STANDARD FORM 1449 - Defense Logistics Agency · 2020. 11. 6. · 32a. quantity in column 21 has...

17

Transcript of STANDARD FORM 1449 - Defense Logistics Agency · 2020. 11. 6. · 32a. quantity in column 21 has...

  • 32a. QUANTITY IN COLUMN 21 HAS BEEN

    ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:RECEIVED INSPECTED

    COMPLETE PARTIAL FINAL

    STANDARD FORM 1449 (REV. 2/2012) BACK

    36. PAYMENT

    PARTIAL FINAL

    19. ITEM NO.

    20. SCHEDULE OF SUPPLIES/SERVICES

    21. QUANTITY

    22. UNIT

    23. UNIT PRICE

    24. AMOUNT

    32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR

    37. CHECK NUMBER

    38. S/R ACCOUNT NO. 39. S/R VOUCHER NUMBER 40. PAID BY

    42a. RECEIVED BY (Print)

    41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

    42b. RECEIVED AT (Location)

    42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

    41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

  • CONTINUED ON NEXT PAGE

    PAGE 3 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    Form I. SOLICITATION/CONTRACT FORM

    The terms and conditions set forth in solicitation SPE300-16-R-0053 are incorporated into subject contract. The following documents are incorporated by reference into the subject contract: your final offer, which is being accepted by the Government to form this contract, Solicitation SPE300-16-R-0053 dated November 14, 2016, and all solicitation amendments issued there under as follows: Amendment 0001, dated November 14, 2016 Amendment 0002, dated November 30, 2016

    II. PERFORMANCE PERIOD:

    A. Effective Period of the Contract: Tier 1 – August 28, 2017 through February 27, 2019 Tier 2 – February 28, 2019 through August 27, 2020 Tier 3 – August 28, 2020 through February 27, 2022 Ordering commences on September 24, 2017 with first deliveries beginning September 27, 2017 for Troop and the week of October 2, 2017 for School customers.

    B. ESTIMATED DOLLAR VALUE/GUARANTEED MINIMUM/MAXIMUM

    The following chart includes the 4.5 year estimated dollar value, along with the guaranteed 10% minimum and 200% maximum. The guaranteed minimum and maximum, although based on estimates, are a firm dollar amount calculated as a percentage of the estimated dollar value; that firm dollar amount constitutes the Government’s legal ordering obligation under the contract.

    The term “4.5 Year Estimate” refers to the Government’s good faith estimate of the requirement for all three (3) Tier periods. The total minimum contract dollar value is $3,600,000.00. The maximum contract dollar value is $72,000,000.00.

    III. START-UP PERIOD The Contractor’s startup period will take place prior to the first order and is included in the 18-month base Tier period. The Contractor shall submit a proposed implementation schedule to the Contracting Officer within fifteen (15) days after award highlighting the steps that will be taken to implement a fully functional distribution account, including all EDI transactions for all customers covered by this solicitation. An additional thirty (30) days will be granted for actual implementation. No more than

    PAGE 4 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    forty-five (45) days after award will be permitted for each contractor to have fully functional distribution accounts in place for all customers.

    IV. ORDERING CATALOGS

    The following are part of Forestwood Farm, Inc.’s offer and are hereby incorporated as part of subject contract: Offered delivered price to be utilized for first week of ordering. The Pricing Proposal spreadsheet submitted on April 21, 2017 is attached. Distribution price for the Contract Period is as follows:

    SUPPLIES OF SERVICES AND PRICES ITEMS: Full-Line Fresh Fruit and Vegetables

    CUSTOMERS: DoD and Non-DoD USDA Customers in the Alabama and Florida Panhandle Zone listed in Attachment 2 of this document.

    FOB TERMS: FOB Destination for all items. NOTE: Paragraph (d) of the Economic Price Adjustment provision contained in the Solicitation enforces an upward ceiling on any economic price adjustments applicable to the instant Contract. Specifically, the aggregate of contract Delivered Price increases for each line item on the catalog subject to this provision shall not exceed 110 percent (%) for DoD Troops and 160 percent (%) for USDA Schools above that line item's initial Delivered Price on the awarded catalog. The respective percent (%) ceiling for each line item is in effect throughout the entire length of the contract period. To further illustrate this point, Attachment 1 (Final Pricing) includes a separate column that identifies the percentage EPA ceiling for the individual Delivered Prices of each line item on the catalog. This price represents the maximum increase in Delivered Price allowable for the entire 4.5-year length of the Contract. For additional information, see the EPA provision as specified in the Solicitation. That said, please be aware that just because an awardee furnishes a price revision on a weekly basis that falls within the EPA clause's 110 percent (%) for DoD Troops and 160 percent (%) for USDA Schools ceiling, does not automatically deem that price "fair and reasonable" and thus acceptable. The EPA provision is merely one separate factor that is considered by the Contracting Officer in arriving at his/her final "fair and reasonable" price determinations. Therefore, it is important to note that all other provisions of the Solicitation/Contract must be adhered to in conjunction with the aforementioned EPA provision.

    CATALOG #: DoD Troop customers will order under SPE300-17-D-P302, Non-DoD USDA School customers in the Florida Panhandle Zone will order under SPE300-17-D-S302, and Non-DoD USDA School Warehouse customers in the Alabama Zone will order under SPE300-17-D-S304; Forestwood will invoice in accordance with the customer’s orders.

    All catalog pricing is valid from Sunday thru Saturday. Catalog updates must be received no later than 12:00 P.M. EST the preceding Wednesday. The Troop Customers are required to place orders for “skip day” delivery. The School Customers are required to place orders no later than 72 hours before delivery date.

    All pricing will be firm at time of order. Forestwood will not invoke any additional charges for emergency orders (defined as an order that is placed for same day delivery).

    PAGE 5 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    DELIVERIES AND PERFORMANCE The following are the designated plant locations for the performance of this contract for all contract line items: Place of Performance: Forestwood Farm, Inc. 4101 Coalburg Road Birmingham, AL 35207 Gulf Coast Produce Distributors, Inc. 194 Bohn Street Biloxi, MS 39530-3812 City Produce 239 Main Street Destin, FL 32541 Chapman Produce Co. 3436 Weems Road Tallahassee, FL 32317

    Remove Section XXXIII. SEASONAL ACQUISITION listed on page 29 of the solicitation and replace with the following: XXXIII. LOCAL PURCHASE (SCHOOLS/TRIBAL RESERVATIONS)

    DLA Troop Support and the USDA support the use of local purchase to the maximum extent practicable. Therefore, Contractors are encouraged to source local produce taking into consideration price, availability, quality, and other factors.

    For purposes of this Solicitation, “local purchase” is defined as product purchased from growers or manufacturers within the state the customer is located, within the contract zone, or from a state bordering the state in which the customer is located.

    For contracts using FFAVORS catalogs, Contractors are required to include state of origin information for all products in the FFAVORS catalog. FFAVORS includes a data field for this purpose. Within 45 days after contract award, the successful Contractor(s) for schools and/or tribal reservations will submit to the Contracting Officer a Local Purchase Procurement plan which will include the following elements:

    A list of specific items that the contractor currently purchases locally; A list of local growers from which the contractor sources product; Plans to expand the purchase of local items; and A list of resources that might assist in efforts to source more local products.

    Contractors may be required to attend information sessions related to local sourcing and promotion of local products.

    CLAUSES

    PAGE 6 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)

    (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

    (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

    (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

    (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

    (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

    (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

    [Contracting Officer check as appropriate.]

    _x__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

    _x__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

    ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).

    _x__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

    ___ (5) [Reserved]

    ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

    ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

    _x__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).

    _x__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

    ___ (10) [Reserved]

    ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).

    ___ (ii) Alternate I (Nov 2011) of 52.219-3.

    ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).

    PAGE 7 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    ___ (ii) Alternate I (Jan 2011) of 52.219-4.

    ___ (13) [Reserved]

    _x__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).

    _x__ (ii) Alternate I (Nov 2011).

    ___ (iii) Alternate II (Nov 2011).

    ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

    ___ (ii) Alternate I (Oct 1995) of 52.219-7.

    ___ (iii) Alternate II (Mar 2004) of 52.219-7.

    ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).

    ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).

    ___ (ii) Alternate I (Nov 2016) of 52.219-9.

    ___ (iii) Alternate II (Nov 2016) of 52.219-9.

    ___ (iv) Alternate III (Nov 2016) of 52.219-9.

    ___ (v) Alternate IV (Nov 2016) of 52.219-9.

    ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

    _x__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).

    ___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

    ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).

    ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

    ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

    ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

    _x__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

    _x__ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).

    _x__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

    _x__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

    _x__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

    PAGE 8 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    _x__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

    _x__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

    _x__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

    _x__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

    ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).

    _x__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

    ___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

    Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

    ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).

    ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

    ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

    ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).

    ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).

    ___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514

    ___ (ii) Alternate I (Oct 2015) of 52.223-13.

    ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).

    ___ (ii) Alternate I (Jun 2014) of 52.223-14.

    ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

    ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).

    ___ (ii) Alternate I (Jun 2014) of 52.223-16.

    _x__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

    ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

    ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696).

    PAGE 9 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    ___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

    ___ (ii) Alternate I (Jan 2017) of 52.224-3.

    ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

    ___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).

    ___ (ii) Alternate I (May 2014) of 52.225-3.

    ___ (iii) Alternate II (May 2014) of 52.225-3.

    ___ (iv) Alternate III (May 2014) of 52.225-3.

    ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

    _x__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

    ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

    ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

    ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

    ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).

    ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

    _x__ (57) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332).

    ___ (58) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).

    ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

    ___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

    ___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).

    ___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).

    ___ (ii) Alternate I (Apr 2003) of 52.247-64.

    (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:

    [Contracting Officer check as appropriate.]

    PAGE 10 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)

    ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).

    ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

    ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

    ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

    ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).

    ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).

    ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

    ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

    _x__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).

    ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).

    (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

    (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

    (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

    (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

    (e)

    (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

    (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

    (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

    PAGE 11 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

    (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

    (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

    (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

    (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

    (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

    (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

    (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

    (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

    (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

    (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).

    (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

    (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

    (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

    (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

    (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

    Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

    (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).

    (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

    (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

    (B) Alternate I (Jan 2017) of 52.224-3.

    PAGE 12 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

    (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

    (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

    (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

    (End of Clause)

    252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016)

    252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015)

    Part 12 Clauses 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) DFARS

    (a) Definitions. As used in this clause—

    “Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. “Controlled technical information” means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. “Covered defense information” means unclassified information that—

    (1) Is— (i) Provided to the contractor by or on behalf of DoD in connection with the performance of the contract; or (ii) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract; and

    (2) Falls in any of the following categories: (i) Controlled technical information. (ii) Critical information (operations security). Specific facts identified through the Operations Security process about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Security process). (iii) Export control. Unclassified information concerning certain items, commodities, technology, software, or other information whose export could reasonably be expected to adversely affect the United States national security and nonproliferation objectives. To include dual use items; items identified in export administration regulations, international traffic in arms regulations and munitions list; license applications; and sensitive nuclear technology information. (iv) Any other information, marked or otherwise identified in the contract, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g., privacy, proprietary business information).

    “Cyber incident” means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein.

    (b) Restrictions. The Contractor agrees that the following conditions apply to any information it receives or creates in the performance of this contract that is information obtained from a third-party’s reporting of a cyber incident pursuant

    PAGE 13 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

  • CONTINUED ON NEXT PAGE

    to DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (or derived from such information obtained under that clause):

    (1) The Contractor shall access and use the information only for the purpose of furnishing advice or technical assistance directly to the Government in support of the Government’s activities related to clause 252.204-7012, and shall not be used for any other purpose. (2) The Contractor shall protect the information against unauthorized release or disclosure. (3) The Contractor shall ensure that its employees are subject to use and non-disclosure obligations consistent with this clause prior to the employees being provided access to or use of the information. (4) The third-party contractor that reported the cyber incident is a third-party beneficiary of the non-disclosure agreement between the Government and Contractor, as required by paragraph (b)(3) of this clause. (5) A breach of these obligations or restrictions may subject the Contractor to—

    (i) Criminal, civil, administrative, and contractual actions in law and equity for penalties, damages, and other appropriate remedies by the United States; and (ii) Civil actions for damages and other appropriate remedies by the third party that reported the cyber incident, as a third party beneficiary of this clause.

    (c) Subcontracts. The Contractor shall include this clause, including this paragraph (c), in subcontracts, or similar contractual instruments, for services that include support for the Government’s activities related to safeguarding covered defense information and cyber incident reporting, including subcontracts for commercial items, without alteration, except to identify the parties.

    (End of clause) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS

    (a) Definitions. As used in this clause—

    “Adequate security” means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. “Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. “Contractor attributional/proprietary information” means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company. “Contractor information system” means an information system belonging to, or operated by or for, the Contractor. “Controlled technical information” means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. “Covered contractor information system” means an information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information. “Covered defense information” means unclassified information that—

    (i) Is— (A) Provided to the contractor by or on behalf of DoD in connection with the performance of the contract; or (B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract; and

    (ii) Falls in any of the following categories: (A) Controlled technical information. (B) Critical information (operations security). Specific facts identified through the Operations Security process about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Security process). (C) Export control. Unclassified information concerning certain items, commodities, technology, software, or other information whose export could reasonably be expected to adversely affect the United States national security and nonproliferation objectives. To include dual use items; items identified in export administration regulations, international traffic in arms regulations and munitions list; license applications; and sensitive nuclear technology information. (D) Any other information, marked or otherwise identified in the contract, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g., privacy, proprietary business information).

    PAGE 14 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

    http://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htmhttp://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htm

  • CONTINUED ON NEXT PAGE

    “Cyber incident” means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein. “Forensic analysis” means the practice of gathering, retaining, and analyzing computer-related data for investigative purposes in a manner that maintains the integrity of the data. “Malicious software” means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware. “Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system. ‘‘Operationally critical support’’ means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation. “Rapid(ly) report(ing)” means within 72 hours of discovery of any cyber incident. “Technical information” means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code.

    (b) Adequate security. The Contractor shall provide adequate security for all covered defense information on all covered contractor information systems that support the performance of work under this contract. To provide adequate security, the Contractor shall—

    (1) Implement information systems security protections on all covered contractor information systems including, at a minimum—

    (i) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government—

    (A) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract; and (B) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract; or

    (ii) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1)(i) of this clause—

    (A) The security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations,” http://dx.doi.org/10.6028/NIST.SP.800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, as soon as practical, but not later than December 31, 2017. The Contractor shall notify the DoD CIO, via email at [email protected], within 30 days of contract award, of any security requirements specified by NIST SP 800-171 not implemented at the time of contract award; or (B) Alternative but equally effective security measures used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection accepted in writing by an authorized representative of the DoD CIO; and

    (2) Apply other information systems security measures when the Contractor easonably determines that information systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability.

    (c) Cyber incident reporting requirement. (1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor’s ability to perform the requirements of the contract that are designated as operationally critical support, the Contractor shall—

    (i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor’s network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor’s ability to provide operationally critical support; and

    PAGE 15 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

    http://www.acq.osd.mil/dpap/dars/dfars/html/current/252227.htm#252.227-7013http://www.acq.osd.mil/dpap/dars/dfars/html/current/252239.htmhttp://dx.doi.org/10.6028/NIST.SP.800-171mailto:[email protected]

  • CONTINUED ON NEXT PAGE

    (ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil. (2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil.

    (3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.

    (d) Malicious software. The Contractor or subcontractors that discover and isolate malicious software in connection with a reported cyber incident shall submit the malicious software in accordance with instructions provided by the Contracting Officer. (e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest. (f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis. (g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause. (h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which the information is being released. (i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD—

    (1) To entities with missions that may be affected by such information; (2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents; (3) To Government entities that conduct counterintelligence or law enforcement investigations; (4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or (5) To a support services contractor (“recipient”) that is directly supporting Government activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

    (j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government’s use and release of such information. (k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data. (l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor’s responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements. (m) Subcontracts. The Contractor shall—

    (1) Include this clause, including this paragraph (m), in subcontracts, or similar contractual instruments, for operationally critical support, or for which subcontract performance will involve a covered contractor information system, including subcontracts for commercial items, without alteration, except to identify the parties; and (2) When this clause is included in a subcontract, require subcontractors to rapidly report cyber incidents directly to DoD at http://dibnet.dod.mil and the prime Contractor. This includes providing the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon as practicable.

    (End of clause)

    PAGE 16 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

    http://dibnet.dod.mil/http://dibnet.dod.mil/http://iase.disa.mil/pki/eca/Pages/index.aspxhttp://www.acq.osd.mil/dpap/dars/dfars/html/current/252204.htmhttp://dibnet.dod.mil/

  • Attachments List of Attachments Description File Name ATTACH.Signed Award Document

    AL&FL Panhandle DP302

    ATTACH.ATTACHMENT 2

    Customer

    ATTACH.ATTACHMENT 1

    Forestwoo

    PAGE 17 OF 17 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-17-D-P302

    AL&FL Panhandle DP302 SignedAL&FL DP302FormI. SOLICITATION/CONTRACT FORMIII. START-UP PERIODSUPPLIES OF SERVICES AND PRICESXXXIII. LOCAL PURCHASE (SCHOOLS/TRIBAL RESERVATIONS)52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)

    Part 12 Clauses252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) DFARS252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS

    AttachmentsList of Attachments

  • SPE300-16-R-0053ATTACHMENT 1

    Source Selection InformationSee FAR 2.101 and 3.104 ATTACHMENT 1 - SCHEDULE OF ITEMS (GROUP 1)

    IF YOU ARE REQUESTED TO SUBMIT AN INVOICE, PLEASE LABEL INVOICES WITH GOV'T ITEM # NEXT TO ITEM GOV'T GOV'T AVG Gov Gov't Item EST Unit of Delivered Pricing Tier 1 Distribution Unit Total Delivered Total (DIP) Total Evaluated Tier 2 Tier 3Item # ITEM CD Cs Wt Description quantity Issue Including Freight (DIP) Price Price Price (DEP) Price Price DIP Price DIP Price

    I

    D

    1 891501E210283 40 APPLES, FRESH, RED DEL, USF, 113 CT, 1/40 LB CS 6,969 CS2 891501E210284 40 APPLES, FRESH, RED DEL, USF, 88 CT, 1/40 LB CS 4,562 CS Leave Blank Leave Blank3 891501E210280 40 APPLES, GOLD DEL, FRESH, USF, 88 CT, 1/40 LB CS 241 CS Leave Blank Leave Blank4 891501E210282 40 APPLES, GRANNY SMITH, FRESH, MIN USF, 88 CT, 1/40 LB CS 3,264 CS Leave Blank Leave Blank5 891501E212189 11 ASPARAGUS, FRESH, STANDARD/LG, US#1, 1/11 LB CS 1,317 CS Leave Blank Leave Blank6 891501E210649 24 AVOCADOS, FRESH, 48 SZ, 1/24 LB CS 264 CS Leave Blank Leave Blank7 891501E210016 40 BANANAS, FRESH, GREENISH-YELLOW, #4, 1/40 LB CS 14,804 CS Leave Blank Leave Blank8 891501E210613 1 BASIL, FRESH, 1/1 LB CS 158 CS Leave Blank Leave Blank9 891501E212251 3 BLUEBERRIES, FRESH, 12/4 OZ CO 5,327 CS Leave Blank Leave Blank10 891501E210020 20 BROCCOLI CROWNS, CHL, US#1, 1/20 LB CS 2,484 CS Leave Blank Leave Blank11 891501E210461 3 BROCCOLI FLORETS, CHL, US#1, 1/3 LB CS 9,613 CS Leave Blank Leave Blank12 891501E210913 5 CABBAGE, CHL, RED, SHRD, 1/5 LB PG 395 CS Leave Blank Leave Blank13 891501E210300 50 CABBAGE, FRESH, GREEN, US#1, 1/50 LB CS 21,182 CS Leave Blank Leave Blank14 891501E210794 5 CANTALOUPE, CHL, CHUNKS, 1/5 LB CO 111 CS Leave Blank Leave Blank15 891501E212163 40 CANTALOUPE, FRESH, 12-15 CT, 1/40 LB CS 4,349 CS Leave Blank Leave Blank16 891501E212473 20 CARROTS, CHL, BABY, WHL, PEELED, 4/5 LB PG 393 CS Leave Blank Leave Blank17 891501E211694 5 CARROTS, CHL, SHRD, 1/5 LB CO 3,020 CS Leave Blank Leave Blank18 891501E212130 5 CARROTS, CHL, STICKS, 4 IN., 1/5 LB CS 479 CS Leave Blank Leave Blank19 891501E210311 50 CARROTS, FRESH, WHL, TOPPED, JUMBO, US#1, 1/50 LB CS 539 CS Leave Blank Leave Blank20 891501E212632 3 CAULIFLOWER, FRESH, FLORETS, 1/3 LB PG 1,526 CS Leave Blank Leave Blank21 891501E210055 20 CAULIFLOWER, FRESH, US#1, IW, 12 CT, 1/20 LB CS 305 CS Leave Blank Leave Blank22 891501E212216 5 CELERY, CHL, DICED, US#1, RTU, 1/5 LB CO 128 CS Leave Blank Leave Blank23 891501E210064 5 CELERY, CHL, STICKS, US#1, 1/5 LB CS 1,739 CS Leave Blank Leave Blank24 891501E210314 50 CELERY, FRESH, PASCAL, US#1, 24-36 CT, BULK, 1/50 LB CS 2,882 CS Leave Blank Leave Blank25 891501E210068 10 CILANTRO, FRESH, 1/10 LB CS 197 CS Leave Blank Leave Blank26 891501E211691 5 COLE SLAW MIX, CHL, 1/5 LB CO 494 CS Leave Blank Leave Blank27 891501E210505 40 CUCUMBERS, FRESH, SUPER SEL, US#1, 1/40 LB CS 2,502 CS Leave Blank Leave Blank28 891501E210078 25 EGGPLANT, FRESH, US#1, 1/25 LB CS 68 CS Leave Blank Leave Blank29 891501E213226 5 GARLIC, CHL, WHL, PEELED, US#1, 1/5 LB CO 215 CS Leave Blank Leave Blank30 891501E210329 1 GINGER ROOT, FRESH, 1/1 LB PG 77 CS Leave Blank Leave Blank31 891501E212420 40 GRAPEFRUIT, FRESH, PINK/RED, USF, 32 CT, 1/40 LB CS 905 CS Leave Blank Leave Blank32 891501E212029 18 GRAPES, FRESH, RED, SDLS, US#1 TABLE, 1/18 LB CS 4,050 CS Leave Blank Leave Blank33 891501E210334 18 GRAPES, FRESH, WHITE, SDLS, US#1 TABLE, 1/18 LB CS 2,434 CS Leave Blank Leave Blank34 891501E211382 5 HONEYDEW MELON, CHL, CUBED, 1/5 LB BG 98 CS Leave Blank Leave Blank35 891501E210355 25 HONEYDEW MELON, FRESH, US#1, 6 CT, 1/25 LB CS 4,667 CS Leave Blank Leave Blank36 891501E212658 10 KIWIFRUIT, FRESH, 36-39 CT, 1/10 LB CS 3,372 CS Leave Blank Leave Blank37 891501E212882 40 LEMONS, FRESH, 165 CT, 1/40 LB CASE 732 CS Leave Blank Leave Blank38 891501E210914 20 LETTUCE, CHL, ICEBERG, SHRD, 1/8 IN., 4/5 LB PG 1,606 CS Leave Blank Leave Blank39 891501E210891 12 LETTUCE, CHL, ROMAINE, CHOP, 6/2 LB PG 2,287 CS Leave Blank Leave Blank40 891501E210344 35 LETTUCE, FRESH, ICEBERG, US#1, 24 CT, 1/35 LB CS 1,904 CS Leave Blank Leave Blank41 891501E212730 35 LETTUCE, FRESH, ROMAINE, 24 CT, 1/35 LB CS 3,606 CS Leave Blank Leave Blank42 891501E214074 10 LIMES, FRESH, 48/54 CT, 10 LB CS 119 CS Leave Blank Leave Blank43 891501E210352 10 MANGOES, FRESH, 10 CT, 1/10 LB CS 876 CS Leave Blank Leave Blank44 891501E210358 5 MUSHROOMS, CHL, SL, US#1, 1/5 LB CS 3,882 CS Leave Blank Leave Blank45 891501E210928 10 MUSHROOMS, FRESH, MED, 1/10 LB CS 722 CS Leave Blank Leave Blank46 891501E214066 5 MUSHROOMS, FRESH, PORTABELLA, 4-6 IN., 5 LB CS 125 CS Leave Blank Leave Blank47 891501E212243 20 ONIONS, CHL, DICED, 4/5 LB CO 1,136 CS Leave Blank Leave Blank48 891501E210808 8 ONIONS, GREEN, FRESH, ICELESS, 1/8 LB CS 1,083 CS Leave Blank Leave Blank49 891501E210365 25 ONIONS, RED, DRY, US#1, 1/25 LB CS 845 CS Leave Blank Leave Blank50 891501E210927 20 ONIONS, YELLOW, CHL, SL, 4/5 LB PG 348 CS Leave Blank Leave Blank51 891501E210362 50 ONIONS, YELLOW, DRY, 2 IN. RD, US#1, 1/50 LB CS 6,267 CS Leave Blank Leave Blank52 891501E212316 50 ONIONS, YELLOW, DRY, JUMBO, 3 IN. MIN RD, US#1, 1/50 LB CS 426 CS Leave Blank Leave Blank53 891501E210889 40 ORANGES, FRESH, 88 CT, 1/40 LB CS 10,207 CS Leave Blank Leave Blank54 891501E214086 1 OREGANO, FRESH, 1 LB CS 99 CS Leave Blank Leave Blank55 891501E213102 1 PARSLEY, FRESH, CURLY-LEAF, US#1, CALIFORNIA, 4 CT, 1/.5 LB CS 2,304 CS Leave Blank Leave Blank56 891501E210380 10 PEA PODS, FRESH, SNOW, US#1, 1/10 LB CS 72 CS Leave Blank Leave Blank57 891501E212715 25 PEACHES, FRESH, 1/25 LB CS 653 CS Leave Blank Leave Blank58 891501E210183 36 PEARS, FRESH, BART/ANJOU, US#1, 110 CT, 1/36 LB CS 2,102 CS Leave Blank Leave Blank59 891501E210439 5 PEPPERS, SWT, CHL, GREEN, DICED, 1/5 LB CO 267 CS Leave Blank Leave Blank60 891501E210191 20 PEPPERS, SWT, FRESH, GREEN, US#1, MIN 2.5 IN. RD, 1/20 LB CS 4,424 CS Leave Blank Leave Blank61 891501E210195 5 PEPPERS, SWT, FRESH, RED, US#1, 1/5 LB CS 1,830 CS Leave Blank Leave Blank

    Please fill out Tier 2 and Tier 3 DistributionPrice under Tier 2 and Tier 3

    SOLICITATION: SPE300-16-R-0053 Alabama & Flordia Panhandle Troops (Group 1) 18 MONTH ESTIMATES -- (80) ITEMSForestwood Farm, Inc. OP3SO

    DO NOT TOUCH THE SHADED FIELDS!!! ONLY FILL IN WHITE FIELDS!! BID ON ALL ITEMS!!! FILL OUT CELLS (H7 &, M7 & N7) SAVE TO A CD!!

  • Group 1 - Troops

    ORDERING_POINTSHIPTOCUSTOMER_NAMECUSTOMER_FACILITYCUSTOMER_BUILDINGADDRESS1ADDRESS2CUSTOMER_CITYCUSTOMER_STATECUSTOMER_ZIPCOUNTRYSERVICEPoint of ContactDELIVERY_INSTRUCTIONSDELIVERY DAYSDELIVERY TIME

    0841BC0841BCAL DEPARTMENT OF CORRECTIONSAL DEPARTMENT OF CORRECTIONS2699 MARION SPILLWAY ROADELMOREAL36025USOTWilliam Baird--334-567-1568Friday7-11am

    CGFL05Z15250USCG CYPRESS PENSACOLAUSCG CYPRESS PENSACOLA38C/O PORT OPS211 SOUTH AVE, BUILDING 38PENSACOLAFL32508USCG850-453-8282as needed

    CGFL05Z12111USCG VENTUROUSUSCG VENTUROUSNAVAL AIR STATION PENSACOLA190 RADFORD BLVDPENSACOLAFL32508USCG850-452-2749MWF6-10am

    CGFL05Z17004USCGC SAGINAWUSCGC SAGINAW1500 15TH STREETMOBILEAL36615USCGNAFOOD SERVICE OFFICERas needed

    CGFL05Z11704USCGC HAMILTONUSCGC HAMILTONNAS PENSACOLA211 SOUTH AVENUESTE CPENSACOLAFL32508USCGNAFOOD SERVICE OFFICERas needed

    CGFL05Z30341USCG STATION PANAMA CITYUSCG STATION PANAMA CITY1700 THOMAS DRIVEPANAMA CITYFL32408USCG850-234-2475FOOD SERVICE OFFICERas needed

    FS3300FT9560MAXWELL AFB, ALMAXWELL YOUTH CENTER351 E. MAXWELL BLVD, BUILDING 1MONTGOMERYAL36112USAFRobyne Holloway 334-953-6171MWF7-10am

    FS3300FT9445MAXWELL AFBMAXWELL CHILD CARE CENTER#25302 TWINING STREETATTN: GLORIA DIXONMAXWELL AFBAL361126519USAFDiana Shonk 334-953-6667MWF7-10am

    FS3300FS3300MAXWELL/GUNTER AFB42 SVS-SVMTBLDG 1033401 CANON STREETPOC: CHARLES JOHNSONMONTGOMERYAL36112USAFRobyne Holloway 334-953-6171MWF7-10am

    FT6011FT6011117TH SERVICES FLIGHT117TH SERVICES FLIGHT5401 EAST LAKE BLVDBIRMINGHAMAL352173545USAFTSgt. Angel Bain 205-714-2622MWF7-10am

    FT6011V21234USS HAWESUSS HAWESPIER MOBILEMOBILEAL35217USNVNAas needed

    FT6012FT6012187TH FW MONTGOMERY ALABAMA187TH FW MONTGOMERY ALABAMA5187 SELMA HIGHWAYMONTGOMERYAL36108USAFTSgt. Veronica Neely 334-394-7470MWF7-10am

    FT6012FT6331145 AWSHIPPING LOCATIONNEW ERA BUILDING918 SOUTH CEDAR AVEDEMOPOLISAL36732USAFNAMWF7-10am

    FT6012145RTS145 AWSHIPPING LOCATION 23443 US HIGHWAY 80 WESTSELMAAL36710USAFNAMWF7-10am

    FT6012FT6676908 AT THE 187908 AT THE 1875187 SELMA HIGHWAYMONTGOMERYAL36108USAFTSgt. Veronica Neely 334-394-7470MWF7-10am

    FT9002FT6628DUKE FIELD - EGLIN AFBDUKE FIELD DINING HALLBLDG 3017 - 506 DRONE STREETEGLIN AFB FIELD 3FL325426644USAFTSgt. Peter Wong 850-240-4581MWF6:30-11am

    FT9002FT9004EGLIN AFBTRADE WINDS FLIGHT FEEDING FACILITY17 D17 D EAST D AVEEGLIN AFBFL32542USAFJustin Maloney 850-882-9043MWF6:30-11am

    FT9002FT9002EGLIN AFBSEABREEZE DINING FACILITY17DEAST D AVENUEEGLIN AFBFL325425648USAFJustin Maloney 850-882-9043MWF6:30-11am

    FT9002FT6423MCGHEE TYSON ANG @ DUKE FIELDMCGHEE TYSON ANG@ DUKE FIELDBLDG 3017- 506 DRONE STEGLIN AFB FIELD 3FL325426644USAFSamantha Davenport 850-797-2218MWF6:30-11am

    FT9002FT9005LIGHTENING DFASLIGHTENING DFASBLDG 13621362 LIGHTENING WAYEGLIN AFBFL32540USAFNAMWF6:30-11am

    FT9008FT9007HURLBURT FIELDS THE REEFREEF DINING FACILITYBLD 90326313 CODY AVESSGT EARL T EBBERT/MR MICKLERHURLBURT FIELDFL325445328USAFSavannah Riley 850-884-6937MWF6:30-11am

    FT9008FT9008HURLBURT OASIS FLIGHT KITCHEN16 SVS/SVMFBLD 90747255 BENNETT AVESSGT EARL T EBBERT/MR MICKLERHURLBURT FIELDFL325445328USAFEbony Wallace / SrA Marquis Delgado 850-881-5157MWF6:30-11am

    FT9008FT9009HURLBURT FIELD AFBRIPTIDE DINING FACILITY91007150 LOOP ROADSRA AMANDA STEVENSHURLBURT FIELDFL325445328USAFEbony Wallace / SrA Marquis Delgado 850-881-5157MWF6:30-11am

    FT9008FT9160MACDILL DEPLOYMENT AT HURLBURTMACDILL DEPLOYMENT AT HURLBURT90326313 CODY AVEHURLBURT FIELDFL32544USAFNAas needed

    FT9008W36N0QFT BRAGG@ EGLIN AFB1/7 SPECIAL FORCES GROUP91007150 LOOP RDEGLIN AFBFL32542USARNAas needed

    FT9011FT9011RIVERFRONT INN DFACRIVERFRONT INN DFAC MAXWELL AFBBLDG 6685 SOUTH MITCHELL STREETMONTGOMERYAL36112USAFJeanette Lassic / Joe Fields 334-416-4667 / 334-953-6450MWF6-10am

    FT9011FT9172SVS FAIRCHILD AFB22TRS/RESISTANCE TRAINING1429605 MAPLE STREETECAC (334-953-0604)MAXWELL AFBAL36112USAFNAMWF6-10am

    FT9011FT9012AVIATION INN GUNTER AFBAVIATION INN GUNTER AFBBLDG #1065640 WILLLIAMSON STREETGUNTER ANNEX AFBAL361143011USAFWillie Powers 334-416-1017MWF6-10am

    FT9011FT9253OTS DFAC MAXWELL AFBOTS DFAC MAXWELL AFBBLDG 1485501 N. LEMAY PLAZAMAXWELL AFBAL36112USAFNAMWF6-10am

    FT9019FT9020TYNDALL AFB DINING FACILITYEAGLE QUICK TURN153113 SUWANNEE RDTYNDAL AFBFL32403AFSrA Megan Timbers 216-339-3797MWF6:30-11am

    FT9019FT9019325 SVS/SVMFBERGS-LILES DINING FACILITY1690113 SUWANNEE ROADTSGT LOTTRIDGETYNDALL AFBAL324035717USAFAIC Oleksandr Mikhno 850-283-2239MWF6:30-11am

    FT9021W90L03NV AR NG @ RENO NVNV AR NG @ RENO NV19980 ARMY AVIATION DRRENONV89506USAFNAas needed

    FT9021W90HFY0164 EN GN CO A FSC ENG CP GRAFTON0164 EN BN CO A FSC ENG CP GRAFTON4417 HWY 20CAMP GRAFTONDEVILS LAKEND58301USAFNAas needed

    FT9021UY7121DLA ENERGY/372ND QM BNDLA ENERGY/372ND QM BN3171 N GAFFEY STSAN PEDROCA90731USAFNAas needed

    FT9021YDF306MICHAEL ACIERNOYDF30689100CLARKE RDHHT 2/3 ED ACRFORT HOODTX76544USAFNAas needed

    FT9021YDF024FT. HOOD, TXYDF02489100CLARKE ROADG FSC 215TH BSB 3D BCT 1CDFORT HOODTX76544USAFNAas needed

    FT9021YDF114FT. HOOD, TXYDF11489100CLARKE ROADHCS 1ST BN, 5TH SPECIAL FORCESFORT HOODTX76544USAFNAas needed

    FT9021YDF154FT HOOD, TXYDF15489100CLARKE RDHHB 1-44TH ADA III CORPSFORT HOODTX76544USAFNAas needed

    FT9021YDF046FT. HOOD, TXYDF04689100CLARKE ROADD CO 215TH F.S.B. 1ST CAVFORT HOODTX76544USAFNAas needed

    FT9021YDF136FT. HOOD, TXYDF13689100CLARKE ROADHHB 1/62 ADA BN 69TH ADA BDEFORT HOODTX76544USAFNAas needed

    FT9021YDF013FT. HOOD, TXYDF01389100CLARKE ROADHHC 215TH BSB 3D BCT 1CDFORT HOODTX76544USAFNAas needed

    FT9021YDF146FT. HOOD, TXYDF14689100CLARKE ROAD64TH MILITARY POLICE COFORT HOODTX76544USAFNADELIVER TO BACK LOADING DOCKas needed

    FT9021YDF026FT. HOOD, TXYDF02689100CLARKE ROADE FSC 1/12 BN, 3RD BCT, 1 CDFORT HOODTX76544USAFNAas needed

    FT9021YDF035CLIFFORD HARPERYDF03589100CLARKE ROADHHC 15TH BSB 1 CAV DIVFORT HOODTX76544USAFNAas needed

    FT9021YDF179FT. HOOD, TXYDF17989100CLARKE ROAD67TH FSC,2-20TH F.A.(MLRS)III CORPSFORT HOODTX76544USAFNAas needed

    FT9021YDF030FT. HOOD, TXYDF03089100CLARKE ROADF CO. 215TH FSB 1ST CAV DIVFORT HOODTX76544USAFNADELIVER TO BACK LOADING DOCKas needed

    FT9021YDF099FT. HOOD, TXYDF09989100CLARKE ROADE, FSC 1-5 CAV, 2BCT, 1CDFORT HOODTX76544USARNAas needed

    FT9021YDF031FT. HOOD, TXYDF03189100CLARKE ROADHHC, BTB, 4TH SB, III CORPSFORT HOODTX76544USAFNAas needed

    FT9021FT9021TYNDALL AFB PRIME RIBS TRNG CTRDET 1, 823 RED HORSE9480264 STRANGE POINT LOOPTYNDAL AFBFL32403850USAFSSgt. Melinda Kukuk 850-283-8902as needed

    FT9021FT6511113 SVS SVFANDREWS AFB MD3252 E PERIMETER RDANDREWS AFBMD207625011USAFNAPOC: MSGT SHERRI BARRY 240-857-3997as needed

    FT9021W45B72812TH QM CO HQHARLINGEN, TX1300 TEEGE AVENUEHARLINGENTX785504630USAFNAPOC: CW3 KIM SHINER 515-285-4692 X3068as needed

    FT9021W90L0TNEVADA NGNEVADA NG19980 ARMY AVIATION DRIVERENONV89506USAFNAas needed

    FT9021W80T6LARIZONA NGCAMP NAVAJOBLDG 761 HUGHES AVE.BELLEMONTAZ86015USAFNAas needed

    FT9021W90RG6NEVADA NGNEVADA NGBLDG 82054600 ALPHA AVE.RENONV89506USAFNAas needed

    FT9021H91294JSOC J4 FT BRAGG @ AVON PARKJSOC J4 FT BRAGG @ AVON PARK236 SOUTH BLVDAVON PARK AF RANGEFL33825USAFNAas needed

    FT9021FT6616442 SVS SVMWHITEMAN AFBBLDG 48931 ARNOLD AVEWHITEMAN AFBMO65305USAFNAPOC: TRAVIS STICKELS 660-687-4018as needed

    FT9021FT6102165 AW FSS FSV SAVANNAH GA165 AW FSS FSV SAVANNAH GA1401 ROBERT B MILLER JR RDSAVANNAHGA314089001USAFNAas needed

    FT9021FT6609403 FSS SV KEESLER AFB MS403 FSS SV KEESLER AFB MSBLDG 3101505 DHAPPIE JAMES AVERM 5428KEESLER AFBMS39534USAFNAas needed

    FT9021FT6103CRTC/SV GARDEN CITY GACRTC/SV GARDEN CITY GAATTN: SMSGT BRUCE MANNING1401 ROBERT B MILLER JR DRIVEBLDG 1404GARDEN CITYGA31408USAFNAas needed

    FT9021V55117US NMCB7 GULFPORT MSUS NMCB7 GULFPORT MSBLDG 320R O NAVAL CONSTRUCTION BATT CENTERGULFPORTMS39501USAFNAas needed

    FT9021V42043ACB2 @ FT EUSTISACB2 @ FT EUSTISBLDG 1003FE DINING FACILITY 1003FT EUSTISVA23604USAFNAas needed

    FT9021R55104ACB-1 AT CP PENDLETONACB-1 AT CP PENDLETONMARINE CORPS BASEI-5 FRWY AT LAS PULGAS RDSAN DIEGOCA92155USAFNAPOC: CS3 ENGRESSO 626-347-3466as needed

    FT9021FT9013MOODY AFB GAMOODY AFB GA23 FSS FSVF7255 ROBBINS RDBLDG 571MOODY AFBGA31699USAFNAas needed

    FT9021W800BJWV ARNG CSMS 1WV ARNG CSMS 1106 ARMY NAVY DRIVENSW OPSTOCKSRED HOUSEWV251689620USAFNAas needed

    FT9021W90KMF0141 CS BN CO D FSC RSTA0141 CS BN CO D FSC RSTA875 SW SIMPSON AVEBENDOR97701USAFNAas needed

    FT9021W65XZ2HAWTHORNE ARMY DEPO GOLDEN CARGO 12HAWTHORNE ARMY DEPO GOLDEN CARGO 121 SOUTH MAINE AVENUEHAWTHORNENV89415USAFNAas needed

    FT9021W44W9MMCALESTER ARMY AMMO GOLDEN CARGO 12MCALESTER ARMY AMMO GOLDEN CARGO 12BLDG 81C TREE RDMCALESTEROK74501USAFNAas needed

    FT9021W9174YWINNEMUCCA NV GOLDEN CARGO 2012WINNEMUCCA NV GOLDEN CARGO 2012735 WEST 4TH STATTN: DET 1, 1864TH TCWINNEMUCCANV89445USAFNAas needed

    FT9021W5ALXJ957 EN CO MULTIROLE BRDG BISMARK ND957 EN CO MULTIROLE BRDG BISMARK ND4100 EAST DIVIDE AVENUEBISMARCKND58506USAFNAas needed

    FT9021W90L0272 MP COMBAT SPT HENDERSON NV72 MP COMBAT SPT HENDERSON NV151 EAST HORIZON RIDGE PARKWAYHENDERSONNV89015USAFNAas needed

    FT9021W90EY0LAS VEGAS @ CARSON CITY NVLAS VEGAS @ CARSON CITY NV2452 FAIRVIEW DRIVECARSON CITYNV89701USAFNAas needed

    FT9021W44DQ8USAG FT SILLUSAG FT SILLBLDG 1962CURRIE BARBER RDFT SILLOK73503USAFNAas needed

    FT9021W51HQGFB4417 FT CARSON @ HURLBURT FLDFB4417 FT CARSON @ HURLBURT FLDBLDG 90710CENTRAL RECEIVING POINT (CRP)125 BENNETT AVENUEHURLBURT FIELDFL32544USAFNAas needed

    FT9021FT9002FT900296SVS SVMFBLDG 864WEST D AVEEGLIN AFBFL325425648USAFJustin Maloney 850-882-9043POC:SSG SCOTT 850-882-5014/2634MWF6:30-11am

    FT9021FT6101FT9015RAFBBLDG 768786 SEVENTH STROBINS AFBGA31098USAFNAPOC: MS SHIRLEY SEXTON 478-9266596as needed

    FT9021W81P961/2 SPECIAL FORCES GROUP HSCFT BRAGG AT HAWTHORNE NV2 SOUTH MAINHAWTHORNENV89415USAFNAPOC SGT KESSLER 814-590-7978as needed

    FT9021W81XPH1/7TH SFG (A), HSCFT BRAGG AT HAWTHORNE,NVHAWTHORNE ARMY DEPOT2 SOUTH MAIN AVENUEHAWTHORNENV89415USAFNAas needed

    FT9021FT9162FT9162820 RHS SVBLDG 101275101 MATHER AVENELLIS AFBNV891916133USAFNAas needed

    FT9021W90MH2952ND QM CO AT FT PICKETT952ND QM CO AT FT PICKETTBLDG 2188TH ST AND BAKERS ROWBLACKSTONEVA238245000USAFNAas needed

    FT9021W27L85FT PICKETT BLACKSTONE VAFT PICKETT BLACKSTONE VABLDG 1477TH AND BAKER ROWBLACKSTONEVA23824USAFNAPOC: 434-292-8264 FAY VAUGHANas needed

    FT9021W91A2KNATICK AT TYNDALL AFBDET 1, 823 RED HORSE9480264 STRANGE POINT LOOPTYNDAL AFBFL32403850USAFNAMWF6:30-11am

    FT9021W36N0QNAVAL AIR STATION FALLON NVNAVAL AIR STATION FALLON NV4755 PASTURE ROADFALLONNV89496USAFNAas needed

    FT9021W62DARGOLDEN CARGO HAWTHORNE NVGOLDEN CARGO HAWTHORNE NVTRANSPORTATION OFFICER2 SOUTH MAIN AVEHAWTHORNENV89415USAFNAas needed

    FT9021W31V1ZALARNG TRNG CTR, FT MCCLELLANALARNG TRNG CTR, FT MCCLELLAN176 ARMOR RD BLDG C 1334FT MCCLELLANAL36205USAFNAas needed

    FT9021W81H7UNV AR NG @ RENO NVNV AR NG @ RENO NV19980 ARMY AVIATION DRRENONV89506USAFNAas needed

    FT9021W16BFAFT DRUM @ FT PICKETTFT DRUM @ FT PICKETTBLDG 16678TH AND BAKERS ROVEFT PICKETTBLACKSTONEVA238245000USAFNAas needed

    FT9021W16XTZNJ NG @ CP SMITH NYNJ NG @ CP SMITH NYBLDG 504DINING FACILITYCAMP SMITH TRAINING SITE 6 & 202CORTLANDTNY10567USAFNAas needed

    FT9021W90DT2CA ARNG SAN DIEGOCA ARNG SAN DIEGO7401 MESA COLLEGE DRIVESAN DIEGOCA92111USAFNAas needed

    FT9021W59TX9HASTINGS NE ARNGHASTINGS NE ARNG6698 EAST J STREETHASTINGSNE68901USAFNAas needed

    FT9021W91D56RENO NVRENO NV19980 ARMY AVIATION DRIVERENONV89506USAFNAas needed

    FT9021W9053TFT MC COY AT MISSOURI0431 QM CO PETRL PL TIM OPFORT CUSTER AFRC2200 RANGE ROADAUGUSTAMO49012USAFNAas needed

    FT9021W12GQWUNIVERSITY OF MAINEUNIVERSITY OF MAINEARMORY MEMORIAL GYMCOLLEGE AVENUEORONOME04469USAFNAas needed

    FT9049FT9049HURLBURT FIELD (REDHORSE)HURLBURT FIELD (REDHORSE)633 INDEPENDENCE RDHURLBURT FIELDFL32544USAFNAMWF6:30-11am

    FT9300FT2823EGLIN AFB HOSPITALEGLIN HOSPITALBLDG 2805307 BOATNER ROADQUON SIMMONSEGLIN AFBFL32542USAFMr. Quan Simmons 850-883-9118MWF6:30-11am

    FT9403FT9403TYNDALL AFB YOUTH CARETYNDALL AFB CHILD DEVELOPMENT CTR.14101410 MISSISSIPPI AVE.MARTHA ROBINSONTYNDALL AFBFL32403USAFEster Brown Robinson / Marie Pippin 850-283-4788MWF6:30-11am

    FT9403FS4819TYNDALL YOUTH CENTERTYNDALL YOUTH CENTERBLD 32233223 SABRE DRIVERAY COOKTYNDALL AFBFL32403USAFEster Brown Robinson / Marie Pippin 850-283-4788MWF6:30-11am

    FT9403FT9572TYNDALL YOUTH CENTERTYNADLL YOUTH CTR. SVS/SVYY113 SUWANNEE AVESTOP 31TYNDALL AFBFL32403USAFEster Brown Robinson / Marie Pippin 850-283-4788MWF6:30-11am

    FT9409FT9409CHILD DEV CENTER EGLIN AFBCHILD DEV CENTER EGLIN AFBBLDG 3279GAFFNEY ROADDEBORAH BARRONEGLIN AFBFL32542USAFJuhmal Webb 850-882-9709MWF6:30-11am

    FT9409FT9503DEBORAH BARRONEGLIN YOUTH CENTER2582BLDG 2582EGLIN AFBFL325420000USAFJuhmal Webb 850-882-9709MWF6:30-11am

    FT9409FT9471DEBORAH BARRONEGLIN CHILD EVELOPMENT MODULART2579 FOSTER DRIVEEGLIN AFBFL32542USAFJuhmal Webb 850-882-9709MWF6:30-11am

    FT9410FT9410HURLBURT FIELD CDCHURLBURT FIELD CDC90353108 MCMILLIAN STREETHURLBURT FIELDFL325440000USAFJulieta Degracia 850-881-1272 / Sonya Felisberto 850-884-5167MWF6:30-11am

    FT9410FT955716 SVS/SVYYHURLBURT FIELD YOUTH CENTERBLDG# 90337443 CODY AVESCOTT FERSONHURLBURT FIELDFL32544USAFPamela Hite 850-884-6355MWF6:30-11am

    FT9410FT9609CHILD DEVELOPMENT CENTER EASTCDC91168133 LIELMANIS STREETHURLBURT FIELDFL32544USAFJulieta Degracia 850-881-1272DELIVER TO KITCHEN GATE LEFT SIDE FACILIMWF6:30-11am

    FT9410FT9610CHILD DEVELOPMENT CENTER WESTCDC9030626 WEAVER AVEHURLBURT FIELDFL32544USAFJoann Lewis 850-884-5166DELIVER TO KITCHEN GATE LEFT SIDE FACILIMWF6:30-11am

    FT9446FT9446CDC GUNTER AFB, ALGUNTER CDCBLDG #205205 SOUTH TUNER BLVDGUNTER AFBAL36114USAFMs. Jonnie Clark 334-416-3185MWF7-10am

    FT9561FT9561SCHOOL AGE GUNTER AFBGUNTER SCHOOL AGE PROGRAMBLDG # 854205 S. TURNER BLVD, 42 SVS/SVYY-GMR. KEN PELLETIERMAXWELL AFBAL36112USAFMs. Jaqueline James 334-416-6507MWF7-10am

    M06050M06050MARINES AVIATION TRNG, FL, ALMARINES AVIATION TRAINING SG-21BLDG 604251 EAST AVEPENSACOLAFL32508USMCSSgt. Jarvis Dixon 504-697-8877as needed

    M06050M14402BESSEMER ALE CO 4TH CEB10014TH AVE SW NMCRTBESSEMERAL35022USMCNAas needed

    M06050M14040HQ AT BNHQ AT BN1001 FOURTH AVEENUE SW NMCRCBESSEMERAL35023USMCNAas needed

    M06050M14043SPT CO (-) AT BNSPT CO (-) AT BN1001 FOURTH AVENUE SW NMCRCBESSMERAL35023USMCNAas needed

    M06050M14042E CO (-) AT BNE CO (-) AT BN1001 FOURTH AVENUE SW NMCRCBESSMERAL35023USMCNAas needed

    M06050M73010HQ 3RD FORCE CO3RD FORCE RECON CO USMC4851 MUSEUM DRMOBILEAL36608USMCNAas needed

    M06050M14624KILO BATTERY HUNTSVILLE2BN, 14TH MARINES HUNTSVILLE AL3506 S. MEMORIAL PKWYHUNTSVILLEAL35801USMCNAas needed

    M06050M14663K BTRYDET A SUPCO (-) 4TH SUPBN 4THFSSG190 POREMBA CT SUITE 108HUNTSVILLEAL20373USMCNAas needed

    M06050MI4633K BATTERY 2ND BN 14TH MARINESK BATTERY 2ND BN 14TH MARINES3506 SOUTH MEMORIAL PKWYHUNTSVILLEAL35801USMCNAas needed

    M06050M148024TH GSP PLT HQTRS SVC CO4TH GSP PLT HQTRS SVC CO4851 MUSEUM DRIVEMOBILEAL36608USMCNAas needed

    M06050M14066ECHO CO MINUS AT BNECHO CO MINUS AT BN1001 FOURTH AVENUE SW NMCRTCBESSEMERAL35020USMCNAas needed

    M06050M14054HQ SERVICE CO AT BNHQ SERVICE CO AT BN1001 FOURTH AVENUE SW NMCRTCBESSEMERAL35020USMCNAas needed

    M06050M140672ND-3RD PLT CO E AT BN2ND-3RD PLT CO E AT BN2910 ROBERTS AVENUETALLAHASSEEFL32310USMCNAas needed

    M06050M14138L COLIMA CO1650 FEDERAL DRMONTGOMERYAL36107USMCNAas needed

    N00204N00204NAS PENSACOLANAS GALLEY (601)2 TAYLOR RDPENSACOLAFL325080000USNVMike Ayson /Katherine Johnson 850-452-7051DELIVER ITEMS AT THE BACK DOCK AREAMWF6-10am

    N00204N21905NAS PENSACOLAUSNS SUMNER T-AGS-61PIER BRAVORADFORD ST.MS2 RANDLEPENSACOLAFL32508USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204N21904NAS PENSACOLA GALLEYUSNS PATHFINDERPIER BRAVORADFORD BLVDMS2 RANDLEPENSACOLAFL32508USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204N63082PROVISIONS MGRCorry Station NTTCBuilding 1080Rear EntranceNTTC CORRY STATIONPensacolaFL325110000USNVNAMWF6-10am

    N00204R21405PENSACOLA, NASP 601 GALLEYUSS CHAMPION (MCM-4)PIER CPIER CFOOD SERVICE OFFICERPENSACOLAFL32508USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204N23192USNS SACAWAGEAUSNS SACAWAGEA (T-AKE2)NAS PENSACOLAPIER AREAPENSACOLAFL32508USNVNAas needed

    N00204N46207NAVAL SCHOOL EXPLOSIVE ORDINANCENAVAL SCHOOL EXPLOSIVE ORDINANCE8840 (RANGE 51)304 N. MCCARTHY AVESUITE 117EGLIN AFBFL325425649USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204V21881SUPPLY OFFICERUSS ROBIN (MHC-54)PIER "C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V22997FOOD SERVICE OFFICERUSS MUSTIN (DDG8)PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204R22997FOOD SERVICE OFFICERUSS MUSTIN (DDG89)FPO AP 96672-1304PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21314SUPPLY OFFICERUSS AVENGER (MCM-1)FPO AA 34090-1921PIER CNAS PENSACOLAPENSACOLAFL320508USNVNAas needed

    N00204V21687FOOD SERVICE OFFICERUSS MITSCHER (DDG-57)FPO AE 09578-1275PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21923SUPPLY OFFICERUSS CARNEY (DDG 64)FPO AA 34090-1282PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V20614SUPPLY OFFICERUSS NICHOLSON (DD982)FPO AE 09579-1220DELV TO USS ARCTIC (AOE-8)PIER"C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21833SUPPLY OFFICERUSS GONZALEZ (DDG-66)FPO AE 09570-1284DELIVER TO USS ARCTIC( AOE-8)PIER'C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21685SUPPLY OFFICERUSS STOUT (DDG-55)FPO AE- 09587-1237DELV TO USS ARCTIC(AOE-8)PIER'C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21390SUPPLY OFFICERUSS KAUFFMAN FFG-59FPO AE-09576-1513PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21961SUPPLY OFFICERUSS KINGFISHER MHC-56FPO AA 34091-1956PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V23027SUPPLY OFFICERUSS IWO JIMA (LHD-7)FPO AE 09574-1664PIER CNAVAL AIR STATIONPENSACOLAFL325080000USNVNAas needed

    N00204V22180SUPPLY OFFICERUSS SHRIKE (MHC-62)FPO AA 34093-1961"PIER C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21344SUPPLY OFFICERUSS GATES CG-51FPO AE-09570-1171NAS PENSACOLAMOORED PIER CHARLIENAS PENSACOLAFL325080000USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204V21225SUPPLY OFFICERUSS YORKTOWN CG-48FPO AA 34093-1159PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V03365FOOD SERVICE OFFICERUSS ENTERPRISE (CVN65)FPO AE 09543-2810DELIVER TO USS ARCTIC AOE-8PIER "C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21199SUPPLY OFFICERUSS NICHOLAS FFG-47FPO AE 09579-1501DELIVER TO USS ARCTIC (AOE-8)PIER "C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21624SUPPLY OFFICERUSS GETTYSBURG (CG-64)FPO AA 34091-1184DELV TO USS ARCTIC(AOE-8) FFTPIER "C" FFT DURING RASNAS PENSACOLAFL325080000USNVNAas needed

    N00204V21907SUPPLY OFFICERUSS ARCTIC (AOE-8)FPO AE- 09564DELIVER PIER "C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V23153SUPPLY OFFICERUSS BAINBRIDGE (DDG - 96)FPO AE 09578-2411PIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204N21051NAS PENSACOLA, FLUSNS MOHAWK (T-ATF 170)FPO AE 09578-4033PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204N63093RECEIVING MANAGERNAS Pensacola Main GalleyBldg 39002 Taylor RoadNAS PENSACOLAPensacolaFL325080000USNVMike Ayson /Katherine Johnson 850-452-7051MWF6-10am

    N00204V21422SUPPLY OFFICERUSS GUNSTON HALL (LSD-44)FPO AE 09573-1732PIER "C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V07200SUPPLY OFFICERUSS TRENTON (LPD14)FPO AE 09588-1716PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V07195SUPPLY OFFICERUSS SHREVEPORT (LPD-12)FPO AE 09587-1714PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21948SUPPLY OFFICERUSS MCFAUL (DDG-74)FPO AE 09578-1293PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21388SUPPLY OFFICERUSS LEYTE GULF(CG-55)FPO AE 09570-1175PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21560SUPPLY OFFICERUSS WASP (LHD-1)FPO AE 09556-1660WYNNEHAVEN BEACHOFF HIGHWAY 98OKALOOSAFL325080000USNVNAas needed

    N00204V20834SUPPLY OFFICERUSS OBANNON ( DD-987)PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21441SUPPLY OFFICERUSS GRAPPLE (ARS-53)FPO AE 09570-3223PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21057SUPPLY OFFICERUSS JOHN L HALL(FFG-32)FPO AA 34091-1488PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21859SUPPLY OFFICERUSS CONNECTICUT (SSN22)FPO AE 09566-2302PIERCNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204N39574NAVSCIATTSNAVSCIATTSBLDG 2606LOWER GAINESVILLE RDSTENNIS SPACE CENTERMS39529USNVNAas needed

    N00204V21218SUPPLY OFFICERUSS WHIDBEY ISLANDPIER CNAS PENSACOLAPENSACOLAFL320508USNVNAas needed

    N00204V21562SUPPLY OFFICERUSS TORTUGA (LSD-46)PIER CNAS PENSACOLAPENSACOLAFL320508USNVNAas needed

    N00204V21879SUPPLY OFFICERUSS BATAAN (LSD - 5)PIER CNAS PENSACOLAPENSACOLAFL320508USNVNAas needed

    N00204N62604SUPPLY OFFICERGULFPORT MISSISSIPPICOLMER GALLEYNCBL GULFPORT MISSISSIPPIGULFPORTMS39501USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204V21853SUPPLY OFFICERUSS TRUMANPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V21454SUPPLY OFFICERUSS GLADIATORPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V21455SUPPLY OFFICERUSS SCOUTPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V21403SUPPLY OFFICERUSS DEFENDERPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V22151SUPPLY OFFICERUSS FALCON (MHC 59)PIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V21054SUPPLY OFFICERUSS STEPHEN W. GROVESPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V23149PCU FORREST SHERMAN DDG 98PCU FORREST SHERMAN DDG 98PIER C NAS PENSACOLAPENSACOLAAL32508USNVNAas needed

    N00204V23147SUPPLY OFFICERUSS NITZE (DDG 94)FPO AE 09579-1200ALABAMA STATE DOCKS (PIER ECHO)250 N WATER STREETMOBILEAL36602USNVNAas needed

    N00204V21038USS FLORIDAUSS FLORIDAFPO AP 96698-2099PC NAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204N21621NAS PENSACOLAUSNS BIG HORNATLANTIC MARINE ALABAMA LLCMAIN GATE DUNLAP DRMOBILEAL36652USNVNAas needed

    N00204N21637NAS PENSACOLAUSNS COMFORTPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204N23944SUPPLY OFFICERUSNS SWIFT HSV-2PIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204N29784USNS SPEARHEADUSNS SPEARHEADPIER C FFT DURING RASPENSACOLAFL32508USNVNAas needed

    N00204N20113USNS FLINTUSNS FLINTFPO-AP 9665-4022PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204N29786USNS MILLINOCKETUSNS MILLINOCKET211 SCOTT AVEPENSACOLAFL32508USNVNAas needed

    N00204N29787NAS PENSACOLAPIER AREA2 TAYLOR RDPENSACOLAFL325080000USNVMike Ayson /Katherine Johnson 850-452-7051DELIVER ITEMS AT THE BACK DOCK AREAas needed

    N00204N21839USNS SUPPLY (T-A0E6)ALMIRANTE MONTTBAE SYSTEMSMAIN GATE 600 DUNLAP DRIVEPINTO ISLANDMOBILEAL36652USNVNAas needed

    N00204Z11705USCGC JAMESUSCGC JAMES39003900 EAST STREETPENSACOLAFL32508USCGNAFOOD SERVICE OFFICERas needed

    N00204N29789USNS BRUNSWICKNAS PENSACOLA1211 SOUTH AVENUE303 CHARLIER PIERPENSACOLAFL32508USNVNAas needed

    N00204V03367FOOD SERVICE OFFICERUSS JOHN F. KENNEDY (CV 67)FPO AA 34095-2800PIER "C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V21807SUPPLY OFFICERUSS TOLEDO (SSN 769)FPO AE 09588-2425PIER "C"NAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V57016FOOD SERVICE OFFICERSSK BAP ANGAMOSNH-5WCOMSUBLANT N4147958 BLANDY RD.NORFOLKVA235510000USNVNAas needed

    N00204V21368SUPPLY OFFICERUSS MIAMI (SSN 755)FPO AE 09578-2411PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V20782SUPPLY OFFICERUSS MEMPHIS (SSN 691)FPO AE 09578-2371PIER CNAS PENSACOLAPENSACOLAFL325080000USNVNAas needed

    N00204V20725USS NASSAUUSS NASSAU (LHA 4)PIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V23013SUPPLY OFFICERUSS VIRGINIAPIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V21352USS SAMUEL B. ROBERTS FFG 58USS SAMUEL B. ROBERTS FFG 58MOBILE CRUISE TERMINALMOBILEAL36610USNVNAas needed

    N00204N23168SUPPLY OFFICERNEW ORLEANS LPD 18NEW ORLEANS LPD 18PIER CNAS PENSACOLAPENSACOLAFL32508USNVNAas needed

    N00204V20127USS INDEPENDENCEUSS INDEPENDENCEPIER MOBILEMOBILEAL32508USNVNAas needed

    N00204V21234USS HAWESUSS HAWESPIER MOBILEMOBILEAL35217USNVNAas needed

    N00204R20127USS INDEPENDENCE (LSC-2)NAS PENSACOLA1211 SOUTH AVENUE303 CHARLIE PIERPENSACOLAFL32508USNVNAas needed

    N00204N23171USS MAKIN ISLANDUSS MAKIN ISLAND39003900 EAST STREETPENSACOLAFL32508USNVNAas needed

    N002041333AVNOAA SHIP RONALD H. BROWNNOAA SHIP RONALD H. BROWNBUILDING 38211 SOUTH AVENAS PENSACOLAPENSACOLAFL32508USOTNAas needed

    N00204V21954USS ROOSEVELTUSS ROOSEVELTS STATE DOCKS RDMOBILEAL36602USNVNAas needed

    N00204N29788USNS TRENTON AT PENSACOLAUSNS TRENTON AT PENSACOLAPENSACOLA NAVAL STATION PIER AREA1211 SOUTH AVEPENSACOLAFL32508USNVNAas needed

    N00204R20137NAS PENSACOLAPCU MONTGOMERY LCS-82 TAYLOR RDPENSACOLAFL32508000USNVMike Ayson /Katherine Johnson 850-452-7051as needed

    N00204N29790USNS CARSONUSNS CARSON CITY (T EPF-7)2 TAYLOR RDPENSACOLAFL32508000USNVNAas needed

    N00244N79820ALMIRANTE MONTTALMIRANTE MONTTATTN VSE - CHILE TRANSFERATLANTIC MARINE ALABAMAMAIN GATE DUNLAP DRIVEMOBILEAL99999USNVNAas needed

    N00244N29790USNS CARSONUSNS CARSON CITYVESSEL COMPLETION YARDMAIN GATE DUNLAP DRMOBILEAL99999USNVNAas needed

    N00244N10546USNS HOWARD LORENZENUSNS HOWARD LORENZENSIGNAL INTERNATIONAL SHIPYARD601 SOUTH ROYAL STREETMOBILEAL36603USNVNAas needed

    N00244N29785USNS CHOCTAW COUNTYUSNS CHOCTAW COUNTY100 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244N20131PCU CORONADO LCS 4 UICPCU CORONADO LCS 4 UICAUSTAL SHIP YARD100 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244Z17004USCGC SAGINAWUSCGC SAGINAW1500 15TH STREETMOBILEAL36615USCGNAFOOD SERVICE OFFICERas needed

    N00244N29002USNS MEDGAR EVERS T AKE 13USNS MEDGAR EVERS T AKE 13660 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244N21839USNS SUPPLY (T-A0E6)ALMIRANTE MONTTBAE SYSTEMSMAIN GATE 600 DUNLAP DRIVEPINTO ISLANDMOBILEAL36652USNVNAas needed

    N00244N29789USNS NEW BRUNSWICKUSNS NEW BRUNSWICK350 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244N55686PCU LAWRENCE IN MOBILEPCU LAWRENCE IN MOBILEPIER 2900 ASD BLVDMOBILEAL36602USNVNAas needed

    N00244V21954USS ROOSEVELTUSS ROOSEVELTS STATE DOCKS RDMOBILEAL36602USNVNAas needed

    N00244N29784USNS SPEARHEADUSNS SPEARHEADLLC MAIN GATE DUNLAP DRMOBILEAL36652USNVNAas needed

    N00244N29786USNS MILLINOCKETUSNS MILLINOCKETAUSTAL SHIP YARD1 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244V23164USS GRAVELYUSS GRAVELYBERTH 7S. STATE DOCKS RDMOBILEAL36602USNVNAas needed

    N00244N29787USNS FALL RIVERUSNS FALL RIVER350 DUNLAP DRMOBILEAL36602USNVNAas needed

    N00244N29788USNS TRENTON JHSV-5USNS TRENTON JHSV-5200 ADSCO RDMOBILEAL36602USNVNAas needed

    N00244N20135PCU JACKSON @ MOBILEPCU JACKSON @ MOBILEVESSELL COMPLETION YARD1 DUNLAP DRMOBILEAL36652USNVNAas needed

    N00244V21400USS FORT MCHENRY @ MOBILEUSS FORT MCHENRY @MOBILE1 DUNLAP DRMOBILEAL36601USNVNAas needed

    N00244R20137PCU MONTGOMERY LCS-8ALMIRANTE MONTTVESSEL COMPLETION YARDMAIN GATE DUNLAP DRIVEMOBILEAL99999USNVNAas needed

    N03774N03774NAVAL AIR STATION PRISON CAMPNAVAL AIR STATION PRISON CAMPBLDG 3374NAVAL AIR STATION PRISON CAMPPENSACOLAFL32508USNVCharles Chastain / Lisa Overly 850-452-9944W6-10am

    N61009N61009RANGE 51RANGE 51 @ EGLIN88408840 RANGE ROADNICEVILLEFL32578USNVMr. Leonides Rodriguez 850-882-6015as needed

    N61331V21412MOBILE, ALUSS WASHINGTON CVN 73PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21658MOBILE, ALUSS ANZIO CG 68PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V22992MOBILE, ALUSS BUCKELEY DDG 84PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21388MOBILE, ALUSS LEYTE GULF CG 55PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21450MOBILE, ALUSS MONTEREYPIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V20725MOBILE, ALUSS NASSAU LHA 4PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V07207MOBILE, ALUSS SAN ANTONIO LPD-17PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21487MOBILE, ALUSS ARLEIGH BURKE DDG51PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21941MOBILE, ALUSS COLE DDG 67PIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21949MOBILE, ALUSS DONALD COOKPIER TO BE DETERMINEDMOBILEAL36603USNVNAas needed

    N61331V21236MOBILE, ALUSS ELRODPIER TO BE DETERMINEDMOBILEA