Federal Bid

Last Updated on 15 Mar 2020 at 3 AM
Combined Synopsis/Solicitation
Fresno California

144 FW Fresno ANGS Lodging March - December 2020

Solicitation ID W50S6T20Q6013
Posted Date 19 Feb 2020 at 10 PM
Archive Date 14 Mar 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7mx Uspfo Activity Caang 195
Agency Department Of Defense
Location Fresno California United states 93727

                             

February 19, 2019

MEMORANDUM FOR ALL PROSPECTIVE OFFERORS

FROM:   Sergeant Jarrod Sanchez

CA ANG, 144 FW/MSC 5323 E McKinley Ave

Fresno, CA 93727

SUBJECT:  Request for Quote, Drill Lodging March to December

The California Air National Guard, 144 Fighter Wing, located at Fresno ANGB, CA intends to establish a Firm Fixed Price contract for lodging services to support drill training for the months from March 2020 through December 2020. Lodging establishments must meet the attached performance specifications. Lodging facilities must be located within 10 miles of the Fresno Air National Guard Station.

General Information:

Notice Type:

Combined Synopsis/Solicitation

Solicitation Number: Title:

W50S6T20Q6013

Drill Lodging March to December

Posted Date:

19 February 2020

Solicitation Response Date:

28 February 2020, 1:00 PM PDT

Estimated Award Date: Period of Performance:

2 March 2020

10 Month PoP

Set Aside:

Total Small Business Set-Aside

NAICS Code:

721110 Hotels (except Casino Hotels) and Motels: $35M

Point of Contract:

 TSgt Jarrod Sanchez, Contracting Specialist

CA ANG, 144 FW/MSC

[email protected]

Phone: 559-454-5129

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13. This solicitation is 100% set aside for small business IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code is 721110 and the size standard is $35M.

This combined synopsis/solicitation is issued as a Request for Proposal (RFP) with solicitation number W50S6T20Q6013.

This solicitation document, incorporated provisions and clauses are those in effect through

Federal Acquisition Circular 2020-04 effective 15 Jan 2020.

Contractor Responsibility: The Contractor shall provide all items necessary--including, but not limited to, all equipment, supplies, labor, and supervision--necessary to complete the required items according to the specifications and the performance work statement.
 

Description of Work: Requirement consists of contractor to provide lodging services during drill training for the months from March 2020 to December 2020. This is a multi-award request and multiple vendors may be selected for award. Partial quotes meeting a quarter or more of the desired capacity will be accepted. The 144FW is requesting the following:

For the month of March,

On Wednesday, March 4, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Thursday, March 5, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Friday, March 6, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, March 7, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of April,

On Friday, April 3, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, April 4, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of May,

On Friday, May 1, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, May 2, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of June,

On Friday, June 5, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, June 6, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of July,

No rooms are needed for a July weekend.

For the month of August,

On Friday, July 31, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, August 1, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of September,

On Friday, September 11, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, September 12, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of October,

On Friday, October 2, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, October 3, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of November,

On Friday, November 6, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, November 7, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

For the month of December,

On Friday, December 4, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

On Saturday, December 5, we will require approximately 80 room nights with a breakdown of 60 doubles and 20 singles.

Provide a quote using the schedule of items. Convert your quote to a PDF when submitting. Tax should not apply to military lodging IAW applicable tax law. Lodging rates should be near the GSA per diem rate. GSA rates can be reviewed at https://www.gsa.gov/travel/plan-book/per-diem-rates. If the GSA rate is not provided your most advantageous rate may be considered if capacity is still needed.

See attached Performance Work Statement titled “Performance Work Statement FY20v2.1” for full requirement description.

SCHEDULE OF ITEMS

SUPPLIES OR SERVICES, AND PRICES/COSTS

Project:

Lodging to Support Drill from March to December

GSA/VA number:

Discount:

UNIT:

144 FSS

SOL. #

W50S6T20Q6013

ITEM NO.

DESCRIPTION

UNIT

QUANTITY

UNIT PRICE

TOTAL PRICE

1

Double Rooms offered for Wednesday on March 4

EA

 $                      -  

2

Single Rooms offered for Wednesday on March 4

EA

 $                      -  

3

Double Rooms offered for Thursday on March 5

EA

 $                      -  

4

Single Rooms offered for Thursday on March 5

EA

 $                      -  

5

Double Rooms offered for Friday on March 6

EA

 $                      -  

6

Single Rooms offered for Friday on   March 6

EA

 $                      -  

7

Double Rooms offered for Saturday on March 7

EA

 $                      -  

8

Single Rooms offered for Saturday on March 7

EA

 $                      -  

9

Double Rooms offered for Friday on April 3

EA

 $                      -  

10

Single Rooms offered for Friday on April 3

EA

 $                      -  

11

Double Rooms offered for Saturday on April 4

EA

 $                      -  

12

Single Rooms offered for Saturday on April 4

EA

 $                      -  

13

Double Rooms offered for Friday on May 1

EA

 $                      -  

14

Single Rooms offered for Friday on May 1

EA

 $                      -  

15

Double Rooms offered for Saturday on May 2

EA

 $                      -  

16

Single Rooms offered for Saturday on May 2

EA

 $                      -  

17

Double Rooms offered for Friday on June 5

EA

 $                      -  

18

Single Rooms offered for Friday on  June 5

EA

 $                      -  

19

Double Rooms offered for Saturday on June 6

EA

 $                      -  

20

Single Rooms offered for Saturday on June 6

EA

 $                      -  

21

Double Rooms offered for Friday on July 31

EA

 $                      -  

22

Single Rooms offered for Friday on July 31

EA

 $                      -  

23

Double Rooms offered for Saturday on August 1

EA

 $                      -  

24

Single Rooms offered for Saturday on August 1

EA

 $                      -  

25

Double Rooms offered for Friday on September 12

EA

 $                      -  

26

Single Rooms offered for Friday on September 12

EA

 $                      -  

27

Double Rooms offered for Saturday on September 12

EA

 $                      -  

28

Single Rooms offered for Saturday on September 12

EA

 $                      -  

29

Double Rooms offered for Friday on October 2

EA

 $                      -  

30

Single Rooms offered for Friday on October 2

EA

 $                      -  

31

Double Rooms offered for Saturday on October 3

EA

 $                      -  

32

Single Rooms offered for Saturday on October 3

EA

 $                      -  

33

Double Rooms offered for Friday on November 6

EA

 $                      -  

34

Single Rooms offered for Friday on November 6

EA

 $                      -  

35

Double Rooms offered for Saturday on November 7

EA

 $                      -  

36

Single Rooms offered for Saturday on November 7

EA

 $                      -  

37

Double Rooms offered for Friday on December 4

EA

 $                      -  

38

Single Rooms offered for Friday on December 4

EA

 $                      -  

39

Double Rooms offered for Saturday on December 5

EA

 $                      -  

40

Single Rooms offered for Saturday on December 5

EA

 $                      -  

 TOTAL

 $                      -  

QUOTE SUBMITTED BY:

Ordering Address

Point of Contact

Phone Number

Fax Number

E-Mail Address

Quote Date

DUNS Number

Web Address

The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) and the addendum, applies to this acquisition.

Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable).

Offeror shall complete, and include with its submission, the following:

Schedule of Items, Pricing

Registered in System for Award Management (SAM) IAW FAR 52.212-3

Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: “The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.”

The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.

Addendum to FAR 52.212-2, Evaluation – Commercial Items (Oct 2014)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  Award shall be based on all or none and best value to the government.

Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government’s best interest.

Award will be made to the offeror who provides the lowest price technically acceptable offer to the government. The following factors shall be used to evaluate offers:

Technical capability of the service offered to meet the Government requirement as specified in the solicitation and attachments (e.g. performance work statement)

Price
 

Lodging facility distance from the base
 

Offerors must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), electronically at https://www.sam.gov/SAM/ within the year to be considered for award.

Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.

The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 2018), applies to this acquisition.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2020)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

     

            __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

            __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).

            __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

            XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).

            __ (5)[Reserved].

            __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

            __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

            XX (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

            __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).

            __ (10)[Reserved].

          __ (11)

(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a).

                  __ (ii) Alternate I (Nov 2011) of 52.219-3.

          __ (12)

(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

                  __ (ii) Alternate I (Jan 2011) of 52.219-4.

            __ (13)[Reserved]

          _XX (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).

                  __ (ii) Alternate I (Nov 2011).

                  __ (iii) Alternate II (Nov 2011).

          __ (15)

(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

                  __ (ii) Alternate I (Oct 1995) of 52.219-7.

                  __ (iii) Alternate II (Mar 2004) of 52.219-7.

            __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).

          __ (17)

(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))

                  __ (ii) Alternate I (Nov 2016) of 52.219-9.

                  __ (iii) Alternate II (Nov 2016) of 52.219-9.

                  __ (iv) Alternate III (Nov 2016) of 52.219-9.

                  __ (v) Alternate IV (Aug 2018) of 52.219-9

            __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

            __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).

            __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

            __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f).

            XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

            __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

            __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

            XX (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).

            XX (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126).

            XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

            XX (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).

                  __ (ii) Alternate I (Feb 1999) of 52.222-26.

          __ (29)

(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

                  __ (ii) Alternate I (July 2014) of 52.222-35.

            XX (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).

                  __ (ii) Alternate I (July 2014) of 52.222-36.

            __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

            XX (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

            XX (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).

                  __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

            __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

          __ (35)

(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

                  __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

            __ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

            __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).

          __ (38)

(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

                  __ (ii) Alternate I (Oct 2015) of 52.223-13.

          __ (39)

(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

                  __ (ii) Alternate I (Jun 2014) of 52.223-14.

            __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

          __ (41)

(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).

                  __ (ii) Alternate I (Jun 2014) of 52.223-16.

           XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

            __ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

            __ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).

          __ (45)

(i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).

                  __ (ii) Alternate I (Jan 2017) of 52.224-3.

            __ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).

          __ (47)

(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

                  __ (ii) Alternate I (May 2014) of 52.225-3.

                  __ (iii) Alternate II (May 2014) of 52.225-3.

                  __ (iv) Alternate III (May 2014) of 52.225-3.

            __ (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

            XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

            __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

            __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

            __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

            __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).

            __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).

            XX (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

            __ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).

            __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).

            __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

            __ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).

          __ (60)

(i) 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).

                  __ (ii) Alternate I (Apr 2003) of 52.247-64.

                  __ (iii) Alternate II (Feb 2006) of 52.247-64.

      (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

            __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

            __ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

            __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

            __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

            __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

            __ (6) 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).

            __ (7) 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).

            __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

            __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

            __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014)

List of Attachments. Attachments shall be reviewed to understand all requirements of the solicitation.

Combined Synopsis Solicitation-Lodging Mar-Dec Q6013

Performance Work Statement-Lodging FY20

Schedule of Items Q6013
 

Offerors shall provide quotes no later than 1:00 PM PDT, 27 February 2020 via e-mail to the below e-mail address:

TSgt Jarrod Sanchez, Contracting Specialist

CA ANG, 144 MSG/MSC

[email protected]

144 FW Contracting Office

5323 E McKinley Ave

Fresno ANGB, CA 93727

Phone: 559-454-5129

If there are any questions on this combined synopsis/solicitation, please contact the individual listed above.

Bid Protests Not Available

Similar Past Bids

Mansfield Ohio 06 Mar 2020 at 3 PM
Fresno California 14 Jan 2011 at 5 PM
Fresno California 17 Dec 2010 at 8 PM
Yosemite Kentucky 29 Mar 2016 at 12 AM

Similar Opportunities

Location Unknown 18 Jul 2025 at 1 PM (estimated)
Beale air force base California 17 Sep 2025 at 4 AM (estimated)
Boise Idaho 16 Jul 2025 at 10 PM
Randolph New jersey 17 Oct 2027 at 8 PM
Falls church Virginia 15 Jul 2025 at 4 PM