DFAC KITCHEN EQUIPMENT MAINTENANCE & REPAIRS MULTI-YEAR IDIQ

Agency: DEPT OF DEFENSE
State: Utah
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Aug 2, 2023
Due: Sep 2, 2023
Solicitation No: W911YP23R0023
Publication URL: To access bid details, please log in.
Follow
DFAC KITCHEN EQUIPMENT MAINTENANCE & REPAIRS MULTI-YEAR IDIQ
Active
Contract Opportunity
Notice ID
W911YP23R0023
Related Notice
W911YP20R0006
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 02, 2023 03:00 pm MDT
  • Original Date Offers Due: Sep 02, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J073 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Bluffdale , UT 84065
    USA
Description

SOLICITATION: W911YP23R0023



AGENCY/OFFICE: Utah Army National Guard / USPFO



PLACE OF PERFORMANCE: Utah Army National Guard / Camp Williams-DFAC Facility



17800 S Camp Williams Rd Bluffdale, UT 84065



SUBJECT: DFAC Kitchen Equipment Maintenance & Repair Multi-Year IDIQ



RESPONSE DUE DATE: 12:00 PM MST 2 SEP 2023



CONTRACTING POC: William (Billy) T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273





DESCRIPTION:





*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED*****





The Utah National Guard is soliciting a requirement for DFAC Kitchen Equipment Maintenance under combined synopsis/solicitation W911YP23R0023 and is being issued for Request for Proposals (RFPs). This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 811310 “Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance” which has a Small Business Size Standard of $8 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to conduct maintenance and repairs of commercial-grade equipment. This requirement is subject to availability of funding per FAR 52.232-18.









640 RTI DFAC EQUIPMENT MAINTENANCE & REPAIR PERFORMANCE WORK STATEMENT





PREVENTATIVE MAINTENANCE SERVICES (CLIN 0001)





The Dining Facility (DFAC) includes many pieces of commercial kitchen equipment. This performance work statement (PWS) requires a proposal for specific manufacturer recommended checks and services to be completed on all types of kitchen commercial-grade equipment, including walk-in/reach-in refrigerators and freezers, ventilation hoods, and serving/cooking/sanitation equipment. Inspections and services will be conducted in accordance with requirements laid out in the document. Contractor will provide estimated additional repairs as necessary on CLIN 0002.





Routine maintenance and services will be conducted during normal business hours (Monday through Friday 0600 – 1700) and scheduled at least two weeks before service. Contract modifications may be issued in the case of the dining facility purchasing or installing additional equipment. Itemized list of maintenance and repairs of commercial-grade kitchen equipment is attached.





A site visit may be scheduled, if necessary, so that any potential contractors may walk through the facility. Conducting a site visit may be at the discretion of the Contracting Officer depending on the desired need.







Minimum required cleaning/servicing is as follows:





Refrigeration Equipment



SCOPE: Refrigeration equipment included on itemized list require services according to manufacturer recommended service schedule. At a minimum, this contract requires quarterly cleaning of condenser coils using appropriate chemical cleaning treatments, water filtration systems, and general compressor area cleaning of dirt, dust, lint, and debris. Additional recommended services may be described by the contractor in their bid.





Cooking Equipment



SCOPE: Kitchen cooking equipment is to be checked quarterly by contract holder; Manifolds, burners, temperature gauges, water filtration systems, etc. will be cleaned and maintained as needed, as well as manufacturer recommended services. Additional recommended services may be described by the contractor in their bid.





Serving Equipment



SCOPE: Serving equipment will be checked quarterly by contract holder; Water wells heating element, rotating motor on desert display, temperature gauges, etc. will cleaned and maintained as needed, as well as manufacturer recommended services. Additional recommended services may be described by the contractor in their bid.





Cleaning/ Sanitizing Equipment



SCOPE: These pieces of equipment require services according to manufacturer recommended service schedule. At a minimum, this contract requires quarterly maintenance on water booster, using appropriate chemical cleaning treatments, hard water build- up, conveyer preservation, filtration system, etc. Additional recommended services may be described by the contractor in their bid.





Base Contract price for preventative quarterly maintenance services:



CLIN 0001AA $ year 1 Ordering Period (broken out evenly by month or quarter).



CLIN 0001AB $ year 2 Ordering Period (broken out evenly by month or quarter).



CLIN 0001AC $ year 3 Ordering Period (broken out evenly by month or quarter).



CLIN 0001AD $ year 4 Ordering Period (broken out evenly by month or quarter).



CLIN 0001AE $ year 5 Ordering Period (broken out evenly by month or quarter).



CLIN 0001AF $ year 6 Ordering Period (6-months) (broken out evenly by month or quarter).









Contractor shall provide a maintenance plan for each piece of equipment that, at a minimum, meets manufacturer recommended checks and services.















REPAIR SERVICES (CLIN 0002):





The second part of this contract will provide the Utah National Guard’s 640th Regiment RTI Dining Facility a mechanism to address emergency or unforeseen repairs of the equipment outlined in this scope of work as necessary. If any equipment needs repairs, the contractor will be contacted directly by 640th RTI Dining Facility Staff. Submission of itemized receipts for replacement parts need to be submitted with repair invoices.





Maximum response time when notified of repairs: 48 hours



Ventilation hoods: 2 hours Refrigeration: 4 hours



All other equipment listed throughout this scope: 12 hours







Contractor’s Rates for Repairs (estimates):



CLIN 0002AA $ year 1 Ordering Period (broken out evenly by month or quarter or year).



CLIN 0002AB $ year 2 Ordering Period (broken out evenly by month or quarter or year).



CLIN 0002AC $ year 3 Ordering Period (broken out evenly by month or quarter or year).



CLIN 0002AD $ year 4 Ordering Period (broken out evenly by month or quarter or year).



CLIN 0002AE $ year 5 Ordering Period (broken out evenly by month or quarter or year).



CLIN 0002AF $ year 6 Ordering Period (6-months) (broken out evenly by month or quarter or year).









Hourly Labor Rate:



$



Parts/Discounts – (Please describe any discounts you may offer, including a percentage discount to parts prices, or any other discounts you would consider)













Describe warranty -













***CUSTOMER'S ESTIMATED ANNUAL REPAIRS HOURS = 100 HRS***





***PLEASE INCLUDE THESE ESTIMATED REPAIR HOUR COSTS AS PART OF YOUR YEARLY ANNUAL TOTAL SERVICE AMOUNT WITH YOUR YEARLY MAINTENANCE COSTS***







GENERAL





LIABILITY INSURANCE: The contractor will maintain liability insurance, in a coverage amount acceptable to the Contracting Officer (KO), which is not less than the amount normally prevailing within the local community for commercial repair services.





LICENSING: Contractor shall ensure all repair and maintenance services are performed by a licensed technician registered with the state of Utah.





COR ASSIGNMENT & NOMINATION: The Contracting Officer shall appoint a Contracting Officer Representative (COR) for this service requirement. The COR shall be appointed in writing, have all required COR training completed, and shall have applicable experience in managing service contracts within the 640th RTI.





COORDINATION / QUALITY ASSURANCE ISSUES: Contractor shall, upon request, consult with the COR or the KO by telephone to coordinate or resolve compliance, quality, logistical, or any other issues that might arise before, during, and after repair & maintenance services. The Contractor shall notify the Contracting Officer (KO) in writing of any quality assurance issues and/or any changes to the contract.





QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): A Quality Assurance Surveillance Plan (QASP) listing the procedures or processes, shall be utilized to validate the terms and conditions are successfully met as discussed in the PWS.





PERSONAL PROTECTIVE EQUIPMENT (PPE): Contractor shall furnish and assure technicians are provided with the appropriate PPE to perform the duties outlines in the PWS. Some PPE examples include, but not limited to: gloves, protective eyewear, facemasks, earplugs, steeltoe boots/shoes, etc., where there is a potential for exposure to potentially infectious materials or hazardous conditions.





COVID-19 AND PPE: Should COVID-19 be a concern in performing the duties outlined in the PWS, the Contractor shall ensure all technicians are properly equipped with the appropriate PPE (i.e. facemasks, faceshields, gloves). The Contractor shall ensure all technicians are healthy and not showing signs of sickness. The Contractor shall perform a temperature check of each technician prior to them performing the repair or maintenance service on site. The Contractor shall provide all technicians with personal hand sanitizer.





MAINTENANCE SCHEDULE: Contractor shall provide, at a minimum, quarterly maintenance on all commercial kitchen equipment. The COR reserves the right to request maintenance as needed (if applicable).





SERVICE DELIVERY SUMMARY (SDS): A Service Delivery Summary shall be completed by the COR for each service performed, either quarterly maintenance or unscheduled repair service. The Service Delivery Summary shall include, but not limited to, the following performance objectives and standards:





Insured & Licensed and/or Certified technicians 100% of the time



Quarterly Maintenance performed or as requested by the COR



Were service repair calls performed within the Maximum Response times, as outlined in the PWS?



Equipment maintenance & repair certification



Equipment meets or exceeds performance standards





The PWS conveys the basic requirements, performance standards and assessment measures that will apply to all issued maintenance and repair requests. Performance standards, when stated in the PWS, provide a general basis for measuring the performance of each requirement associated with the standard.





The Contractor shall perform in accordance with the requirements of this PWS and the requirements of each maintenance and repair request. The service requirements are summarized into performance objectives. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement when applicable.





GOVERNMENT REMEDIES: The Contracting Officer (KO) shall follow the requirements of FAR 52.246-4, Inspection of Services – Fixed Price (AUG 1996), for Contractor’s failure to correct non-conforming services. In the event that services fail to conform to contract requirements and cannot be remedied by re-performance, the Government reserves the right to reduce the contract price to reflect the reduced value of the non-conforming services. The Government will notify the Contractor of weaknesses or discrepancies as they become apparent. The first notification will be to attempt to obtain re-performance, if possible. Deficiencies that exceed the SDS acceptable levels will be issued on a Contract Discrepancy Report. Unsatisfactory performance may result in a cure notice.





MANAGEMENT PERSONNEL: The Contractor shall appoint one Contract Manager and a back-up manager, who will the Contractor’s authorized point of contact with the COR. The appointment shall be in writing.





The Contract Manager shall have full authority to commit the Contractor on matters concerning the contract.





REIMBURSEMENT FOR TRAVEL EXPENSES: All services performed will be at the DFAC facility located on Camp Williams, Bluffdale, UT. No reimbursement shall be made for travel expenses. All travel costs are the sole responsibility of the Contractor.





EVALUATION OF CONTRACTOR PERFORMANCE:



Reference FAR Clause 52.246-4, Inspection of Services – Fixed Price.



The Contractor’s performance will be evaluated after each quarterly maintenance service and service repair. For those tasks listed in the SDS, the Quality Assurance Evaluator (QAE) shall be the COR. The COR will follow the methods of surveillance specified in the Government’s QASP. Government personnel will record all surveillance observations and will upload in to PIEE. When an observation indicates defective performance, the COR will require the Contract Manager or representative to initial the observation. The initiating of the observation does not necessarily constitute concurrence with the observation, only acknowledgement that they have been made aware of the defective performance.





QUALITY CONTROL: Reference contract clause 52.246-4, Inspection of Services – Fixed Price. The Contractor shall develop, implement, and maintain a comprehensive quality control program that assures compliance with all requirements of the contract and associated contract modifications. The Contractor shall maintain, enforce, and document a Quality Control Plan (QCP). The QCP shall ensure that the Government receives the level of quality that is consistent with the requirements specified in the contract.





MANAGEMENT OF DELIVERABLES & REPORTING: The Contractor shall be responsible for creating, maintaining, and disposing of records and reports required by this PWS. When requested by the Government, the Contractor shall provide the original record or a reproducible copy of any such report. All documentation, records, files, schedules, etc., which are the responsibility of the Contractor are the property of the Government and shall remain so upon termination or completion of this contract. The Contractor shall keep these items current.





The Contractor shall permit the COR or KO authorized representative access to all records, data, and facilities used in the performance of the anticipated services.





PAST PERFORMANCE: The Contractor shall furnish past performance information on previous contracts performed for services relating to this requirement to reflect experience and knowledge of maintaining and repairing commercial-grade kitchen equipment. If possible, the Contractor shall provide three (3) references on past performance.







SET-ASIDE / FAR REGULATION:





Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE with order of precedence as follows:





In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.







CONTRACT TYPE / MULTI-YEAR IDIQ / EVALUATION CRITERIA:





The contract type for this procurement will be Firm-Fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) for five (5) 1-year Ordering Periods and one (1) 6-month Ordering Period. Award will include pricing for all six (6) Ordering Periods. All Ordering Periods will be considered as a total base award contract. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For proposals to be technically acceptable, it must meet all the specifications outlined in the PWS and specific examples of past performance experience relating to maintaining and repairing commercial-grade kitchen equipment or similar commercial equipment. Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance. If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them. An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.





SAM REGISTRATION:





All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.





IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.





IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.







PROPOSALS:





All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 2 SEP 2023. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.





PROVISIONS & CLAUSES:





The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1 – Definitions

FAR 52.203-3 – Gratuities

FAR 52.204-7 – System for Award Management



FAR 52.204-9 – Personal Identity Verification of Contractor Personnel



FAR 52.204-16 – Commercial and Government Entity Code Reporting



FAR 52.204-18 – Commercial and Government Entity Code Maintenance



FAR 52.204-19 – Incorporation by Reference of Representations and Certifications



FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation



FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors



FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items

FAR 52.212-3 – Alternate 1

FAR 52.212-4 – Terms and Conditions - Commercial

FAR 52.212-5 – Dev - Statutes/Exec Orders



FAR 52.217-5 – Evaluation of Options



FAR 52.217-8 – Option to Extend Services



FAR 52.217-9 – Option to Extend the Term of the Contract

FAR 52.219-1 (Alt I) – Small Business Program Representation

FAR 52.219-6 – Notice of Total Small Business Set-Aside

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-3 – Convict Labor

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-22 – Previous Contract and Compliance Reports

FAR 52.222-25 – Affirmative Action

FAR 52.222-26 – Equal Opportunity

FAR 52.222-36 – Affirmative Action for Workers With Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating trafficking in Persons

FAR 52.222-54 – Employment Eligibility Verification

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-23 – Restrictions on Certain Foreign Purchases

FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications

FAR 52.232-1 – Payments

FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration



FAR 52.232-39 – Unenforceability of Unauthorized Obligations



FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes



FAR 52.233-2 – Service of Protest

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.243-1 Alt.1 – Changes-Fixed Price (Services)



FAR 52.249-4 – Termination for Convenience of the Government (Services)(Short Form)

FAR 52.252-1 – Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

FAR 52.252-5 – Authorized Deviations in Provisions

FAR 52.252-6 – Authorized Deviation in Clauses

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 – Control of Government Personnel Work Product



DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors



DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support



DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements



DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements



DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law

DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items

DFARS 252.212-7001 – Dev Terms and Conditions

DFARS 252.225-7001 – Buy America Act and Balance of Payments Program

DFARS 252.225-7002 – Qualifying Country as Subcontractors

DFARS 252.225-7012 – Preference for Certain Domestic Commodities



DFARS 252.225-7048 – Export-controlled Items



DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime



DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime



DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation



DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003 – Electronic Submission of Payment Requests



DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel



DFARS 252.239-7017 – Notice of Supply Chain Risk



DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.243-7002 – Requests for Equitable Adjustment.





FAR 52.252-2 – Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow UTTR Eagle Vehicle Maintenance Shop Extermination/Cleaning /Sanitation Active Contract... Office FA8201 OL ...

DEPT OF DEFENSE

Bid Due: 5/09/2024

...Follow UTTR Eagle Vehicle Maintenance Shop Extermination/Cleaning /Sanitation Active Contract... Office FA8201 OL ...

DEPT OF DEFENSE

Bid Due: 5/09/2024

...COMMAND Sub Command AIR FORCE SUSTAINMENT CENTER Office FA8201 OL H PZIO Looking ...

DEPT OF DEFENSE

Bid Due: 5/01/2024

...COMMAND Sub Command AIR FORCE SUSTAINMENT CENTER Office FA8201 OL H PZIO Looking ...

DEPT OF DEFENSE

Bid Due: 5/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.