Washington, DC Bids > Bid Detail

67--Portable Camera Gear

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159410666356141
Posted Date: Sep 6, 2023
Due Date: Sep 13, 2023
Solicitation No: DrumMICCMJH0001
Source: https://sam.gov/opp/b37245e2bf...
Follow
67--Portable Camera Gear
Active
Contract Opportunity
Notice ID
DrumMICCMJH0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 06, 2023 03:54 pm EDT
  • Original Date Offers Due: Sep 13, 2023 06:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6720 - CAMERAS, STILL PICTURE
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    1500 Army Pentagon Washington , DC 20310
    USA
Description
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. The solicitation number is DrumMICCMJH0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-09-13 18:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Washington, DC 20310

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: 6K Full-Frame Camera System with 28-135mm f/4 G OSS Lens, Full-frame 6K sensor Camera with Auto focus, Dual Base ISO, XQD Recording slots. 2x SDI Out; 12G-SDI, 3G-SDI Level A/B. HDMI Video Out. BNC Genlock IN/Out switchable. TimeCode BNC IN/OUT Switchable. Recording format must include, XDCAM and XAVC Intra. Minimum 4 channels of LPCM 24bit 48Khz audio 2x XLR Line/Mic/mic +48 V Selectable. E Mount Camera Lens capable. 28-135mm f/4 Lens, 2, ea;
LI 002: 4K Full-Frame Camera System with 24-105MM Lens, 4K Full-frame 10.2MP sensor Camera with Auto focus, Dual Base ISO, XQD Recording slots. 15 stops of dynamic range. SDI Out; 12G-SDI, 3G-SDI Level A/B. HDMI Video Out. Recording format must include, XDCAM and XAVC Intra. Minimum 2 channels of LPCM 24bit 48Khz audio 2x XLR Line/Mic/mic +48 V Selectable. E Mount Camera Lens capable. 24-105mm f/4 Lens, 3, ea;
LI 003: B4 Lens Mount Adapter for FX9, E Mount to B4 Mount adapter, for use of standard ENG lenses on a Cinema Camera, 2, ea;
LI 004: Extension Unit for PXW-FX9, Camera Extension Unit for selected 6K Camera, REF, Raw Video and Timecode BNC Outputs. 4-Pin XLR 10 to 12.5 VDC Power Output. V-Mount Battery plate, 2, ea;
LI 005: E mount 70-200MM f/2.8 Lens, 70-200mm f2.8 E-Mount Lens, 2, ea;
LI 006: E mount 85MM f/1.4 Lens, 85mm f/1.4 E-Mount Lens, 2, ea;
LI 007: E mount 24-70MM f/2.8 Lens, 24-70mm f/2.8 E-Mount Lens, 2, ea;
LI 008: E mount 50MM f/1.4 Lens, 50mm f/1.4 E-Mount Lens, 5, ea;
LI 009: E mount 12-24MM f/2.8 Lens, 12-24mm f/2.8 E-Mount Lens, 2, ea;
LI 010: 4K Live Production Switcher, Portable All In One 4K Live Video Switcher. 5 SDI/HDMI Switchable Inputs. SDI/HDMI Switchable Output. At least 40 hours of internal recording. Integrated Multichannel Audio Mixer with XLR inputs. Buitlin graphics, chroma key and DSK. Built in RTMP Streaming encoder., 1, ea;
LI 011: Cfexpress Type A Memory Card, 640Gb, 640Gb Cfexpress memory card for in Camera Use, 9, ea;
LI 012: G Series XQD Memory Card, 240GB, 240GB XQD Memory Card for in Camera Use, 9, ea;
LI 013: Cfexpress Type A Memory Card Reader, CF express Type A/SD Memory Card Reader with USB 3.1 Interface, include Type C and A Cables, 12, ea;
LI 014: Sony XQD Card Reader, Cfexpress Type B/XQD Memory Card Reader with USB 3.1 interface, include Type C and A Cables, 3, ea;
LI 015: 2-Channel Wireless mic Slot-In receiver, True Diversity Dual Channel Slot-In Digital Audio Receiver, 140MHz Wideband Tuning Range, AES 256-bit Encryption. 15-Pin Camera Adapter for use in Sony Cameras. 470-615MHz Band., 1, ea;
LI 016: Wireless bodypack transmitter, Compact Digital Wireless Bodypack Transmitter that works with Selected Receiver. AES-256 Encryption. 2/10/25mW Adjustable RF Output. 470 to 616 MHz Frequency Band, 2, ea;
LI 017: Audio Interface Adapter with 15 pin connector and sleeve, Slot Mount Wireless Audio Interface Adapter with 15-Pin Connector and Adapter Sleeve, for use in Sony Shoulder mount Cameras, 2, ea;
LI 018: Digital Wireless adapter for Sony DWR receivers, Adapter for Selected Digital Wireless Receiver. AES Digtal and Analog Outputs. 4-Pin DC Power cable., 2, ea;
LI 019: Stereo Camera mount Shotgun Microphone, Stereo electret condensor Shotgun Microphone, Switchable Low-Cut Filter, Swictable Mono/Stereo. XLR-5 Pin out, with cable. Windscreen, 3, ea;
LI 020: Portable Wirless Lav System, Camera-Mount Wireless Omni Lavalier Microphone System. 470 to 516MHz A1 Band. Body Pack Transmitter and Camera Mount Receiver along with Omnidirectional Lav Mic. Full Kit, 10, ea;
LI 021: Shotgun Mic Kit, Microphone, BoomPole, shockmount, Windshield, Shotgun Microphone location recording Kit, includes; Shotgun Microphone, Shoe/Pole Shockmount & Furry Windshield, Aluminum Cabled Boompole & Pistol Grip, XLR & XLR to 3.5 mm Cables and Boompole bag, 2, ea;
LI 022: 100MS Tripod System, Tripod System for ENG Cameras, includes; 35.3 lb capacity Fluid Head, Dual-stage carbon fiber 100mm bowl tripod legs, total system weight support up to 66 lbs, brake levers at the top of each leg for quick deployment of carbon fiber legs, Mid-level spreader, dual spiked tripod feet with quick relaese rubber feet, magnetic leg locks, and padded carry case., 3, ea;
LI 023: 100MS Tripod System, Tripod System for ENG Cameras, includes; 26.5 lb capacity Fluid Head, Dual-stage carbon fiber 100mm bowl tripod legs, total system weight support up to 66 lbs, brake levers at the top of each leg for quick deployment of carbon fiber legs, Mid-level spreader, dual spiked tripod feet with quick relaese rubber feet, magnetic leg locks, and padded carry case., 3, ea;
LI 024: Dolly Wheel for Flowtech 75 Tripod, Dolly wheels for selected tripod systems, foot brake operated, 88.2lb payload, 1, ea;
LI 025: Quick-Draw Camera Case for PXW-FX9, Quick Draw camera case for selected 6K camera, 2, ea;
LI 026: Camera Case for FX9, Small size camera case for selected 6k camera, 6, ea;
LI 027: Unified Accessory Kit for FX9, Unified Camera accessory Kit, includes 2 15mm Rods, UVF Mount Top plate, Top Handle with NATO Rail, 12" Safety Dovetail for selected 6K Camera, 2, ea;
LI 028: Unified Accessory Kit for FX6, Unified Camera accessory Kit, includes 2 15mm Rods 15"long, Baseplate with 15mm Rod Clamps, V-Mount Battery Plate, 12" Safety Dovetail for selected 4K Camera., 3, ea;
LI 029: Camera Unified VCT Wedge Plate, VCT Wedge Plate, Dovetail Top & Shoulder Pad Bottom, Two ARRI Rosettes for Handgrips, 5, ea;
LI 030: Camera Battery Slide Pro V Mount, Camera Battery v-Mount Slide for selected 6K Camera, 3 D-Tap Ports & Protective Digital Fuse,, 2, ea;
LI 031: Camera Battery Slipe for FX6, Camera Battery v-Mount Slide for selected 4K Camera, 3 D-Tap Ports & Protective Digital Fuse,, 3, ea;
LI 032: Camera Unified VCT Tripod Plate, VCT-14 Tripod Plate, 5, ea;
LI 033: Dual Handle Gimbal Support System, Lightweight Dual-Handle Gimble Support System, Vest support of up to 22lbs, must work with selected Gimbal System, 1, ea;
LI 034: 7" 4K HDMI/SDI Monitor, 7" 4K HDMI/SDI Monitor with Touchscreen, minimum 2200 cd/m2 Brightness, 5, ea;
LI 035: Color Checker, Display calibrator, Display Calibration Tool, must work with all modern displays, up to 2000 cd/m2 light sensitivity, must interface with rotating diffuser arm and tripod mount, must include calibration software and be able to handle HDR, 2, ea;
LI 036: Monitor Mount for small 5 inch monitor, Friction arm for mounting monitors to camera body using 1/4"-20 male thread, must include 3/8"-16 adapters., 5, ea;
LI 037: Titon SL 90 95Wh 14.4V Battery V Mount, Lightweight 95Wh Lithium-Ion 14.4V Battery, V-Mount, Support up to a 10A Continuous Draw, 12A Peak Draw, LCD Battery Gauge, P-Tap and USB power ports, 16, ea;
LI 038: Battery Charger for V Mount Battery, 4 battery, Quad V-Mount Battery Charger for selected Camera Batteries, 4, ea;
LI 039: Lithium-Ion Battery Pack, Lithium-Ion 97Wh Capacity Battery for Selected Camera, 5, ea;
LI 040: Lithium-Ion Battery Pack, Lithium-Ion 72Wh Capacity Battery for Selcted Camera, 5, ea;
LI 041: Dual Bay Battery Charger, Dual-Bay Battery Charger for Selected Camera Batteries, 5, ea;
LI 042: Small format Gimbal, Gimbal Stabalizer, One handed opertation, 4.4lb max load, 3 axis motorized, battery grip must last upt to 11 hours,, 2, ea;
LI 043: Gimbal Stabilizer Combo, Gimbal Stabilizer Combo, includes; 10lb payload capacity, Phone Holder and focus motor, 1.8" OLED Touchscreen, Auto-Lock Axes, Wireless Shutter Control, carbon fiber body, 2, ea;
LI 044: iPhone Gimbal, Mobile Smartphone Gimbal, Magnetic Phone Clamp, up to 10.2 oz load, 8.5" Extension Rod, 2, ea;
LI 045: Remote Extension Kit for Sony FX9, Remote Extension unit for selected 6K Camera, adjustable extension of 6-8 inches, ARRI compatible rosette, 3, ea;
LI 046: Drop in Hawklock Mini Quick Release Monitor Mount, Quick Release Monitor Mount with Shoe adapter, tilting bracket, 3.3lb Payload Capacity, 1/4"-20 and shoe mount adapter, 6, ea;
LI 047: All in one video kit for Smart Phones, All in one smartphone Mobile/Vlogging Video Kit, includes; Smartphone cage and desltop Tripod, Power Bank holder and dual side handles, LED Light, Microphone and Shoe Mounts, multiple 1/4"-20 Accessory threads, mic Shock Mount, foam cover and windshield, 4, ea;
LI 048: Microphone for IOS devices, iOS Directional Shotgun Micorphone, with Lightning and 3.5mm Audio connections, 4, ea;
LI 049: Microphone Holder, External Camera Microphone holder for selected Cameras, 6, ea;
LI 050: 6 Channel portable audio mixer/recorder, 6-Channel/8-Track Multitrack 32-bit Audio Field Recorder, 192kHz recording, 4xXLR-1/4" Combo jacks with High Gain Low Noise Mic Preamps, Internal Timecode Generator with 3.5mm I/O, SD Card slot for recording, 142db of Dynamic Range, USB Audio Interface, 2, ea;
LI 051: Audio Mixer bag for Sound Devices mixer, Carry Bag for Audio Field Recorder, must have room for mixer/recorder, transmitters and batteries, multiple pockets for various accessories, 2, ea;
LI 052: Timecode Generator with Bluetooth, External Timecode Generator with Bluetooth, Dual Set, 3.5mm Mic Lack and USB Type-C Port, up to 35 hour runtime on full charge, Builtin Mic for reference Sound, 2, ea;
LI 053: 1x1 Soft RGB LED Light Panel, 1ftx1ft Soft RGB LED Light Panel with a Standard Yoke and US Power cord; 2700 to 10,000K CCT RGB Control, 95 degree beam angle, 157 degree field angle, CCT SHI and Gel color modes., 3, ea;
LI 054: LED Fresnel Light, 4 inch LED Fresnel Light; 5600K Daylight Balanced, Beam control of 15 to 71 Degrees, 575W HMI Equivalent, 4 Way Barn doors, US power, 3, ea;
LI 055: Astra 6X Bi-Color LED Light Panel, Bi Color LED Light Panel; 3200 to 5600K color control, Output of 6330 Lux at 3.3', standard yoke with US Power, 6, ea;
LI 056: Softbox for 1x1 Light, Softbox for Selected 1x1 LED Panel, 3, ea;
LI 057: Battery Plate for 1x1 Light, V-Mount Battery Plate for Selected 1x1 LED Panel, 3, ea;
LI 058: Softbox for Astra 1x1, Softbox for Selected Bi Color LED Panel, 6, ea;
LI 059: Carry Case for 1x1 Light Fixture, Soft Carry case for Selected Bi Color LED Panel, 6, ea;
LI 060: Battery Plate for Astra 1x1, V-Mount Battery Plate for Selected Bi Color LED Panel, 6, ea;
LI 061: 36" Powertap to 4-pin XLR Power cable, PowerTap to 4-Pin Female XLR cable, 36 inch, 3, ea;
LI 062: Light Stand with Boom Arm, Load Capacity 11lbs, Air Cusioned Light Stand with Boom Arm; Load Capacity 11lbs, Must be able to reach up to 9.2', 3.1 to 5.5' Boom Arm Length Range, 1/4"-20 Threaded, 3, ea;
LI 063: Lighting Stand, 6.5', Compact Portable Light Stand; Must rise to 6.5', minimum working height of 20.5", must weigh 3lbs or under, Load capacity of 8lbs, must com with 5/8" stub with both 1/4"-20 and 3/8"-16 Threads, 16, ea;
LI 064: Scissor Mount for Drop Ceiling, Scissor mount for drop ceilings, for use with small lights, 12, ea;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of GovernmentBuildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Materialinspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 03:54 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >