Federal Bid

Last Updated on 26 Mar 2018 at 8 AM
Solicitation
Beltsville Maryland

70--ERBI SAP Hana

Solicitation ID 1045737080C
Posted Date 24 Sep 2017 at 2 PM
Archive Date 26 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Acquisition Management
Agency Department Of State
Location Beltsville Maryland United states 20705
Bids are being solicited under solicitation number 1045737080C. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 894660.

GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.

This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Beltsville, MD 20705

The Department of State requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: EPC EPOC-M0S57A-240 HPE SAP HANA S-OUT Integrated for HPE EcoPOD 240a, 1, EA;
LI 002: HPE M0S66A HPE Virtual Rack, 1, EA;
LI 003: HPE M0S69A HPE SAP HANA Scale-out Starter Kit, 1, EA;
LI 004: HPE M0S69A 0D1 Factory integrated, 1, EA;
LI 005: HPE M0S57A HPE CS500 SAP HANA Scale-out Appliance, 1, EA;
LI 006: HPE M0S57A 0D1 Factory integrated, 1, EA;
LI 007: HPE H8A03A1-124 HPE CS500 SAP HANA Scale-out FE Depl SVC, 1, EA;
LI 008: HPE M0S71A HPE SAP HANA Compute Node, 4, EA;
LI 009: HPE M0S71A 0D1 Factory integrated, 4, EA;
LI 010: HPE 816643-L21 HPE DL580 Gen9 E7-8890v4 1P FIO Kit, 4, EA;
LI 011: HPE 816643-B21 HPE DL580 Gen9 E7-8890v4 1P Kit, 12, EA;
LI 012: HPE 816643-B21 0D1 Factory integrated, 12, EA;
LI 013: HPE 726722-B21 HP 32GB 4Rx4 PC4-2133P-L Kit, 256, EA;
LI 014: HPE 726722-B21 0D1 Factory integrated, 256, EA;
LI 015: HPE 684532-B21 HPE 1500W Ht Plg Pwr Supply Kit, 16, EA;
LI 016: HPE 684532-B21 0D1 Factory integrated, 16, EA;
LI 017: HPE 788360-B21 HPE DL580 Gen9 12 DIMMs Mem Cartridge, 32, EA;
LI 018: HPE 788360-B21 0D1 Factory integrated, 32, EA;
LI 019: HPE 684208-B21 HPE Ethernet 1GbE 4P 331FLR FIO Adptr, 4, EA;
LI 020: HPE 764284-B21 HP IB FDR/EN 40Gb 2P 544+QSFP Adptr, 8, EA;
LI 021: HPE 764284-B21 0D1 Factory integrated, 8, EA;
LI 022: HPE QW972A HPE SN1000Q 16Gb 2P FC HBA, 8, EA;
LI 023: HPE QW972A 0D1 Factory integrated, 8, EA;
LI 024: HPE 809428-B21 HP DL580 P830i DISABLE-CACHE STG FIO Kit, 4, EA;
LI 025: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 026: HPE H1K92A3 XW5 HPE SAP HANA Compute Node Supp, 4, EA;
LI 027: HPE N0U73A SLES SAP 2Skt/1-2 VM 3yr 24x7 Flx LTU, 8, EA;
LI 028: HPE BD505A HPE iLO Adv incl 3yr TSU 1-Svr Lic, 4, EA;
LI 029: HPE P9G87A HPE 3PAR StoreServ 8400 4n Block, 1, EA;
LI 030: HPE P9G87A 0D1 Factory integrated, 1, EA;
LI 031: HPE K2P93A HPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 40, EA;
LI 032: HPE K2P93A 0D1 Factory integrated, 40, EA;
LI 033: HPE E7Y70A HPE 3PAR 8000 2-pt 10Gb Eth Adapter, 2, EA;
LI 034: HPE E7Y70A 0D1 Factory integrated, 2, EA;
LI 035: HPE L7B69A HPE 3PAR 8400 OS Suite Base LTU, 1, EA;
LI 036: HPE L7B69A 0D1 Factory integrated, 1, EA;
LI 037: HPE L7B70A HPE 3PAR 8400 OS Suite Drive LTU, 80, EA;
LI 038: HPE L7B70A 0D1 Factory integrated, 80, EA;
LI 039: HPE BD441A HPE 3PAR 8400 File Persona Ste 1TB LTU, 12, EA;
LI 040: HPE BD441A 0D1 Factory integrated, 12, EA;
LI 041: HPE BD362AAE HPE 3PAR StoreServ Mgmt/Core SW E-Media, 1, EA;
LI 042: HPE BD363AAE HPE 3PAR OS Suite Latest E-Media, 1, EA;
LI 043: HPE P9G88A HPE 3PAR StoreServ 8000 SFF SAS Drv Encl, 2, EA;
LI 044: HPE P9G88A 0D1 Factory integrated, 2, EA;
LI 045: HPE K2P93A HPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 40, EA;
LI 046: HPE K2P93A 0D1 Factory integrated, 40, EA;
LI 047: HPE M0S74A HPE SAP HANA SN6000B 16GB 48/24P FC Blk, 2, EA;
LI 048: HPE M0S74A 0D1 Factory integrated, 2, EA;
LI 049: HPE M0S73A HPE SAP HANA FlexFabric 5930 4s Blk, 2, EA;
LI 050: HPE M0S73A 0D1 Factory integrated, 2, EA;
LI 051: HPE JG326A HPE X240 40G QSFP+ QSFP+ 1m DAC Cable, 2, EA;
LI 052: HPE JG326A 0D1 Factory integrated, 2, EA;
LI 053: HPE JH182A HPE 5930 24p 10GBASE-T/2p MCsc QSFP+ Mod, 2, EA;
LI 054: HPE JH182A 0D1 Factory integrated, 2, EA;
LI 055: HPE JH183A HPE 5930 8-port QSFP+ Module, 4, EA;
LI 056: HPE JH183A 0D1 Factory integrated, 4, EA;
LI 057: HPE JH180A HPE 5930 24p SFP+ and 2p QSFP+ Mod, 2, EA;
LI 058: HPE JH180A 0D1 Factory integrated, 2, EA;
LI 059: HPE M0S75A HPE SAP HANA DL380 Gen9 CMC Block, 1, EA;
LI 060: HPE M0S75A 0D1 Factory integrated, 1, EA;
LI 061: HPE 817927-L21 HPE DL380 Gen9 E5-2620v4 FIO Kit, 1, EA;
LI 062: HPE 817927-B21 HPE DL380 Gen9 E5-2620v4 Kit, 1, EA;
LI 063: HPE 817927-B21 0D1 Factory integrated, 1, EA;
LI 064: HPE 805347-B21 HPE 8GB 1Rx8 PC4-2400T-R Kit, 8, EA;
LI 065: HPE 805347-B21 0D1 Factory integrated, 8, EA;
LI 066: HPE 781516-B21 HPE 600GB SAS 10K SFF SC HDD, 4, EA;
LI 067: HPE 781516-B21 0D1 Factory integrated, 4, EA;
LI 068: HPE 781518-B21 HPE 1.2TB SAS 10K SFF SC HDD, 4, EA;
LI 069: HPE 781518-B21 0D1 Factory integrated, 4, EA;
LI 070: HPE 749974-B21 HP Smart Array P440ar/2G FIO Controller, 1, EA;
LI 071: HPE 727250-B21 HP 12Gb DL380 Gen9 SAS Expander Card, 1, EA;
LI 072: HPE 727250-B21 0D1 Factory integrated, 1, EA;
LI 073: HPE 768896-B21 HP DL380 Gen9 Rear Serial Cable Kit, 1, EA;
LI 074: HPE 768896-B21 0D1 Factory integrated, 1, EA;
LI 075: HPE 629135-B22 HPE Ethernet 1Gb 4P 331FLR Adptr, 1, EA;
LI 076: HPE 629135-B22 0D1 Factory integrated, 1, EA;
LI 077: HPE 815868-B21 MS WS12 R2 Std FIO Npi en SW, 1, EA;
LI 078: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 079: HPE H1K92A3 S8X HPE MS WS12 Standard OS+APP Support, 1, EA;
LI 080: HPE H1K92A3 XW9 HPE SAP HANA DL380 Gen9 CMC Block Supp, 1, EA;
LI 081: HPE BD505A HPE iLO Adv incl 3yr TSU 1-Svr Lic, 1, EA;
LI 082: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 083: HPE H1K92A3 R2M HPE iLO Advanced Non Blade - 3yr Support, 5, EA;
LI 084: HPE H1K92A3 WSF HPE 3PAR Internal Entitlement Supp, 2, EA;
LI 085: HPE H1K92A3 XW7 HPE SAP HANA FlexFabric 5930 4s Blk Supp, 2, EA;
LI 086: HPE H1K92A3 XW8 HPE SAP HANA SN6000B FC Blk Supp, 2, EA;
LI 087: HPE H1K92A3 XWA HPE 3PAR StoreServ 8400 4n Block Supp, 1, EA;
LI 088: HPE H1K92A3 XWB HPE 3PAR StoreServ 8000 Drv Encl Supp, 2, EA;
LI 089: HPE H1K92A3 YMJ HPE SLES SAP 1-2 VM 3yr Flx LTU Support, 8, EA;
LI 090: HPE H1K92A3 YTP HPE 3PAR 8000 2-pt 10Gb Eth Adapter Supp, 2, EA;
LI 091: HPE H1K92A3 YTV HPE 3PAR 8000 1.2TB 10K SFF HDD Support, 80, EA;
LI 092: HPE H1K92A3 YV1 HPE 3PAR 8400 OS Suite Base Support, 1, EA;
LI 093: HPE H1K92A3 YV2 HPE 3PAR 8400 OS Suite Drive Support, 80, EA;
LI 094: HPE H1K92A3 YXB HPE 3PAR 8400 File Persona Ste 1TB Supp, 12, EA;
LI 095: HPE C7536A HP Ethernet 14ft CAT5e RJ45 M/M Cable, 6, EA;
LI 096: HPE C7536A 0D1 Factory integrated, 6, EA;
LI 097: HPE AF528A HP 5xc13 PDU Extension Bars Kit, 5, EA;
LI 098: HPE AF528A 0D1 Factory integrated, 5, EA;
LI 099: HPE AF521A HPE Intelligent 8.3kVA/CS8265C/NA/J PDU, 6, EA;
LI 100: HPE AF521A 0D1 Factory integrated, 6, EA;
LI 101: HPE H1SR4AS HPE TS Support Credits SVC, 1, EA;
LI 102: HPE H0JD4A3 HPE 3Y TS Support Credits 10 Per Yr SVC, 1, EA;
LI 103: HPE H0JD4A3 WFH HPE TS Support Credits 10 Per Yr SVC, 1, EA;
LI 104: HPE H6K66A1 HPE Depl Accelerator for SAP HANA SVC, 1, EA;
LI 105: HPE H7L27A1 HPE High Availability for SAP HANA SVC, 1, EA;
LI 106: HPE H7L28A1 HPE Disaster Tolerance for SAP HANA SVC, 1, EA;
LI 107: HPE H8Q75A1 HPE Custom Consulting for SAP SVC, 1, EA;
LI 108: HPE HL262A1 HPE Ancis 1-day Remote SVC, 1, EA;
LI 109: HPE M0S68A HPE 1200mm Shock Intelligent Rack, 1, EA;
LI 110: HPE P9T88A HPE CS500 SAP HANA Upg SO Dual Purp Strg, 1, EA;
LI 111: HPE P9T88A 0D1 Factory integrated, 1, EA;
LI 112: HPE H8A03A1-128 HPE CS500 Scale-out DP Upg FE Depl SVC, 1, EA;
LI 113: HPE P9G87A HPE 3PAR StoreServ 8400 4n Block, 1, EA;
LI 114: HPE P9G87A 0D1 Factory integrated, 1, EA;
LI 115: HPE K2P93A HPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 48, EA;
LI 116: HPE K2P93A 0D1 Factory integrated, 48, EA;
LI 117: HPE L7B69A HPE 3PAR 8400 OS Suite Base LTU, 1, EA;
LI 118: HPE L7B69A 0D1 Factory integrated, 1, EA;
LI 119: HPE L7B70A HPE 3PAR 8400 OS Suite Drive LTU, 48, EA;
LI 120: HPE L7B70A 0D1 Factory integrated, 48, EA;
LI 121: HPE BD362AAE HPE 3PAR StoreServ Mgmt/Core SW E-Media, 1, EA;
LI 122: HPE BD363AAE HPE 3PAR OS Suite Latest E-Media, 1, EA;
LI 123: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 124: HPE H1K92A3 WSF HPE 3PAR Internal Entitlement Supp, 2, EA;
LI 125: HPE H1K92A3 XWA HPE 3PAR StoreServ 8400 4n Block Supp, 1, EA;
LI 126: HPE H1K92A3 YTV HPE 3PAR 8000 1.2TB 10K SFF HDD Support, 48, EA;
LI 127: HPE H1K92A3 YV1 HPE 3PAR 8400 OS Suite Base Support, 1, EA;
LI 128: HPE H1K92A3 YV2 HPE 3PAR 8400 OS Suite Drive Support, 48, EA;
LI 129: HPE C7537A HP Ethernet 25ft CAT5e RJ45 M/M Cable, 4, EA;
LI 130: HPE C7537A 0D1 Factory integrated, 4, EA;
LI 131: HPE C7536A HP Ethernet 14ft CAT5e RJ45 M/M Cable, 2, EA;
LI 132: HPE C7536A 0D1 Factory integrated, 2, EA;
LI 133: HPE AJ837A HPE 15m Multi-mode OM3 LC/LC FC Cable, 8, EA;
LI 134: HPE AJ837A 0D1 Factory integrated, 8, EA;
LI 135: HPE AF547A HP 5xC13 Intlgnt PDU Ext Bars G2 Kit, 2, EA;
LI 136: HPE AF547A 0D1 Factory integrated, 2, EA;
LI 137: HPE AF521A HPE Intelligent 8.3kVA/CS8265C/NA/J PDU, 2, EA;
LI 138: HPE AF521A 0D1 Factory integrated, 2, EA;
LI 139: HPE M0S66A HPE Virtual Rack, 1, EA;
LI 140: HPE P9H81A HPE DL360 Gen9 CTO for Quorum Server, 1, EA;
LI 141: HPE P9H81A 0D1 Factory integrated, 1, EA;
LI 142: HPE 818172-L21 HPE DL360 Gen9 E5-2620v4 FIO Kit, 1, EA;
LI 143: HPE 805347-B21 HPE 8GB 1Rx8 PC4-2400T-R Kit, 1, EA;
LI 144: HPE 805347-B21 0D1 Factory integrated, 1, EA;
LI 145: HPE 781516-B21 HPE 600GB SAS 10K SFF SC HDD, 2, EA;
LI 146: HPE 781516-B21 0D1 Factory integrated, 2, EA;
LI 147: HPE 749974-B21 HP Smart Array P440ar/2G FIO Controller, 1, EA;
LI 148: HPE 629135-B22 HPE Ethernet 1Gb 4P 331FLR Adptr, 1, EA;
LI 149: HPE 629135-B22 0D1 Factory integrated, 1, EA;
LI 150: HPE 339778-B21 HP Raid 1 Drive 1 FIO Setting, 1, EA;
LI 151: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 152: HPE H1K92A3 XWY HPE DL360 Gen9 CTO Server Support, 1, EA;
LI 153: HPE BD505A HPE iLO Adv incl 3yr TSU 1-Svr Lic, 1, EA;
LI 154: HPE P9G90A HPE CS500 SAP HANA SG Secondary Config, 1, EA;
LI 155: HPE P9G90A 0D1 Factory integrated, 1, EA;
LI 156: HPE H8A03A1-122 HPE CS SAP HANA SG SW FE Depl SVC, 1, EA;
LI 157: HPE C7537A HP Ethernet 25ft CAT5e RJ45 M/M Cable, 4, EA;
LI 158: HPE C7537A 0D1 Factory integrated, 4, EA;
LI 159: HPE N0U73A SLES SAP 2Skt/1-2 VM 3yr 24x7 Flx LTU, 1, EA;
LI 160: HPE P9B46A HPE SG Ent for SAP HANA 1Y24x7 Flx SW, 16, EA;
LI 161: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 162: HPE H1K92A3 R2M HPE iLO Advanced Non Blade - 3yr Support, 1, EA;
LI 163: HPE H1K92A3 YMJ HPE SLES SAP 1-2 VM 3yr Flx LTU Support, 1, EA;
LI 164: HPE H1K92A3 YNB HPE SG Ent for SAP HANA Supp, 16, EA;
LI 165: HPE M0S66A HPE Virtual Rack, 1, EA;
LI 166: HPE P9T86A HPE CS500 SAP HANA SO SG Upg Pri Config, 1, EA;
LI 167: HPE P9T86A 0D1 Factory integrated, 1, EA;
LI 168: HPE HE806A1 HPE Bus Crit Server Implem Assist SVC, 1, EA;
LI 169: HPE P9B46A HPE SG Ent for SAP HANA 1Y24x7 Flx SW, 16, EA;
LI 170: HPE H1K92A3 HPE 3Y Proactive Care 24x7 Service, 1, EA;
LI 171: HPE H1K92A3 YNB HPE SG Ent for SAP HANA Supp, 16, EA;
LI 172: EPC EPOC-H1K-17 HPE SAP HANA S-OUT AE Integration Service for HPE EcoPOD 240a 5 days, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid 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. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, 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 www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or [email protected].

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

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to [email protected].

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")

Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc.

Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award.

Delivery POC MUST be contacted upon award for shipping instructions

Bid Protests Not Available

Similar Past Bids

Pasadena California 09 Apr 2015 at 8 PM
Pasadena California 09 Apr 2015 at 8 PM
San diego California 23 May 2016 at 4 AM
Pasadena California 13 May 2015 at 6 PM
Pasadena California 13 May 2015 at 6 PM

Similar Opportunities

Washington District of columbia 23 Jul 2025 at 9 PM
Bruceton mills West virginia 04 Aug 2025 at 2 PM