALC.

C.3 OPTIONS
The Contractor shall propose the following items as individual options:

C.3.1 Closed Loop Water Chiller (CLIN0002)
C.3.1.1 The closed loop water chiller and pump must include software controls to prevent thermal runaway during long period of operation
C.3.1.2 Air cooled re-circulating chiller, sized appropriately for system configuration

C.3.2 Residual Gas Analyzer (RGA) (CLIN0003):
C.3. 2.1 The Contractor shall provide a RGA that must have nozzle configuration to enable sampling near DUT
C.3.2.2 The Contractor shall ensure the nozzle is as close as possible to the stationary plate to provide gas analysis of DUT

C.3.3 150mm Heater for Stationary Heater Stage (CLIN0004):
C.3.3.1 The unit must have a temperature range of at least 800 C with both reasonable temperature stability and across heating stage uniformity

C.3. 4 100mm Heater for Movable Heater Stage (CLIN0005):
C.3.4.1 The unit must have a temperature range of at least 800 C with both reasonable temperature stability and across heating stage uniformity

C.3.5 150mm Heater for Moveable Heater Stage (CLIN0006):
C.3.5.1 The unit must have a temperature range of at least 800 C with both reasonable temperature stability and across heating stage uniformity

C.3.6 Spare Parts Kit (CLIN0007):
C.3.6.1 The Contractor shall provide a spare parts kits that includes high wear items to ensure full system operation in a 24/7 environment to maintain operation for one (1) year.

C.3.7 Advanced Control Package (CLIN0008):
C.4.7.1 The Contractor shall provide an advanced control package that includes all items in base computer control (HMI) plus, recipe control, process automation, and graphical recipe builder

(vii) Delivery is required No Later Than (NLT) Six (6) Months After Contract Award (ACA). Delivery shall be made to the US Army Research Laboratory (ARL), Adelphi Laboratory Center (ALC), 2800 Powder Mill Rd, Adelphi MD 20783. Acceptance shall be performed at ARL-ALC. The FOB point is Destination.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price.

The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.

Past performance will be evaluated based on information provided by the offeror as to relevant sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number.

Price will be evaluated based on the total proposed price, including options, (if any).

Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995), 52.204-10 REPORTING EXECUTIVE COMPENSATIONAND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) , 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013), 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012), 52-219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010), 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.203-3 GRATUITIES (APRIL 1984), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012), 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013), 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011), 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JULY 2013), 52.222-3 CONVICT LABOR (JUNE 2003), 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011), 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011), 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009), 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012), 252.215-7008 ONLY ONE OFFER (OCT 2013), 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013), 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006), 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (MAY 2014), 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (DEC 2012)

(xiii) The following additional contract requirement(s) or terms and conditions apply:

52.204-4 P RINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012), 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998),
252.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING (SEP 2009), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013), 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.246-2 INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996), 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984), 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998), 52.243-1 CHANGES - FIXED PRICE (AUG 1987), 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 2012)

APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006), APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENTS - ALC (SEPT 1999)

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS): Not Applicable

(xv) The following notes apply to this announcement: None

(xvi) Offers are due on 07 November 2014, by 11:59 AM Eastern Time, via email to: Ms. Cristina Watkins, 301-394-2529, cristina.m.watkins.civ@mail.mil

(xvii) For information regarding this solicitation, please contact Ms. Cristina Watkins, 301-394-2529, cristina.m.watkins.civ@mail.mil


Robin Stoltz, 301-394-3381

ACC-APG - Adelphi

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP