CONCENTRATOR, OXYGEN

expired opportunity(Expired)
From: Federal Government(Federal)
SPE2DS-24-Q-0122

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 26 Mar, 2024 (1 month ago)

Due Date

26 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
SPE2DS-24-Q-0122

Identifier

SPE2DS-24-Q-0122
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 30 PAGES SPE2DS-24-Q-0122 which members of the Armed Forces are actively engaged in hostilities. DFARS 252.225-7976 (Aug 2018)Contractor Personnel Performing in Japan (Class Deviation 2018-O0019) https://www.acq. osd.mil/dpap/policy/policyvault/USA002186-18-DPC.pdf Applies to solicitations and contracts that will require contractor personnel to perform in Japan. DFARS 252.225-7993 (Aug 2020)Prohibition on Providing Funds to the Enemy (Class Deviation 2020-O0022 https://www.acq. osd.mil/dpap/policy/policyvault/USA001616-20-DPC.pdf Applies to solicitations and contracts with an estimated value exceeding $50,000 that will be performed outside the United States and its outlying areas to support a contingency operation in which members of the Armed Forces are actively
engaged in hostilities. DFARS 252.227-7025 (Jan 2023)Limitations On the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legend Applies to solicitations and contracts when the Government expects to provide the contractor, for performance of its contract, technical data or computer software/ software documentation marked with another contractor’s restrictive legends. DFARS 252.239-7017 (Dec 2022)Notice of Supply Chain Risk Applies to solicitations for information technology services or supplies. DFARS 252.239-7018 (Dec 2022)Supply Chain Risk Applies to solicitations and contracts for information technology services or supplies. PART 3 - PROCUREMENT NOTES The following procurement notes apply to the subject solicitation as indicated below and are set forth in full text at the following link: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. Archived versions can also be accessed at this site. C01 Superseded Part Numbered Items (SEP 2016) – Applies when procuring part numbered items, including when acquisitions are conducted using FAR Part 12. C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020) – Applies to all solicitations and awards. C14 Correction of Nonconforming Packaging or Marking (MAY 2020) – Applies to all solicitations and awards. H04 Sourcing for Critical Safety Items (SEP 2016) – Applies for CSI L01 Electronic Award Transmission (JUN 2020) – Applies to all DIBBS solicitations for purchase orders and contracts (except indefinite delivery/indefinite quantity task or delivery order contracts, requirements contracts, and multiple award federal supply schedule-type contracts). . L04 Offers for Part Numbered Items (SEP 2016) – Applies when items are identified in the item description only by the name of an approved source (CAGE code), a part number, and a brief description. L06 Agency Protests (DEC 2016) – Applies to all solicitations. L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (JUN 2020) – Applies to solicitations when the contracting officer will use the Supplier Performance Risk System (SPRS) to evaluate offerors’ past performance for best value source selections valued under $10 million. L09 Reverse Auction (OCT 2016) – Applies to solicitations when the contracting officer may use reverse auction. M06 Evaluation of Offers of Alternate Product for Part Numbered Items (SEP 2016) – Applies when items are identified in the item description only by the name of an approved source (CAGE code), a part number, and a brief description. The following clauses are also hereby included, applicable and incorporated by reference as noted below in addition to those as stated above: FAR 52.207-4 Economic Purchase Quantity-Supplies (Aug 1987) FAR 52.225-18 Place of Manufacture (Aug 2018) The contracting agency reserves the right to conduct Price Realism analysis on prospective offers IAW FAR 15.404-1(d) (3). NOTE: All shipments must list the TCN (Transportation Control Number), Purchase Order number, Ship to address and Mark for Information. The TCN number is a vital piece of information that must be visible on the shipping label that is placed on the outside of the package or pallet. Inclusion of this noted information is also acceptable on a packslip provided it is applied to the outside of the package. Failure to affix the TCN number and purchase order number will result in a frustrated shipment. When the order contains multiple Contract Line Item Numbers (CLINs), each shipment must cite the TCN number, the Purchase Order (PO) number and the associated CLIN. This information is required to be cited to ensure the material is received properly. Any questions, please contact Thomas Pfeffer Acquisition Specialist, at 215 737-2953. NOTE 2: PLEASE PROVIDE TO THE BUYER/CONTRACTING OFFICER PROOF OF DELIVERY/TRACKING INFORMATION UPON SHIPMENT OF THE MATERIAL - EMAIL CORRESPONDENCE IS ACCEPTABLE OR INFORMATION CAN BE FAXED TO 215-737-5555. KO's email is dennette. gibson@dla. mil CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 30 PAGES SPE2DS-24-Q-0122 Please note that RapidGate is currently a requirement for access to some military bases; however, these and other locations may require enrollment in other security programs at some time in the future. In this event, the contractor is responsible for obtaining all required enrollments and clearances for each of their drivers as soon as they receive notice of such a requirement. Many bases currently require enrollment in RapidGate and will not allow entry without RapidGate clearance. During the contract implementation period, the Contractor must contact all customer locations to determine whether enrollment in RapidGate or another security program is required for access to each location. If RapidGate or other security enrollment is required, the contractor must take all necessary steps to obtain this in time for the start of performance under this contract. Failure to have RapidGate clearance may result in a vendor being turned away from the base and being unable to complete delivery. The contractor is responsible for the additional cost for RapidGate enrollment and must ensure that a RapidGate enrolled driver is available for all deliveries. We currently estimate that RapidGate enrollment will cost about $250 per company and $200 per enrolled employee for 1 year of access to multiple locations, but the cost of RapidGate or other security enrollment may vary, so the contractor should contact RapidGate to determine its own costs. If more than one driver is required, RapidGate enrollment must be obtained for each driver. Note that enrollment can take several weeks, so an awardee that is not already enrolled must begin enrollment at the time of award notification at the latest. If difficulty or delay in enrollment in RapidGate is encountered during the implementation period, the contractor MUST contact RapidGate and/or the Security Officer at the applicable customer locations to resolve any issues with processing RapidGate enrollment so that the contractor will be able to deliver as required. For additional information regarding RapidGate, including enrollment instructions, please visit their website at www. rapidgate.com, 1-877-RAPIDGate. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 30 PAGES SPE2DS-24-Q-0122 SUPPLIES/SERVICES: 6515-01-671-4127 ITEM DESCRIPTION: CONCENTRATOR,OXYGEN EDOCS IS COMPLETELY CONTAINED IN A RUGGED ALUMINUM STRUCTURAL FRAME. OXYGEN PURITY IN ACCORDANCE WITH USP 93% PRODUCTION: 120 LITERS PER MINUTE MINIMUM FLOW AT USP 93% PRESSURE IS REGULATED TO 80 PSI DELIVERY PRESSURE TWO LOW-PRESSURE SUPPLY CONNECTIONS TWO HIGH-PRESSURE COMPRESSORS PROVIDES 2,250 PSI AT 120 LPM. FOUR "M" SIZED CYLINDERS (3,540 LITERS OF OXYGEN AT 2,250 PSI PER CYLINDER) MOUNTED WITHIN THE EDOCS FRAME PROVIDES BACK-UP STORAGE CAPACITY. FOUR "M" SIZED CYLINDERS EQUAL 14,160 LITERS OF OXYGEN. AT THE FULL-RATED FLOW OF 120 LITERS PER MINUTE, STORAGE WILL PROVIDE 2.0 HOURS OF BACKUP CAPABILITY. 208/240VAC 50/60HZ CYLINDER FILLING OXYGEN FOR FILLING CYLINDERS IS AVAILABLE FROM AN EDOCS AT A MAXIMUM RATE OF 120 LPM AT A PRESSURE OF 2,250 PSI. A VACUUM PUMP USED TO EVACUATE THE CYLINDER FROM ATMOSPHERIC PRESSURE TO 27 IN. HG OF VACUUM IS PROVIDED SO THAT ANY POSSIBLE CONTAINMENTS ARE REMOVED PRIOR TO REFILLING WITH OXYGEN. . UNIT OF ISSUE - EACH . BIDDER SHALL SPECIFY SOURCE AND PART NUMBER BEING SUPPLIED. . This device or drug is regulated by the FDA. Note to Buyers: The contracting official shall send a referral in EBS to the product specialist for confirmation. Please include bidder name and bidder contact information, manufacturer name, manufacturer part number, and item description. . RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES APPLICABLE TO ALL MEDICAL ACQUISITIONS: PACKAGING AND PACKING SHALL BE COMMERCIAL AS SPECIFIED IN THE PROCUREMENT DOCUMENT. EACH COMPLETE UNIT SHALL BE PROPERLY PACKAGED IN A SUITABLE SEALED UNIT CONTAINER CAPABLE OF PROTECTING THE CONTENTS FROM DAMAGE AND/OR BREAKAGE. UNITS SHALL BE PACKED IN SUITABLE COMMERCIAL EXTERIOR (SHIPPING) CONTAINERS (EXPORT WHEN NECESSARY) WHICH SHALL INSURE ACCEPTANCE AND SAFE DELIVERY BY COMMON OR OTHER CARRIER, AT THE LOWEST RATE, TO POINT OF DELIVERY CALLED FOR IN THE CONTRACT OR ORDER. MATERIAL MUST BE MARKED IAW MEDICAL MARKING STANDARD NO. 1. THIS SUPERCEDES ALL REFERENCES TO MIL-STD-129. COPIES OF MEDICAL MARKING STANDARD NO. 1 (MMS NO. 1) MAY BE OBTAINED BY CONTACTING DLA TROOP SUPPORT VIA EMAIL TO fssb@dla.mil. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: https://www.dla.mil/Logistics-Operations/Packaging/ PACIFIC CONSOLIDATED INDUSTRIES LLC 75906 P/N 793980-001 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 30 PAGES SPE2DS-24-Q-0122 SUPPLY/SERVICE: 6515-01-671-4127 CONT'D ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0001 6515-01-671-4127 1.000 EA $ ________________ $ ________________ CONCENTRATOR ,OXYGEN PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: DESTINATION DELIVERY DATE: 30 DAYS ADO PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PARCEL POST ADDRESS: FM9133 FM9133 AFMRA SG4W CP 2102929897 601 DAVY CROCKETT RD BLDG 1534 SAN ANTONIO TX 78226-1885 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: FM9133 FM9133 AFMRA SG4W A BAY CP 2102929897 601 DAVY CROCKETT RD BLDG 1534 SAN ANTONIO TX 78226 US M/F: (TCN) FM913340750022 RDD: PROJ: TP 1 SUPP ADD: SIG: A FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A0A DIST: ADV: 2A FC: 6B GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date . 0001 7006853942 0001 N/A N/A N/A 03/20/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 30 PAGES CONTINUED ON NEXT PAGE SPE2DS-24-Q-0122 Part 12 Clauses 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022) DFARS (a) Definitions. As used in this clause -- “Component” means any item supplied to the Government as part of an end product or of another component. “End product” means supplies delivered under a line item of this contract. "Qualifying country" means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries: Australia Austria Belgium Canada Czech Republic Denmark Egypt Estonia Finland France Germany Greece Israel Italy Japan Latvia Lithuania Luxembourg Netherlands Norway Poland Portugal Slovenia Spain Sweden Switzerland Turkey United Kingdom of Great Britain and Northern Ireland. “Structural component of a tent” -- (1) Means a component that contributes to the form and stability of the tent (e.g., poles, frames, flooring, guy ropes, pegs); and (2) Does not include equipment such as heating, cooling, or lighting. “United States” means the 50 States, the District of Columbia, and outlying areas. “U.S.-flag vessel” means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States: (1) Food. (2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 30 PAGES CONTINUED ON NEXT PAGE SPE2DS-24-Q-0122 Part 12 Clauses (CONTINUED) associated with, clothing and the materials components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear. footwear, hosiery, handwear, belts, badges, and insignia. (3)(i) Tents and structural components of tents; (ii) Tarpaulins; or (iii) Covers. (4) Cotton and other natural fiber products. (5) Woven silk or woven silk blends. (6) Spun silk yarn for cartridge cloth. (7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics. (8) Canvas products. (9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles). (10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b). (c) This clause does not apply -- (1) To items listed in section 25.104(a) of the Federal Acquisition Regulation, or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool -- (i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceed the threshold at Defense Federal Acquisition Regulation Supplement 225.7002-2(a); (3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives; (4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause; (5) To chemical warfare protective clothing produced in a qualifying country; or (6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if -- (i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include 3⁄4 (A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances); (B) Items made in whole or in part of fabric in Federal Supply Group 83, Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia; (C) Upholstered seats (whether for household, office, or other use); and (D) Parachutes (Federal Supply Class 1670); or (ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarns manufactured in a qualifying country. (d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract -- (i) Shall be taken from the sea by U.S.-flag vessels; or (ii) If not taken from the sea, shall be obtained from fishing within the United States; and (2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS --- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (CLASS DEVIATION 2024-O0002) (JAN 2024) FAR Insert the following clause in solicitations and contracts that are set-aside for, or that are for the sole-source award of a contract, under the Service-Disabled Veteran-Owned Small Business Program and that are for the acquisition of commercial products or commercial services. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203 -19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the https://www.acq.osd.mil/dpap/dars/dfars/html/current/225_70.htm CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 30 PAGES CONTINUED ON NEXT PAGE SPE2DS-24-Q-0122 Part 12 Clauses (CONTINUED) Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113 -235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 -23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 -91). (3) 52.204 -25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1) (A) of Pub. L. 115 -232). (4) 52.209 -10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232 -40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233 -3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233 -4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108 -77 and 108 -78 (19 U.S.C. 3805 note)). (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 products and commercial services: [Contracting Officer check as appropriate.] [] (1) 52.203 -6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655) [X] (2) 52.203 -13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). [] (3) 52.203 -15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111 -5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [] (4) 52.203 -17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community --see FAR 3.900(a). [] (5) 52.204 -10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 -282) (31 U.S.C. 6101 note). [] (6) [Reserved] [] (7) 52.204 -14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 -117, section 743 of Div. C). [] (8) 52.204 -15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 -117, section 743 of Div. C). [X] (9) 52.204 -27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 -328). [X] (10) 52.209 -6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). [] (11) 52.209 -9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). [] (12) [Reserved] [] (13) 52.219 -3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a). [] (14) 52.219 -4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (15) [Reserved] [] (16)(i) 52.219 -6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [] (ii) Alternate I (MAR 2020) of 52.219 -6. [] (17)(i) 52.219 -7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [](ii) Alternate I (MAR 2020) of 52.219 -7. [] (18) 52.219 -8, Utilization of Small Business Concerns (DEVIATION 2024-O0002) (JAN 2024) (15 U.S.C. 637(d)(2) and (3)). []_ (19)(i) 52.219 -9, Small Business Subcontracting Plan (SEP 2023) (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 (JUN 2020) of 52.219 -9. [] (v) Alternate IV (SEP 2023) of 52.219 -9. [] (20)(i) 52.219 -13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). [] (ii) Alternate I (MAR 2020) of 52.219 -13. [] (21) 52.219 -14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 657s). [] (22) 52.219 -16, Liquidated Damages --Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). [] (23) 52.219 -27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the Service-Disabled Veteran-Owned Small Business Program (DEVIATION 2024-O0002) (JAN2024) (15 U.S.C. 657f). [X] (24)(i) 52.219 -28, Post-Award Small Business Program Rerepresentation (DEVIATION 2024-O0002) (JAN 2024) (15 U.S.C. 632(a)(2)). [] (ii) Alternate I (MAR 2020) of 52.219 -28. [] (25) 52.219 -29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (OCT 2022) (15 U.S.C. 637(m)). [] (26) 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 (OCT 2022) (15 U.S.C. 637(m)). [] (27) 52.219 -32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). [] (28) 52.219 -33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 657s). [X] (29) 52.222 -3, Convict Labor (JUN 2003) (E.O. 11755). [X] (30) 52.222 -19, Child Labor --Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126). [X] (31) 52.222 -21, Prohibition of Segregated Facilities (APR 2015). [X] (32)(i) 52.222 -26, Equal Opportunity (SEPT 2016) (E.O. 11246). [] (ii) Alternate I (Feb 1999) of 52.222 -26. [] (33)(i) 52.222 -35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [X] (ii) Alternate I (July 2014) of 52.222 -35. https://www.govinfo.gov/link/uscode/41/4712

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

65--CONCENTRATOR,OXYGEN

Due: 10 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE

65--CONCENTRATOR,OXYGEN

Due: 11 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

65--CONCENTRATOR,OXYGEN

Due: 01 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.