Massachusetts Bids > Bid Detail

Untargeted Metabolomics Analysis

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159913612609160
Posted Date: Jan 11, 2023
Due Date: Jan 16, 2023
Solicitation No: W911QKY23R1008
Source: https://sam.gov/opp/c9fec5ceee...
Follow
Untargeted Metabolomics Analysis
Active
Contract Opportunity
Notice ID
W911QKY23R1008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 11, 2023 08:45 am EST
  • Original Published Date: Jan 06, 2023 10:37 am EST
  • Updated Date Offers Due: Jan 16, 2023 04:00 pm EST
  • Original Date Offers Due: Jan 16, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 31, 2023
  • Original Inactive Date: Jan 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Natick , MA 01760
    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. This

announcement constitutes the only solicitation; proposals are being requested and a written solicitation

will not be issued.

The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY‐23‐R‐

1008. The solicitation document and incorporated provisions and clauses are those in effect through

Federal Acquisition Circular FAC 2023‐01, effective 1 December 2022.

The US Army Combat Capabilities Development Command Soldier Center (DEVCOM SC) has a

requirement to establish one or multiple Blanket Purchase Agreements (BPA) in order to procure

services for services to conduct untargeted metabolomics on human fecal samples collected from in

vitro batch fermentations, in support of the DEVCOM SC’s testing, research and development efforts.

This is 100% restricted to Small Business entities using Simplified Acquisition Procedures IAW

Federal Acquisition Regulation (FAR) Part 13 under NAICS code 541380 ‐‐ Testing Laboratories. The

small business size standard is $16,500,000.00.

DESCRIPTION OF REQUIREMENT:

The Contractor shall conduct untargeted metabolomics analysis on human fecal samples or samples

generated from in vitro batch fermentations and annotating toward a comprehensive human and/or

plant metabolite database, Specifically, support is required for conducting untargeted metabolomics on

human fecal samples collected from in vitro batch fermentations. This analysis shall include but is not

limited to metabolite identification, including molecular weights and/or chemical structures, and

concentrations from UPLC-MS or equivalent analytical techniques.

The Contractor shall conduct untargeted metabolomics on human fecal samples and/or fermentates

containing live organisms.

a. General Requirements. The contractor's primary focus shall be to:

(1) Conduct untargeted metabolomics analysis on human fecal samples or samples generated

from in vitro batch fermentations and annotating toward a comprehensive human and/or plant

metabolite database.

(2) The contractor will have no requirements for upfront processing of samples prior to

providing samples to contractor.

b. Specific Requirements: The contractor shall conduct:

(1) Annotation to a comprehensive database including plant and human fecal and/or

microbiome metabolites including both identified and unidentified metabolites with >/= 500 or more

metabolites identified.

(2) Pathway reconstructions through correlative techniques between identified metabolites

and biological processes.

(3) Assess statistically significant variations between a set of generated and utilized

metabolites relative to experimental and control samples.

(4) Compatibility and annotation with Human Microbiome Database (HMDB) library for

interpretation of metabolite source/function.



(5) Inclusion of proper analysis controls to ensure data quality

(6) Proper data security procedures to follow human sample protocols

Further description in Attachment 1 – DEVCOM Untargeted Metabolomics Statement of Work (SOW).

1. Additional terms and conditions are contained in Attachment 2 ‐ Blanket Purchase Agreement,

Attachment 3 ‐ Representations and Certifications, Attachment 4 – Contract Data Requirements Lists, and

clauses incorporated by reference or by full text below.

2. Contract Line Item Numbers will be dependent on individual Calls issued under the resultant BPA.

3. The intention of the Government is to award approximately one (1) to two (2) BPAs to responsible

firm(s) that demonstrate a capability to provide the requested testing and/or specimen analysis

services. The Government reserves the right to award additional BPAs beyond the estimated number, or

award no BPAs, from this combined synopsis/solicitation as determined to be in the Government’s best

interest. BPAs do not obligate any funds and are not binding contracts. The Government will be

obligated only to the extent that authorized BPA Calls are actually made under these agreements.

4. BPAs will be evaluated annually and may remain in place for up to three (3) years. The total

maximum amount of all BPAs (combined) awarded under this solicitation is $5,000,000.00 for the total

three‐year duration. No individual BPA Call will exceed the amount of $250,000.00. The establishment

of a BPA does not imply any agreement on the part of the Government to place future Calls with the

BPA holder. The Government makes no representation as to the number of Calls or actual amount of

services to be ordered.



5. Calls for new work made against any BPA(s) awarded under this solicitation will be competed

among all BPA holders with the capability to execute the work. BPA Holders notified electronically of

new Call/RFQ requirements through the issuance of a Call or RFQ e‐mail from either the Contracting

Officer or authorized Ordering Officer. Failure to submit a complete and timely response to a BPA

Call/Request for Quote (RFQ) may result in it being determined non‐responsive to the Call/RFQ.

(1) The Government reserves the right to set aside any Call/RFQ requirement to any Small

Business BPA Holder(s).

(2) The Government reserves the right to exclude any BPA Holder due to lack of satisfactory

performance on prior BPA Calls.

(3) The Government reserves the right to issue Calls and/or Call modifications directly to BPA

holders for follow‐on work related to or resulting from previous tests already conducted.

SUBMISSION REQUIREMENTS:

The Government will evaluate all submitted responses in accordance with the submission and

evaluation criteria described herein. Proposals should be prepared simply and provide concise

description of capabilities to satisfactorily perform all requirements. Responses to this announcement

shall include:

1. A letter, signed by an authorized official of the Offeror, formerly submitting the proposal and

containing company name and address, Cage Code, EUID Number, TIN, business size and type (i.e.,

large, small, small and disadvantaged, 8(a)certified, woman‐owned small, HUB Zone certified small, or

service disabled veteran‐owned small business) for the applicable NAICS code, and Point of Contact

information. The letter shall also include acknowledgement of amendments, if any, to this solicitation.

2. A narrative, limited to 10 pages, explaining your ability to perform the work described in the

SOW (Attachment 1) including relevant past performance information. The narrative shall also

include three (3) past performance references for related services within the last five (5) years to

include:

a. Contract number, title, and brief description;

b. Name, e‐mail address, and telephone number of requiring activity POC;

c. Name, e‐mail address, and telephone number of the Government Contracting Officer;

d. Contract type and Period of performance;

e. Awarded price/cost and Final, or projected final, price/cost.

3. Current list of tests that address the requirements identified in the SOW.

4. Provide evidence of the following:

a. The quality management process in place with traceability of materials and calibration of

equipment;

b. Internal quality reproduction of testing and/or specimen development; and

a. Documentation of staff training on equipment.



5. Current price list containing prices for each of the fabrications and/or tests specifically identified in

the SOW. Offeror is encouraged to also submit their current standard commercial price list for other

services not listed in the SOW, especially for any fabric testing or fabrication that may be applicable

to the SOW requirements. The price list must include labor and materials rates as additional

testing required may be required on a time‐and materials basis. The price list must include labor,

materials, and other rates (such as hourly range rates) that may be used in order to quote*

additional testing that may be requested by the Government.

*Although these quotes may include an estimate of time‐and‐materials based upon Government

requirements, all Calls shall be Firm‐Fixed Price.

6. Completed and signed representations and certifications (Attachment 3).

7. As prescribed in DFARS 252.204‐7007, interested parties must be registered with System for

Award Management (SAM) under the NAICS 541380. Representations and certifications must also be

on record. These registrations can be done through the System for Award Management (SAM) at

https://www.sam.gov. Interested parties must also be current with VETS‐4212 filings (see FAR

22.13). Contractors are encouraged to complete SAM registration and VETS‐4212 filings as soon as

possible; the Government may not delay award for the purpose of allowing a contractor time to

register in SAM or file their VETS‐4212.

The responses to this solicitation/synopsis shall be submitted VIA E‐MAIL ONLY. Ensure that the e‐mail

is clearly marked to indicate its contents, the solicitation number, and the identity of the firm

submitting. Proposals may be submitted in Word or PDF format only. Do not include links to

websites in lieu of incorporating information into your proposal.

EVALUATION CRITERIA:

BASIS FOR AWARD: Award will be made to the responsible vendor(s) that represent Best Value to the

Government. The Government intends to evaluate submittals and award each BPA without

discussions. The Government reserves the right to conduct discussions if the Contracting Officer later

determines them to be necessary.

The Factors that shall be used to determine Best Value, in order of importance are as follows:

Technical/Facility Requirements, Past Performance, and Price. These factors are further described

below:

1. Technical/Facility Requirements:

a. The Offeror seeking a testing BPA award must be able to prove that they have the ability to test

in accordance with International Organization for Standardization (ISO), American Society for

Testing and Materials (ASTM), American Association of Textile Chemists and Colorists (AATCC),

European Standards (EN) and other similar standardized tests. The contractor does not need to

be certified, however they do need to be able to perform testing in accordance with the

procedures outlined in those standards.



b. The Offeror seeking a testing BPA award must be able to perform, at a minimum, all of the

testing needs (i.e., standard, nonstandard and developmental) described in the SOW. This is an

ALL or NONE requirement. Offeror’s shall provide a narrative in their proposal that

describes/supports its claims to be able to perform the testing called for in the SOW.

Proposals that cover less than all of the services specifically identified in the SOW will be

rejected as non‐responsive.

c. The Offeror seeking a specimen fabrication BPA award must be able to produce, at a minimum,

all of the specimens listed in the SOW. This is an ALL or NONE requirement. Offeror’s shall

provide a narrative that describes/supports its claims to be able to execute the specimen

fabrication called for in the SOW in their proposal. Proposals that cover less than all of the

services specifically identified in the SOW will be rejected as non‐responsive.

d. The Offeror seeking a BPA award must have documented quality, training and calibration

measures in place.

2. Past Performance: The Government will evaluate the Offeror’s record of past performance in work

relevant to the type as called for in the SOW. Offerors are advised that, in addition to the Past

Performance information requested in the Submission Requirements above, the Government may

obtain Past Performance information from interviews/questionnaires tailored to the circumstances of

this acquisition and/or any other sources available to the Government, to include, but not limited to,

the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and

Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other

databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and

the Defense Contract Management Agency.

3. Price: The Government will evaluate the pricing proposed by the Offeror for fairness and

reasonableness based upon comparative pricing received from other offerors and upon the

Government’s knowledge of and previous experience with these services, to include comparisons with

available GSA Schedule pricing for similar services.

The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to

this combined synopsis/solicitation and offer the best overall value to the Government. Any Offeror’s

proposal that merely offers to perform work according to the terms of the RFP or fails to present more

than a statement indicating its capability to comply with the terms without support and elaboration as

specified in the instructions will be rendered non‐responsive.

CLAUSES AND PROVISIONS:

The following clauses and provisions are incorporated by reference:

Provision 52.212‐1, Instructions to Offerors – Commercial Items, applies to this acquisition and

Addenda to this clause are contained in the section entitled “SUBMISSION REQUIREMENTS” above.

Provision 52.212‐2, Evaluation ‐‐ Commercial Items, applies and specific evaluation criteria to be used

are contained in the section “EVALUATION CRITERIA” above.



Provision 52.212‐3 Offeror Representations and Certifications – Commercial Items, Alt I, applies and

specific requirements for providing Offeror Representations and Certifications with its offer are included

in SUBMISSION REQUIREMENTS paragraph 4 above.

Clause 52.212‐4, Contract Terms and Conditions ‐‐ Commercial Items, applies to this acquisition and the

Statement of Work (SOW), Blanket Purchase Agreement, and additional terms and conditions below

shall be included as addenda to this clause. IAW FAR 52.212‐4(v) the awardees representations and

certifications, including those completed electronically via the System for Award Management (SAM),

shall also incorporated by reference into and resultant Agreement.

Clause 52.212‐5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ‐‐

Commercial Items, applies to this acquisition.

ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:

52.204‐2 Security Requirements

52.204‐7 System for Award Management

52.204‐10 Reporting Executive Compensation and First‐Tier Subcontract Awards

52.204‐13 System for Award Management Maintenance

52.204‐16 Commercial and Government Entity Code Reporting

52.204‐17 Ownership or Control of Offeror

52.204‐18 Commercial and Government Entity Code Maintenance

52.204‐20 Predecessor of Offeror

52.204‐21 Basic Safeguarding of Covered Contractor Information Systems

52.204‐22 Alternative Line Item Proposal

52.204‐26 Covered Telecommunications Equipment or Services‐Representation

52.209‐6 Protecting the Governments Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment

52.209‐10 Prohibition on Contracting With Inverted Domestic Corporations

52.219‐28 Post Award Small Business Program Representation

52.222‐3 Convict Labor

52.222‐21 Prohibition of Segregated Facilities

52.222‐22 Previous Contracts and Compliance Reports

52.222‐25 Affirmative Action Compliance

52.222‐26 Equal Opportunity

52.222‐35 Equal Opportunity for Veterans

52.222‐36 Affirmative Action For Workers With Disabilities

52.222‐37 Employment Reports on Veterans

52.222‐50 Combating Trafficking in Persons

52.223‐18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225‐13 Restrictions on Certain Foreign Purchases

52.232‐23 (Alt I) Assignment of Claims

52.232‐33 Payment by Electronic Funds Transfer‐‐System for Award Management

52.232‐39 Unenforceability of Unauthorized Obligations

52.232‐40 Providing Accelerated Payments to Small Business Subcontractors

52.245‐1 Government Property

52.245‐9 Use and Charges

52.247‐34 F.O.B. Destination



52.252‐6 Authorized Deviations in Clauses

52.253‐1 Computer Generated Forms

252.201‐7000 Contracting Officer's Representative

252.203‐7000 Requirements Relating to Compensation of Former DoD Officials

252.203‐7002 Requirement to Inform Employees of Whistleblower Rights

252.203‐7005 Representation Relating to Compensation of Former DoD Officials

252.204‐7000 Disclosure of Information

252.204‐7003 Control of Government Personnel Work Product

252.204‐7008 Compliance with Safeguarding Covered Defense Information Controls

252.204‐7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting

252.204‐7015 Notice of Authorized Disclosure of Information for Litigation Support

252.204‐7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or

Services

252.204‐7019 Notice of NIST SP 800‐171 DoD Assessment Requirements

252.204‐7020 NIST SP 800‐171 DoD Assessment Requirements

252.211‐7003 Item Identification and Valuation

252.211‐7007 Reporting of Government‐Furnished Property

252.213‐7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System‐

Statistical Reporting in Past Performance Evaluations

252.223‐7002 Safety Precautions for Ammunition and Explosives

252.223‐7003 Change in Place of Performance‐‐Ammunition and Explosives

252.225‐7048 Export‐Controlled Items

252.227‐7015 Technical Data–Commercial Items

252.227‐7027 Deferred Ordering of Technical Data or Computer Software

252.227‐7037 Validation of Restrictive Markings on Technical Data

252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports

252.232‐7006 Wide Area Work Flow Payment Instructions

252.232‐7010 Levies on Contract Payments

252.242‐7005 Contractor Business Systems

252.243‐7001 Pricing Of Contract Modifications

252.244‐7000 Subcontracts for Commercial Items

252.245‐7001 Tagging, Labeling, and Marking of Government‐Furnished Property

252.245‐7002 Reporting Loss of Government Property

252.245‐7003 Contractor Property Management System Administration

252.245‐7004 Reporting, Reutilization, and Disposal

252.247‐7023 Transportation by Sea

52.204‐24 Representation Regarding Certain Telecommunications and Video Surveillance Services or

Equipment.

As prescribed in 4.2105(a), insert the following provision:

REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR

EQUIPMENT (OCT 2020)

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror

has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract,

or other contractual instrument" in paragraph (c)(1) in the provision at 52.204‐26, Covered

Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision

at 52.212‐3, Offeror Representations and Certifications‐Commercial Items. The Offeror shall not

complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it

"does not use covered telecommunications equipment or services, or any equipment, system, or service

that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision

at 52.204‐26, or in paragraph (v)(2)(ii) of the provision at 52.212‐3.

(a) Definitions. As used in this provision—

Backhaul, covered telecommunications equipment or services, critical technology, interconnection

arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings

provided in the clause 52.204‐25, Prohibition on Contracting for Certain Telecommunications and Video

Surveillance Services or Equipment.

(b) Prohibition.

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019

(Pub. L. 115‐232) prohibits the head of an executive agency on or after August 13, 2019, from procuring

or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or

service that uses covered telecommunications equipment or services as a substantial or essential

component of any system, or as critical technology as part of any system. Nothing in the prohibition

shall be construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to provide a

service that connects to the facilities of a third‐party, such as backhaul, roaming, or interconnection

arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or

cannot permit visibility into any user data or packets that such equipment transmits or otherwise

handles.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year

2019 (Pub. L. 115‐232) prohibits the head of an executive agency on or after August 13, 2020, from

entering into a contract or extending or renewing a contract with an entity that uses any equipment,

system, or service that uses covered telecommunications equipment or services as a substantial or

essential component of any system, or as critical technology as part of any system. This prohibition

applies to the use of covered telecommunications equipment or services, regardless of whether that use

is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to provide a

service that connects to the facilities of a third‐party, such as backhaul, roaming, or interconnection

arrangements; or



(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or

cannot permit visibility into any user data or packets that such equipment transmits or otherwise

handles.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award

Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for

"covered telecommunications equipment or services".

(d) Representation. The Offeror represents that—

(1) It □ will, □ will not provide covered telecommunications equipment or services to the

Government in the performance of any contract, subcontract or other contractual instrument resulting

from this solicitation. The Offeror shall provide the additional disclosure information required at

paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and

(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror

represents that—

It □ does, □ does not use covered telecommunications equipment or services, or use any

equipment, system, or service that uses covered telecommunications equipment or services. The

Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if

the Offeror responds "does" in paragraph (d)(2) of this section.

(e) Disclosures.

(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has

responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the

following information as part of the offer:

(i) For covered equipment—

(A) The entity that produced the covered telecommunications equipment (include entity

name, unique entity identifier, CAGE code, and whether the entity was the original equipment

manufacturer (OEM) or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand;

model number, such as OEM number, manufacturer part number, or wholesaler number; and item

description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any

factors relevant to determining if such use would be permissible under the prohibition in paragraph

(b)(1) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered

telecommunications services offered (include on the item being maintained: Brand; model number, suchas OEM number, manufacturer part number, or wholesaler number; and item description, as

applicable); or

(B) If not associated with maintenance, the Product Service Code (PSC) of the service

being provided; and explanation of the proposed use of covered telecommunications services and any

factors relevant to determining if such use would be permissible under the prohibition in paragraph

(b)(1) of this provision.

(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has

responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide

the following information as part of the offer:

(i) For covered equipment—

(A) The entity that produced the covered telecommunications equipment (include entity

name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if

known);

(B) A description of all covered telecommunications equipment offered (include brand;

model number, such as OEM number, manufacturer part number, or wholesaler number; and item

description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any

factors relevant to determining if such use would be permissible under the prohibition in paragraph

(b)(2) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered

telecommunications services offered (include on the item being maintained: Brand; model number, such

as OEM number, manufacturer part number, or wholesaler number; and item description, as

applicable); or

(B) If not associated with maintenance, the PSC of the service being provided; and

explanation of the proposed use of covered telecommunications services and any factors relevant to

determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(End of provision)

52.252‐1 Solicitation Provisions Incorporated by Reference

This solicitation incorporates one or more solicitation provisions by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. The offeror is cautioned that the listed provisions may include blocks that must be completed

by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those

provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed

electronically at this/these address(es):

www.acquisition.gov

(End of Provision)

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 their full text available. Also, the

full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov

(End of Clause)

SUBMISSION OF PROPOSALS:

Proposals shall be submitted electronically to Linnea Jones and Shawn Haubner at the Army Contracting

Command, Aberdeen Proving Ground ‐ Natick Division via meri.l.jones.civ@army.mil and

shawn.p.haubner.civ@army.mil All proposals shall be submitted by 4:00pm EDT on 16 January 2023.

**Proposals will only be accepted electronically via the e‐mail address provided above. It is the

Offeror’s responsibility to confirm that their proposal submission has been received.

QUESTIONS:

Questions regarding this acquisition may contact Linnea Jones with a courtesy copy to Shawn Haubner at

the above listed email address. Questions must be received no later than five (5) business days prior to

date for receipt of proposals.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >