fbo 0.0.3 → 0.1.0

Sign up to get free protection for your applications and to get access to all the features.
Files changed (95) hide show
  1. checksums.yaml +4 -4
  2. data/.gitignore +3 -5
  3. data/Gemfile +0 -2
  4. data/Rakefile +8 -1
  5. data/fbo.gemspec +14 -9
  6. data/lib/fbo.rb +7 -38
  7. data/lib/fbo/chunked_file.rb +74 -0
  8. data/lib/fbo/dump.treetop +324 -0
  9. data/lib/fbo/file.rb +17 -1
  10. data/lib/fbo/interpreter.rb +87 -0
  11. data/lib/fbo/node_extensions.rb +173 -0
  12. data/lib/fbo/parser.rb +43 -46
  13. data/lib/fbo/remote_file.rb +4 -4
  14. data/lib/fbo/version.rb +1 -1
  15. data/spec/fbo/chunked_file_spec.rb +22 -0
  16. data/spec/fbo/file_spec.rb +26 -9
  17. data/spec/fbo/interpreter_spec.rb +73 -0
  18. data/spec/fbo/parser_spec.rb +36 -38
  19. data/spec/fbo/remote_file_spec.rb +28 -24
  20. data/spec/fixtures/.keep +0 -0
  21. data/spec/fixtures/FBOFeed20130331 +52 -5529
  22. data/spec/fixtures/FBOFeed20131003 +35126 -0
  23. data/spec/spec_helper.rb +14 -16
  24. metadata +70 -108
  25. data/.rspec +0 -2
  26. data/Gemfile.lock +0 -27
  27. data/lib/fbo/notice.rb +0 -9
  28. data/lib/fbo/notices.rb +0 -6
  29. data/lib/fbo/notices/amendment.rb +0 -13
  30. data/lib/fbo/notices/archive.rb +0 -8
  31. data/lib/fbo/notices/award.rb +0 -14
  32. data/lib/fbo/notices/combined_solicitation.rb +0 -14
  33. data/lib/fbo/notices/fair_opportunity.rb +0 -15
  34. data/lib/fbo/notices/foreign_standard.rb +0 -13
  35. data/lib/fbo/notices/intent_to_bundle.rb +0 -13
  36. data/lib/fbo/notices/justification_approval.rb +0 -18
  37. data/lib/fbo/notices/modification.rb +0 -14
  38. data/lib/fbo/notices/presolicitation.rb +0 -14
  39. data/lib/fbo/notices/sale_of_surplus.rb +0 -13
  40. data/lib/fbo/notices/sources_sought.rb +0 -13
  41. data/lib/fbo/notices/special_notice.rb +0 -13
  42. data/lib/fbo/notices/unarchive.rb +0 -9
  43. data/lib/fbo/notices/unknown.rb +0 -7
  44. data/lib/fbo/parser/amendment_handler.rb +0 -58
  45. data/lib/fbo/parser/archive_handler.rb +0 -41
  46. data/lib/fbo/parser/award_handler.rb +0 -62
  47. data/lib/fbo/parser/combined_solicitation_handler.rb +0 -57
  48. data/lib/fbo/parser/fair_opportunity_handler.rb +0 -61
  49. data/lib/fbo/parser/foreign_standard_handler.rb +0 -57
  50. data/lib/fbo/parser/handler_selector.rb +0 -37
  51. data/lib/fbo/parser/intent_to_bundle_handler.rb +0 -56
  52. data/lib/fbo/parser/justification_approval_handler.rb +0 -60
  53. data/lib/fbo/parser/modification_handler.rb +0 -66
  54. data/lib/fbo/parser/notice_handler.rb +0 -27
  55. data/lib/fbo/parser/parser_helper.rb +0 -315
  56. data/lib/fbo/parser/presolicitation_handler.rb +0 -57
  57. data/lib/fbo/parser/sale_of_surplus_handler.rb +0 -57
  58. data/lib/fbo/parser/sources_sought_handler.rb +0 -57
  59. data/lib/fbo/parser/special_notice_handler.rb +0 -57
  60. data/lib/fbo/parser/unarchive_handler.rb +0 -42
  61. data/lib/fbo/parser/unknown_handler.rb +0 -20
  62. data/spec/fbo/parser/amendment_handler_spec.rb +0 -51
  63. data/spec/fbo/parser/archive_handler_spec.rb +0 -36
  64. data/spec/fbo/parser/award_handler_spec.rb +0 -56
  65. data/spec/fbo/parser/combined_solicitation_handler_spec.rb +0 -51
  66. data/spec/fbo/parser/fair_opportunity_handler_spec.rb +0 -56
  67. data/spec/fbo/parser/foreign_standard_handler_spec.rb +0 -51
  68. data/spec/fbo/parser/handler_selector_spec.rb +0 -40
  69. data/spec/fbo/parser/intent_to_bundle_handler_spec.rb +0 -52
  70. data/spec/fbo/parser/justification_approval_handler_spec.rb +0 -53
  71. data/spec/fbo/parser/modification_handler_spec.rb +0 -52
  72. data/spec/fbo/parser/presolicitation_handler_spec.rb +0 -51
  73. data/spec/fbo/parser/sale_of_surplus_handler_spec.rb +0 -53
  74. data/spec/fbo/parser/sources_sought_handler_spec.rb +0 -51
  75. data/spec/fbo/parser/special_notice_handler_spec.rb +0 -53
  76. data/spec/fbo/parser/unarchive_handler_spec.rb +0 -37
  77. data/spec/fbo/parser/unknown_handler_spec.rb +0 -24
  78. data/spec/fixtures/FBOFeed20130404 +0 -45653
  79. data/spec/fixtures/FBOFeed20130406 +0 -10152
  80. data/spec/fixtures/FBOFeed20130407 +0 -6610
  81. data/spec/fixtures/notices/amdcss +0 -26
  82. data/spec/fixtures/notices/archive +0 -10
  83. data/spec/fixtures/notices/award +0 -31
  84. data/spec/fixtures/notices/combine +0 -29
  85. data/spec/fixtures/notices/fairopp +0 -29
  86. data/spec/fixtures/notices/fstd +0 -24
  87. data/spec/fixtures/notices/itb +0 -19
  88. data/spec/fixtures/notices/ja +0 -30
  89. data/spec/fixtures/notices/mod +0 -28
  90. data/spec/fixtures/notices/notanotice +0 -7
  91. data/spec/fixtures/notices/presol +0 -25
  92. data/spec/fixtures/notices/snote +0 -26
  93. data/spec/fixtures/notices/srcsgt +0 -27
  94. data/spec/fixtures/notices/ssale +0 -24
  95. data/spec/fixtures/notices/unarchive +0 -10
@@ -1,26 +0,0 @@
1
- <AMDCSS>
2
- <DATE>0326
3
- <YEAR>13
4
- <AGENCY>Department of the Air Force
5
- <OFFICE>Air Force Materiel Command
6
- <LOCATION>Tinker AFB - OC-ALC/PKO
7
- <ZIP>73145-9106
8
- <CLASSCOD>R
9
- <NAICS>541611
10
- <OFFADD>7858 5th Street Ste 1 Tinker AFB OK 73145-9106
11
- <SUBJECT>ISO 9001:2008 AS9100/9110 Registration/Surveillance/Reassessment Audit
12
- <SOLNBR>FA8101-13-Q-0014
13
- <NTYPE>COMBINE
14
- <RESPDATE>032713
15
- <ARCHDATE>04262013
16
- <CONTACT>Matthew Kinney, Contract Specialist, Phone 4057393745, Email matthew.kinney@tinker.af.mil - Kimberly L DeLong, Contracting Officer, Phone (405) 739-3514, Fax (405) 739-7957, Email kimberly.delong2@tinker.af.mil
17
- <DESC><p>***All quotes need to be based&nbsp;off of&nbsp;the scope and&nbsp;figures in the&nbsp;PWS and&nbsp;not OASIS<br />***IAW PWS para 1.1(e) the audit will be scheduled in May&nbsp;and must&nbsp;be&nbsp;completed in one week<br />***Organizations&nbsp;OIN 6115237940</p>
18
- <LINK>
19
- <URL>https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-13-Q-0014/listing.html
20
- <DESC>Link To Document
21
- <SETASIDE>Total Small Business
22
- <POPCOUNTRY>US
23
- <POPZIP>73145
24
- <POPADDRESS>Tinker AFB
25
- Tinker AFB, OK
26
- </AMDCSS>
@@ -1,10 +0,0 @@
1
- <ARCHIVE>
2
- <DATE>0301
3
- <YEAR>13
4
- <AGENCY>Department of Veterans Affairs
5
- <OFFICE>VA Technology Acquisition Center
6
- <LOCATION>VA Technology Acquisition Center
7
- <SOLNBR>VA11813Q0109
8
- <NTYPE>COMBINE
9
- <ARCHDATE>04072013
10
- </ARCHIVE>
@@ -1,31 +0,0 @@
1
- <AWARD>
2
- <DATE>0327
3
- <YEAR>13
4
- <AGENCY>Department of the Army
5
- <OFFICE>Army Contracting Command, MICC
6
- <LOCATION>MICC - Fort Leonard Wood
7
- <ZIP>65473
8
- <CLASSCOD>Z
9
- <NAICS>238320
10
- <OFFADD>MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
11
- <SUBJECT>Z--Painting and General Repairs Requirements for Fort Leonard Wood Military Installation and Lake of the Ozarks Recreation Area, Missouri.
12
- <SOLNBR>W911S713B0002
13
- <NTYPE>PRESOL
14
- <CONTACT>Christine Wilson, 5735960251
15
-
16
- <a href="mailto:christine.l.wilson2.civ@mail.mil">MICC - Fort Leonard Wood</a>
17
- <AWDNBR>W911S713D0003
18
- <AWDAMT>$10,848,912.50
19
- <AWDDATE>032613
20
- <LINENBR>0001
21
- <ARCHDATE>04262013
22
- <AWARDEE>HOWELL & HOWELL CONTRACTORS, INC. (601721483) <br> 2603 GRASSLAND DR <br> LOUISVILLE, KY 40299-2523
23
- <AWARDEEDUNS>1234567890123
24
- <DESC>Painting and General Repairs Requirements for Fort Leonard Wood Military Installation and Lake of the Ozarks Recreation Area, Missouri.
25
- <LINK>
26
- <URL>https://www.fbo.gov/notices/4f878388ec8ed40badf141d1c0281dae
27
- <DESC>Link To Document
28
- <EMAIL>
29
- <EMAIL>christine.l.wilson2.civ@mail.mil
30
- <DESC>MICC - Fort Leonard Wood
31
- </AWARD>
@@ -1,29 +0,0 @@
1
- <COMBINE>
2
- <DATE>0407
3
- <YEAR>13
4
- <AGENCY>Defense Logistics Agency
5
- <OFFICE>DLA Acquisition Locations
6
- <LOCATION>DLA Aviation - BSM
7
- <ZIP>23297
8
- <CLASSCOD>61
9
- <NAICS>335931
10
- <OFFADD>DLA AVIATION; 8000 JEFFERSON DAVIS HIGHWAY; RICHMOND VA 23297
11
- <SUBJECT>61--CABLE ASSEMBLY,SPECIAL
12
- <SOLNBR>SPE4A613TBW31
13
- <RESPDATE>041513
14
- <ARCHDATE>05152013
15
- <CONTACT>Questions regarding this solicitation should be emailed to dibbsBSM@dla.mil
16
- <DESC>Proposed procurement for NSN 6150012666487 CABLE ASSEMBLY,SPECIAL:
17
- Line 0001 Qty 40.00 UI EA Deliver To: W1BG DLA DISTRIBUTION By: 0189 DAYS ADOApproved sources are 56540 75A756180-9AUK; 76301 75A756180-9AUK.
18
- The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available.
19
- All responsible sources may submit a quote which, if timely received, shall be considered.
20
- Quotes must be submitted electronically.
21
-
22
- <LINK>
23
- <URL>https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A613TBW31/listing.html
24
- <DESC>Link To Document
25
- <SETASIDE>Total Small Business
26
- <POPCOUNTRY>US
27
- <POPZIP>20005-4026
28
- <POPADDRESS>Washington, DC 20005
29
- </COMBINE>
@@ -1,29 +0,0 @@
1
- <FAIROPP>
2
- <DATE>0404
3
- <YEAR>13
4
- <AGENCY>Department of the Army
5
- <OFFICE>U.S. Army Corps of Engineers
6
- <LOCATION>USACE ITL, GSL, EL, CHL, Vicksburg
7
- <ZIP>39180
8
- <CLASSCOD>99
9
- <NAICS>541712
10
- <OFFADD>USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
11
- <SUBJECT>99--Purchase of Four Modular Protective Systems Kits for mortar pits and overhead cover.
12
- <SOLNBR>W81EWF23072288
13
- <NTYPE>SNOTE
14
- <CONTACT>Scott Brown, 601-631-7902
15
-
16
- <a href="mailto:scott.l.brown@usace.army.mil">USACE ITL, GSL, EL, CHL, Vicksburg</a>
17
- <FOJA>Only One Source (except brand name)
18
- <AWDNBR>W912HZ-13-C-0014
19
- <AWDDATE>032913
20
- <DONBR>0000
21
- <ARCHDATE>05042013
22
- <DESC>USACE, Engineer Research and Development Center (ERDC) Contracting Office intends <br> to issue a sole source award to Concurrent Solutions, LLC, 317 Tinnan Avenue, Franklin, TN 37067-2672 for Modular Protective System (MPS) Mortar pits and MPS Overhead Cover (OHC).The MPS is comprised of frame and armor panel subsystems that can be used to construct protective barrier walls and Over Head Cover structures. MPS is patent pending and Concurrent Solutions, LLC is currently the only vendor that has been granted a Non-Exclusive License Agreement to manufacture MPS. Because Concurrent Solutions, LLC, currently holds the sole Non-Exclusive License Agreement, only Concurrent Solutions, LLC can provide the requirement to ERDC.
23
- <LINK>
24
- <URL>https://www.fbo.gov/spg/USA/COE/329/W81EWF23072288/listing.html
25
- <DESC>Link To Document
26
- <EMAIL>
27
- <EMAIL>scott.l.brown@usace.army.mil
28
- <DESC>USACE ITL, GSL, EL, CHL, Vicksburg
29
- </FAIROPP>
@@ -1,24 +0,0 @@
1
- <FSTD>
2
- <DATE>0228
3
- <YEAR>13
4
- <AGENCY>Department of Agriculture
5
- <OFFICE>Forest Service
6
- <LOCATION>WO-AQM
7
- <ZIP>22209
8
- <CLASSCOD>U
9
- <NAICS>611710
10
- <OFFADD>1621 N. Kent Street
11
- AQM Suite 707 RPE Arlington VA 22209
12
- <SUBJECT>Environmental Education in Hebron
13
- <SOLNBR>AG-3187-S-13-0067
14
- <RESPDATE>031313
15
- <CONTACT>Cassandra Carey, Phone 4043473975, Email cncarey@fs.fed.us
16
- <DESC>The USDA Forest Service, Washington Office, Office of the Chief, International Programs (USFS/IP) intends to procure the services of the Palestinian Association for Child Arts and Culture (PCAC), a Palestinian non-governmental organization, to perform environmental outreach activities for youth in the city of Hebron as a sole source fixed-price purchase order under authority of Federal Acquisition Regulation (FAR) subpart 6.302-1, other than full and open competition for the acquisition of services to develop knowledge and understanding on the following: nature and function of ecosystems and how they are interrelated; impact of human activities on the environment; and principles of ecologically sustainable development. <br />Project objectives, activities will include:<br />&bull; Hold a two-day workshop training to a minimum of 10 staff members and volunteer leaders on project objectives and specific activities. <br />&bull; Host a summer-long environmental summer camp for a minimum of 40 children that focuses on learning about the environment and the arts. <br />&bull; Arrange a field trip for a minimum of 30 children to Hebron's environmentally important sites. <br />&bull; Arrange a field trip for a minimum of 30 children to Jericho's environmentally important sites. <br />&bull; Conduct a minimum of five volunteer activities in Hebron with at least 30 children toward city beautification. <br />&bull; Complete a minimum of two art murals related to the environment in Hebron public spaces. <br />USFS/IP seeks to provide environmental-related activities to youth in the Hebron area. To fulfill the specified activities, the institution must have access to necessary in-house expertise and facilities to lead and host workshops, conduct environmental-related activities that tie into art and drama activities, and arrange field trips to select areas in the West Bank. <br />In consultation with USAID/West Bank and the US Consulate, PCAC is deemed the only responsible organization in the Hebron region that has the in-house expertise and facilities to provide the specified services. PCAC has 15 trained staff and facilities that include: library for children, arts and craft supplies, musical instruments, and rooms to host public seminars of up to 50 people.
17
- <p>&nbsp;</p>
18
- <LINK>
19
- <URL>https://www.fbo.gov/spg/USDA/FS/WO-AQM/AG-3187-S-13-0067/listing.html
20
- <DESC>Link To Document
21
- <SETASIDE>N/A
22
- <POPCOUNTRY>PS
23
- <POPADDRESS>Hebron
24
- </FSTD>
@@ -1,19 +0,0 @@
1
- <ITB>
2
- <DATE>0324
3
- <YEAR>11
4
- <AGENCY>Department of the Army
5
- <OFFICE>U.S. Army Corps of Engineers
6
- <LOCATION>USACE District, Albuquerque
7
- <ZIP>87109-3435
8
- <CLASSCOD>Y
9
- <NAICS>236220
10
- <OFFADD>Attn: CESPA-CT
11
- 4101 Jefferson Plaza NE Albuquerque NM 87109-3435
12
- <SUBJECT>Y--FY11 SOF Operations and Training Facility and a UAS Squad Ops Facility at Cannon Air Force Base (CAFB), Curry County, New Mexico
13
- <SOLNBR>W912PP11R0011
14
- <CONTACT>Diana Martinez, Phone 5053423263, Email Diana.M.Martinez@usace.army.mil
15
- <DESC>T<span style="FONT-SIZE: 10pt; LINE-HEIGHT: 115%; FONT-FAMILY: 'Times New Roman','serif'">he need for consolidation of these two facilities has been determined by the SPA district to be in the best interest to provide the best overall value to the Government in regards to time, cost, and construction performance benefits that would be received.<span style="mso-spacerun: yes">&nbsp; </span>The critical need for these projects and the market research that has been conducted, coupled with the reasons listed above support the conclusion of the SPA team that consolidated of these projects into one is both necessary and justified.<span style="mso-spacerun: yes">&nbsp; </span>A measurably substantial benefit comes from an operational standpoint.<span style="mso-spacerun: yes">&nbsp; </span>The Air Force determined that allowing AFCEE and AFSOC squadrons to share mission essential classified information, equipment and resources will greatly enhance the dissemination of classified information to the Overseas Contingency Operation (OCO) theater.<span style="mso-spacerun: yes">&nbsp; </span><span style="mso-spacerun: yes">&nbsp;</span>This requirement meets the threshold <span style="mso-spacerun: yes">&nbsp;</span>in excess of 10% of the exception found in FAR .<span style="mso-spacerun: yes">&nbsp; </span>Small Businesses will have the opportunity to propose on this project.<span style="mso-spacerun: yes">&nbsp; </span>In addition, Small Business Participation will be used as an evaluation factor in the Source Selection process.<span style="mso-spacerun: yes">&nbsp; </span>Small Business Participation is the extent to which prime contractors will be including small businesses in the project.<span style="mso-spacerun: yes">&nbsp; </span>Therefore, SPA will ensure that small business participation is considered.<span style="mso-spacerun: yes">&nbsp; </span>All provisions allowed per the FAR for Small Business participation will be utilized.<span style="mso-spacerun: yes">&nbsp;&nbsp; </span>The anticipated benefits of the proposed bundled contract justify its use.<span style="mso-spacerun: yes">&nbsp; </span>There are no alternative strategies that would reduce or minimize the scope of the bundling.<span style="mso-spacerun: yes">&nbsp; </span>The rationale for bundling is savings in cost to the taxpayers, time, and other issues as discussed above.</span>
16
- <LINK>
17
- <URL>https://www.fbo.gov/spg/USA/COE/DACA47/W912PP11R0011/listing.html
18
- <DESC>Link To Document
19
- </ITB>
@@ -1,30 +0,0 @@
1
- <JA>
2
- <DATE>0404
3
- <YEAR>13
4
- <AGENCY>Department of the Air Force
5
- <OFFICE>Air Combat Command
6
- <LOCATION>9 CONS
7
- <ZIP>95903-1712
8
- <CLASSCOD>R
9
- <NAICS>541611
10
- <OFFADD>6500 B St Ste 101 Beale AFB CA 95903-1712
11
- <SUBJECT>ISR A&AS Mission Support Services
12
- <SOLNBR>FA4686-13-R-0006
13
- <CONTACT>Dylan J. Edwards, Phone 5306342478, Email dylan.edwards@beale.af.mil - Eric R. Schmitt, Contracting Adminstrator, Phone 530-634-3411, Fax 530-634-3311 , Email eric.schmitt@beale.af.mil
14
- <STAUTH>FAR 6.302-1
15
- <AWDNBR>FA4686-13-C-0006
16
- <AWDDATE>032913
17
- <ARCHDATE>04192013
18
- <DESC>The 9th Contracting Sq intends to issue a firm-fixed price contract to a single source under the authority of FAR 6.302-1(a)(2)(iii)(B), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about 1 Apr 2013 to Spectrum Comm. Inc. The period of performance is 3 months with 3, 1-month option periods.
19
- <p>The requirement is for the continuation of specialized A&amp;AS support in executing high altitude reconnaissance and intelligence collection processes for the Combat Air Forces (CAF) at Beale AFB, California and other worldwide locations in direct support of the RQ-4 (Global Hawk), T-38 and U-2 air frames and platforms. The contractor is required to provide support in, but not limited to: operational airborne sensor management; Air Force mission systems; high altitude intelligence system program and weapons and tactics; mission planning; electronic warfare operations and tactics management; operational test &amp; evaluation management; advanced reconnaissance tactics course; and in the areas of logistics/training/command post/deployment/communications and plans and exercises management.</p>
20
- <p>A follow-on competitive task order, to be competed under ACC/AMIC CAAS IV contract is projected for award on/about 1 August.</p>
21
- <p>The North American Industry Classification System (NAICS) code for this requirement is 541611 with the size standard of $7M.</p>
22
- <p>Responsible sources may submit a capability statement, proposal, or quotation which may be reviewed by the agency. This notice of intent is not a request for competitive proposals. The Government will not be responsible for any cost incurred in preparation of statements, proposal, or quotations. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation or additional information will be made available with regard to this sole source notice.</p>
23
- <p>Any responses to this notice of contract action shall be submitted to 1st Lt Dylan Edwards, dylan.edwards@beale.af.mil, no later than 4:00 PM, PST, April 17, 2013.</p>
24
- <LINK>
25
- <URL>https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-13-R-0006/listing.html
26
- <DESC>Link To Document
27
- <EMAIL>
28
- <EMAIL>shari.l.bealer2.civ@mail.mil
29
- <DESC>ACC - Rock Island (ACC-RI)
30
- </JA>
@@ -1,28 +0,0 @@
1
- <MOD>
2
- <DATE>0327
3
- <YEAR>13
4
- <AGENCY>Department of Agriculture
5
- <OFFICE>Agricultural Research Service
6
- <LOCATION>ARS EBSC APB DM
7
- <ZIP>20705
8
- <CLASSCOD>66
9
- <NAICS>811219
10
- <OFFADD>5601 Sunnyside Avenue Beltsville MD 20705
11
- <SUBJECT>Maintenance/Service contract (Plus 2 Option years) for a "ELAN DRC E Inductively Coupled Spectrometer"
12
- <SOLNBR>625715
13
- <NTYPE>SNOTE
14
- <RESPDATE>040113
15
- <CONTACT>John C. Wilkinson, Purchasing Agent, Phone 301-504-1731, Email john.wilkinson@ars.usda.gov - Rene D. Edwards, Contract Specialist, Phone 301 504-1744, Email rene.edwards@ars.usda.gov
16
- <DESC>&nbsp;
17
- <p><span style="COLOR: #1f497d">___________________________________________________________________________________________________________________</span></p>
18
- <p>&nbsp;THIS IS AN AMENDMENT TO ADD THE ADDITIONAL VERBIAGE&nbsp;AS&nbsp;A&nbsp; CRITICAL MINIMUM&nbsp;REQUIREMENT&nbsp;FOR&nbsp;&nbsp;THE FOLLOWING SERVICE CONTRACT REQUIREMENT: &nbsp;"GUARANTEE" OF&nbsp;A CERTIFIED ENGINEER'S PHONE RESPONSE TO U.S. DEPARTMENT OF AGRICULTURE (USDA'S)&nbsp;REQUEST&nbsp;&nbsp;WITHIN 24 HOURS OF A &nbsp;USDA CUSTOMER PLACING A SERVICE CALL.&nbsp;PLEASE ALSO NOTE THE CORRECTED TIME FRAME OF THE ANTICIPATED AWARD DATE BEING APRIL 3, 2013 AND THE QUOTES DUE NO LATER TO ME: JOHN WILKINSON&nbsp; AT USDA BY CLOSE OF BUSINESS APRIL 1, 2013 TO <a href="mailto:JOHN.WILKINSON@ARS.USDA.GOV">JOHN.WILKINSON@ARS.USDA.GOV</a> AT PHONE # 301-504-1731.</p>
19
- <p>U.S. Department of Agriculture, Agriculture Research Service in Beltsville, Maryland intends to award a <span style="COLOR: #1f497d">(yearly maintenance plus 2 option years) </span>contract<span style="COLOR: #1f497d"> as a sole source award &nbsp;for the following instrument: &nbsp;"ICP-MS Elan DRC E" instrument, Serial Number: AH00430510 located in Beltsville, Maryland, &nbsp;that is manufactured by Perkin Elmer Health Sciences, Inc.</span> , located in <span style="COLOR: #1f497d">Shelton, Connecticut.&nbsp;&nbsp; &nbsp;The following are the requirements of this service contract:&nbsp;&nbsp; Personnel that performs service on the above instrument, must be able to demonstrate that they are trained,&nbsp; in testing, service and software support, for this instrument, and can replace internal parts of this equipment.&nbsp; The repair coverage for the above instrument will include: Parts, Components, &nbsp;labor, travel, and phone support.&nbsp;&nbsp; Perkin Elmer Health Sciences, Inc. is the sole source provider for factory new or factory re-manufactured parts, local service representation and factory trained/certified engineers to provide service and installation for all instrumentation &nbsp;manufactured and sold by Perkin Elmer, Inc.&nbsp;&nbsp; Perkin Elmer does not certify third party technical service nor does Perkin Elmer have any dealers or distributors selling parts.&nbsp; &nbsp;&nbsp;The base year of this maintenance contract will run from April 3, 2013&nbsp; to March 26, 2014, then option year I would run from March 27, 2014 to March 26, 2015 and Option Year II would run from March 27, 2015 to March 26, 2016</span></p>
20
- <LINK>
21
- <URL>https://www.fbo.gov/notices/9189b266ca1710152c807950c8b13cbe
22
- <DESC>Link To Document
23
- <SETASIDE>N/A
24
- <POPCOUNTRY>US
25
- <POPADDRESS>USDA, ARS, EMBUL, BARC
26
- 10300 BALTIMORE AVE.
27
- Beltsville, MD
28
- </MOD>
@@ -1,7 +0,0 @@
1
- <NOTANOTICE>
2
- <FOOLIST>
3
- <FOO>Bar
4
- <FOO>Bat
5
- <FOO>Baz
6
- </FOOLIST>
7
- </NOTANOTICE>
@@ -1,25 +0,0 @@
1
- <PRESOL>
2
- <DATE>0331
3
- <YEAR>13
4
- <AGENCY>Defense Logistics Agency
5
- <OFFICE>DLA Acquisition Locations
6
- <LOCATION>DLA Aviation - BSM
7
- <ZIP>23297-5000
8
- <CLASSCOD>15
9
- <NAICS>336412
10
- <OFFADD>8000 Jefferson Davis Highway Richmond VA 23297-5000
11
- <SUBJECT>Seal, AFT; F108-CF100
12
- <SOLNBR>SPE4A713R0795
13
- <RESPDATE>051513
14
- <CONTACT>Heidi LaCosse, Acquisition Specialist, Phone 8042793395, Fax 8042792314, Email heidi.lacosse@dla.mil - Amanda M Parker, Acquisition Supervisor, Phone (804)279-2326, Fax (804)279-4722, Email amanda.parker@dla.mil
15
- <DESC>&nbsp;
16
- <p>PR# 49250123; NSN 2840-01-183-1908; Firm Fixed Price; Definite Quantity Contract; Unrestricted Acquisition; Other Than Full and Open Competition; The only approved manufacturing sources are Jet Avion, Cage 14236 and CFM International, Cage 58828;<span style="mso-spacerun: yes">&nbsp; </span>Seal, Aft; Critical Application Item; Configuration Control Applies; Government FAT; Quantity of 3929 units; Inspection/Acceptance at Origin; FOB at Origin; Requested delivery is 450 days after receipt of order; Electronic Offers are not acceptable; Progress Payments are not offered as the conditions at FAR 32.5 have not been met; Any manufacturer, other than the approved source, wishing to submit a proposal on this item must submit a complete source approval package and a complete solicitation package; A copy of the solicitation will be available via DIBBS at <a href="https://www.dibbs.bsm.dla.mil/RFP"><span style="mso-ansi-font-size: 12.0pt">https://www.dibbs.bsm.dla.mil/RFP</span></a> on the issue date cited in this synopsis.<span style="mso-spacerun: yes">&nbsp; </span>RFP's are in portable document format (PDF).<span style="mso-spacerun: yes">&nbsp; </span>To download and view these documents you will need the latest version of Adobe Acrobat.<span style="mso-spacerun: yes">&nbsp; </span>This software is available free at http://www.adobe.com.<span style="mso-spacerun: yes">&nbsp; </span>A paper copy of this solicitation will be available to requesters.<span style="mso-spacerun: yes">&nbsp; </span>The solicitation issue date is April 15, 2013.</p>
17
- <LINK>
18
- <URL>https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A713R0795/listing.html
19
- <DESC>Link To Document
20
- <SETASIDE>N/A
21
- <POPCOUNTRY>US
22
- <POPZIP>23297
23
- <POPADDRESS>8000 Jefferson Davis Highway
24
- Richmonda, VA
25
- </PRESOL>
@@ -1,26 +0,0 @@
1
- <SNOTE>
2
- <DATE>0326
3
- <YEAR>13
4
- <AGENCY>Department of the Air Force
5
- <OFFICE>Air Combat Command
6
- <LOCATION>325 CONS
7
- <ZIP>32403-5526
8
- <CLASSCOD>66
9
- <NAICS>811219
10
- <OFFADD>501 Illinois Ave, Ste 5
11
- Bldg 647
12
- Tyndall AFB, FL 32403-5526
13
- <SUBJECT>Install and repair the Oxford Instruments America, Inc
14
- <SOLNBR>F4AB003063A005
15
- <RESPDATE>040213
16
- <CONTACT>Yvette M. Kelly, Contract Specialist, Phone 8502838630, Fax 8502838491, Email yvette.kelly@tyndall.af.mil - Melissa J. Blair, Contract Officer, Phone 8502830061, Fax 850-283-8491, Email melissa.blair@tyndall.af.mil
17
- <DESC>NOTICE OF INTENT TO AWARD - The 325th Contracting Squadron intends to award a sole-source firm-fixed price purchase order to Oxford Instruments America, Inc. to install and repair the Oxford Instrument America. The intent of this procurement is to award based on sole source requirement. Quotes are not being requested and a written solicitation will not be used.<br />This purchase will be made under Simplified Acquisition Procedures and Other than Full and Open Competition as authorized by FAR 13.106-1(b)(1) Single source. This notice is neither a request for competitive proposals nor a solicitation of offers. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.<br />
18
- <LINK>
19
- <URL>https://www.fbo.gov/notices/bad4233bab267120f1752ad4b9bf095f
20
- <DESC>Link To Document
21
- <SETASIDE>N/A
22
- <POPCOUNTRY>US
23
- <POPZIP>32403
24
- <POPADDRESS>501 Illinois Ave Suite 5
25
- Tyndall AFB, FL
26
- </SNOTE>
@@ -1,27 +0,0 @@
1
- <SRCSGT>
2
- <DATE>0407
3
- <YEAR>13
4
- <AGENCY>Department of Housing and Urban Development
5
- <OFFICE>OCPO, Office of Support Operations
6
- <LOCATION>Office of Support Operations, NO
7
- <ZIP>20410
8
- <CLASSCOD>R
9
- <NAICS>541211
10
- <OFFADD>451 7th Street S.W. Washington DC 20410
11
- <SUBJECT>The U.S. Department of Housing and Urban Development is trying to determine the availability and capability of qualified small businesses to analyze internal control over financial reporting in accordance with The Office and Budget (OMB) Circular A-123.
12
- <SOLNBR>HUD_FHA_OMB_CIRCULAR_A123
13
- <RESPDATE>042213
14
- <CONTACT>Robert E. Caldwell, Contract Specialist, Phone (202) 402-3503, Email robert.e.caldwell@hud.gov - Diane Toledo-Gaskins, Contracting Officer, Phone (202) 402-4140, Email diane.e.toledo-gaskins@hud.gov
15
- <DESC>This is a SOURCES SOUGHT NOTICE for the United States Department of Housing and Urban Development's, Federal Housing Administration (FHA) to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to analyze FHA's internal control over financial reporting. <br />
16
- <p>The contractor assessing FHA's internal control over financial reporting shall determine whether control deficiencies, as defined in A-123, exist. If control deficiencies exist, the contractor shall determine if they rise to the level of a significant deficiency or material weakness as defined in A-123. For identified control deficiencies, the contractor shall recommend improvements needed to strengthen internal controls. The result of this assessment will provide a basis for management's assurance statement regarding the effectiveness of internal control over financial reporting.</p>
17
- <p>Responses to this announcement will not be returned, nor will there be any discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD may contact one or more respondents for clarifications and to enhance the government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT THEIR CAPABILITY STATEMENT AND SUPPORTING DOCUMENTATION VIA E-MAIL in MS Word, WordPerfect, or Adobe Portable Document Format (PDF) to Robert Caldwell at robert.e.caldwell@hud.gov no later than Monday, April 22, 2013 at 5:00PM Eastern Standard Time for consideration.</p>
18
- <LINK>
19
- <URL>https://www.fbo.gov/spg/HUD/NO/NO/HUD_FHA_OMB_CIRCULAR_A123/listing.html
20
- <DESC>Link To Document
21
- <SETASIDE>N/A
22
- <POPCOUNTRY>US
23
- <POPZIP>20410
24
- <POPADDRESS>An initial visit to Washington, D.C. to HUD Headquarters to meet with HUD staff will be required after contract award.
25
-
26
- Washington, DC
27
- </SRCSGT>
@@ -1,24 +0,0 @@
1
- <SSALE>
2
- <DATE>0411
3
- <YEAR>13
4
- <AGENCY>Government Printing Office
5
- <OFFICE>Acquisition Services
6
- <LOCATION>Acquisition Services
7
- <ZIP>20401
8
- <CLASSCOD>99
9
- <NAICS>322299
10
- <OFFADD>732 North Capitol Street, NW Washington DC 20401
11
- <SUBJECT>Sale No. 5-2013 of Govt. Surplus Waste Paper
12
- <SOLNBR>5-2013
13
- <RESPDATE>042913
14
- <CONTACT>Gloria Robertson, Phone 202-512-2010 ext. 31679, Fax 202-512-1354, Email glrobertson@gpo.gov
15
- <DESC>Surplus Sale of Waste Paper.<br /><br />Period of Performance May 1, 2013 (or Date of Award) through April 30, 2014 (Base Year) with up to 4 Year Options.
16
- <LINK>
17
- <URL>https://www.fbo.gov/spg/GPO/PSPSD/WashingtonDC/5-2013/listing.html
18
- <DESC>Link To Document
19
- <SETASIDE>N/A
20
- <POPCOUNTRY>US
21
- <POPADDRESS>DC Location: 732 North Capital Street, NW, Washinghton, DC 20401
22
-
23
- Laurel Location: 8660 Cherry Lane, Laurel, MD 20707
24
- </SSALE>
@@ -1,10 +0,0 @@
1
- <UNARCHIVE>
2
- <DATE>0212
3
- <YEAR>13
4
- <AGENCY>Department of State
5
- <OFFICE>Near Eastern Posts
6
- <LOCATION>U.S. Embassy Cairo, Egypt
7
- <SOLNBR>SEG30013C0020
8
- <NTYPE>COMBINE
9
- <ARCHDATE>03312013
10
- </UNARCHIVE>