Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
DOCUMENT

X -- USCGC BERTHOLF (WMSL-750) COMMISSIONING CEREMONY - Enclosure 1 & 2

Notice Date
6/23/2008
 
Notice Type
Enclosure 1 & 2
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-08-R-600A25
 
Archive Date
7/24/2008
 
Point of Contact
Jay S McReynolds,, Phone: 510-637-5975, ANTONIO H. PARIGA,, Phone: 510-637-5980
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, antonio.h.pariga@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation; for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number HSCG85-08-R-600A25 and is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20D5-26. The applicable North American Industrial Classification System Code is 561920. This procurement is a total small business set-aside. Statement of Work – Commissioning Set-up and Support for Commissioning of the USCGC BERTHOLF in Alameda, CA. The required support items are broken down into three (3) groups as follows: GROUP I: Pier Set-up/Layout, GROUP II: Rental Vehicles, GROUP III: Charter Bus Requirements. Total Evaluated Price:$_______________ Performance will commence on or about 29 July 2008 and complete no later than 05 August 2008. Place of Performance: Per enclosure (1); the pier area of Coast Guard Island in Alameda, CA. Description of Requirement: All work will be accomplished in accordance with the following Statement of Work. SCOPE The intent of this project is for the Contractor to provide set-up and strike down for the Commissioning Ceremony of USCGC BERTHOLF (WMSL-750) around the pier area of Coast Guard Island, Alameda, CA. Government Furnished Property: None REFERENCES: Enclosure (1) Pier Arrangement Enclosure (2) SIGN MASTER LIST FOR USCGC BERTHOLF (WMSL 750) STATEMENT OF WORK GROUP I: Pier Set-up/Layout Note: Contractor to provide one senior on-site representative for each of the following subsections of this GROUP: tents, chairs and Public Address System. The senior on-site representative will be present each day, Tuesday, 29 July 2008 – Monday, 04 August 2008 to coordinate between the Contractor and Mr. Dave Kellett or Mr. Gale Shaw, via the Contracting Officer to arrange a pier set-up/walk-through. This representative must understand that the Set-up Coordinator will only discuss items within the scope of the contract. Any item the Contractor considers to exceed the scope of the contract must be reported to the Contract Officer for contract modification PRIOR to execution. Contractor will provide with proposal, a certified copy of current, valid, and active State of California Contractor’s License, for the applicable specialty. In addition, no employee or representative of the Contractor will be admitted to the work site unless satisfactory proof of United States citizenship is furnished. If the employee is an alien, provide proof of present in the United States is legal to the Contracting Officer five (5) days after award. a. Folding Chairs: Lay-out instructions for 3,584 folding chairs on the pier is provided in enclosure (1), but is subject to change depending upon RSVP’s and attendance estimates. The “Overflow (500)” chairs and up to 50 more chairs in the section listed as “750-800” will be held in reserve for surge seating. The Contractor must have a cadre of three (3) personnel available on Commissioning Day to assist with set up of additional chairs or removal of extras. Standard folding chars of all one color are preferred. In addition, 25 of highest quality stacking chairs without arms for VIP seating will be required for the Dais. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: The 25 stacking chairs are required by 0800, 30 July 2008. Surge seating is deployed at the direction of USCG Head Usher on Commissioning Day. b. Tents: Provide one (1) 20’ x 20’ tent (canopy-type), with removable sidewalls, one (1) 10’ x 10’ tent (canopy-type), with removable sidewalls to be used as a medical/first aid tent, and one (1) 20’ x 80’ tent (canopy-type), without sidewalls. Tents will be located per the pier/chair lay-out design provided per enclosure (1). They are subject to change and all tents should be capable of surviving high winds and/or extreme weather. Tents must be anchored with concrete weights or water filled sturdy containers. No anchoring devices may be imbedded in the pier. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1200, 03 August 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 c. Decorations: Red, White & Blue Nylon bunting (with eyelets) is required for the Ship, Press Stand, Brows, and adjacent areas to be assigned. Approximately 2000 linear feet of 1/4” line and ten (10) rosettes will be required. The Contractor must procure and install the bunting with the provision that the Ship will remove and retain the bunting. Bunting must be 36” tall with each color 12” tall. The color pattern must have blue at the top then white then red. The top and bottom must have at least a 1” white seam with the appropriate eyelets installed in the seam. 1. Set up to commence at 0800, 31 July 2008 (Contractor must avoid interfering with the rehearsal schedule) 2. Set up must be complete by 1600, 01 August 2008 Note: To ensure the right size bunting, fabric and correct color pattern is procured, it is highly recommended that Contractor use: Florida Flag & Pennant, 9342 North 56th Street, Temple Terrace, FL 33617, Phone: 1-800-330-8819. d. Restrooms: Ten (10) Unisex Portable Toilets to include two (2) toilets dedicated to handicapped access. The entire toilet unit shall be clean and free of graffiti or other markings; unit shall appear pristine and contain no commercial markings. Toilets will include ample supply of toilet paper and seat protection. Units will have been emptied and properly prepared for use when delivered. All latching mechanisms shall be operational and the units will be of a one-piece molded fiberglass or plastic-type material. Portable toilet locations will be provided at delivery. No service should be required after set-up. 1. Set up to commence at 1200, 01 August 2008 2. Set up must be complete by 1800, 01 August 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 04 August 2008 e. Press Stand: Provide Press Stand to accommodate at least 15 photographers with their equipment. The use of a flat bed truck is recommended (jacked, blocked, boarded, removable rails, carpet and steps). The flat bed truck should be similar in size to what is listed below for a sectional stage. If a flat bed truck is not available; a sectional type stage which is adjustable in height will be required. The size of this type Press Stand should be 12’W x 24’L x 3’H at a minimum. Sectional stand requires similar added features as the flat bed truck (blocked, boarded, removable rails, carpet and steps). Two (2) Mault boxes are required for Press Stand. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: Power may not be available at the press stand and the Contractor must provide a silent generator (see subsection p for details). f. Folding Tables: Ten (10) 3’ x 8’ folding tables are required with white skirts and covers. Location for set up of tables to be provided at delivery. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 01 August 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: To prevent soiling, Contractor is required to assemble table covers and skirts No-Earlier-Than 1200, 03 August 2008. g. Trash Cans/Clean-up: Provide eight (8) Trash Cans and two (2) clearly marked Bottle/Can Recycling receptacles (trash cans and recycling receptacles should be empty 50 gallon drums or equivalent that will not blow over) with fresh white paint. Trash bags should be installed with five (5) spares per can. Upon completion of the Commissioning Ceremony, the Contractor will collect all waste material and/or rubbish resulting from the ceremony and dispose of off station. Location for set up of Trash Cans and Recycling receptacles to be provided at delivery. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 01 August 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: Clean-up is intended to restore the pier area to Pre-commissioning condition. h. Stanchions and Line: Provide 63 white self-standing stanchions. Stanchions should be 3’ tall and be made of 4” x 4” wood or PVC material. For 25 stanchions, a 1” hole should be drilled through the stanchion to pass line. This hole should be approximately 2” from the top. Provide 1,000’ of 3/8” white nylon line. For 38 stanchions two (2) 1” holes should be drilled through to pass line. The first hole should be 2” from the top and the second hole should be 12” from the top. Location for set up to be provided at delivery. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 01 August 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 i. Signs: Provide 38 hard cardboard waterproof signs per the SIGN MASTER LIST, enclosure (2). Signs will be 1’ x 2’ and will have holes to match the 38 stanchions listed above in subsection h. 1. Delivery by 0800, 30 July 2008 2. Strike down may commence at 1400, 04 August 2008 3. Strike down must be completed by 1800, 05 August 2008 j. Portable Public Address System (Mega phones with batteries): Provide two (2) Portable Public Address Systems (Mega phones with batteries) available for rehearsal and during Commissioning Ceremony. These systems must be capable of addressing 200 crewmembers standing on the pier about 418’ away and aboard ship. Two (2) microphone types are preferred. Delivery will be to the Coast Guard Event Coordinator. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 k. Public Address System: Provide seven (7) Wireless Lavaliere Microphones, preferred due to sound quality. Distribution will be as follows: Three (3) microphones will be provided to the ship (Ship’s OOD, Petty Officer of the Watch and Quartermaster). One (1) each will be at the following three locations per enclosure (1): Speaker’s Podium, XO’s Podium and the Band Location. One (1) microphone will be included as a spare. Provide six (6) Speaker Towers distributed on the pier and ship as required to provide undistorted (no echoes, sound delay, or feedback) sound amplification for an outdoor audience of 4,000 people sitting and standing in an approximate area of 18,000 square feet per enclosure (1). Provide a qualified Public Address System technician for the period from set up through strike down. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: Contractor should be aware that sitting is not concert-style, but will be open. Also note; venue is on a pier where the audience is separated in five different sections by water and rocks. Rehearsal is scheduled from 0800 – 1200 on both Thursday, 31 July 2008 and Friday, 01 August 2008 and for the Commissioning Ceremony 0800 - 1400 Monday, 04 August 20008. During the week period commencing 29 July 2008, technicians when not actually on-site shall be available (within two (2) hours). PA system should remain rigged with rain/dew protection for use on 04 August 2008 for the Commissioning Ceremony from 0700 until 1600. Because of crowd control and pedestrian traffic as well as personnel safety, all cable runs shall be symmetrical and as unobtrusive as possible. l. Speaker Podium’s: Provide two (2) executive, closed front wooden podiums on the Dias per enclosure (1). Podiums should be identical and of excellent quality with a shelf to place speaker notebooks. Tops should be constructed in a manner that will protect speaker’s notes from wind/weather. Contractor must provide rain/dew cover protection for podiums when not in use. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 m. Ambulance: Provide an emergency medical team and fully stocked ambulance in the vicinity of the First Aid station per enclosure (1). A back-up ambulance is requested in the event the on scene ambulance is dispatched and will be pre-staged at the Medical Clinic until necessary. 1. Set up to commence at 0800, 04 August 2008 2. Strike down must be complete by 1600, 04 August 2008 n. Golf Carts: Provide six (6) fully charged electric golf carts as follows: Four (4) with the backseat capable of folding down and two (2) must have the capacity to transport five (5) passengers each. Provide chargers as necessary to ensure carts fully charged for Commissioning Ceremony. Provide covers for rain and weather when not in use. Location to be provided at delivery. 1. Usage by Coast Guard as well as Contractors personnel to commence at 0800, 29 July 2008 2. Strike down must be complete by 1600, 04 August 2008 Note: Golf Carts are for use in setting up the Commissioning site and for transportation of elderly/handicapped guests on commissioning day. o. Wheel Chairs: Provide two (2) Wheel Chairs for use by Coast Guard Personnel (Ushers). 1. Usage by Coast Guard personnel to commence at 0700, 04 August 2008 2. Strike down must be complete by 1600, 04 August 2008 p. Generator: Provide one (1) self-standing “silent” generator capable of providing power to the Press Stand and the Public Address System. Provide a qualified generator technician. The generator noise should be no more than 69 db at seven (7) meters at full load. Location will be provided at delivery. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 q. Dais: Provide one (1) 16’ x 32’ dais on pier to accommodate 25 platform participants per enclosure (1) and two (2) Speaker Podiums. The use of a sectional type stage capable of obtaining a minimum of 3’ off the ground is recommended. The Dais is required to have white skirts all around the bottom, steps, carpet and should be blocked. Rails should be on the back (facing the ship) and sides. A suitable covering (canopy-type), without sidewalls, must be installed to shield platform guests from the effects of weather. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 r. Bottled Water: Provide 100 cases (24 count) Bottles of water, 12 ounces, for distribution from arrival of guests before ceremony through time of strike down. 1. Delivery by 0700 04 August 2008 Note: Undistributed bottled water will remain Coast Guard Property. s. Outdoor Video Screen: Provide one (1) large video display easily visible in bright daylight. Outdoor Video Screen should be portable and self contained for power requirements. System should include an experienced operator and two (2) live camera feeds. Contractor to provide two (2) cameras and two (2) camera operators for Rehearsal and Commissioning Ceremony. Location to be provided at delivery. 1. Set up to commence at 0800, 29 July 2008 2. Set up must be complete by 1800, 30 July 2008 3. Strike down may commence at 1400, 04 August 2008 4. Strike down must be complete by 1800, 05 August 2008 Note: Check with http://www.meetingtomorrow.com/product/jumbotron-mobile-led-screen-rental or http://www.videoroadshow.tv/about-us.html for examples. 2. GROUP II: Rental Vehicles: a. VIP Sedans: Provide four (4) VIP Sedans and two (2) Minivans for transportation of distinguished guests. Two (2) of the VIP Sedans should be FORD Taurus’ or equivalent and the other two (2) of the VIP Sedans are required to be LINCOLN Towncars or equivalent-sized. All vehicles are required to be a single color (White is desired). Location to be provided at delivery. 1. All Sedans are required by 0900, 01 August 2008 2. All Sedans will be returned by 1200, 05 August 2008 Note: Coast Guard Personnel will provide drivers for all Rental Vehicles. The Transportation Coordinator and point of contact for all matters pertaining to the Rental Vehicles is Mr. Gale Shaw at (228) 366-1779. 3. GROUP III: Charter Bus Requirements a. Shuttle Buses: Provide 20 shuttle buses (minimum 40 passenger types) to shuttle guests from the Oakland Coliseum parking lot to the commissioning site and return. Contractor to provide all Shuttle Bus drivers. 1. Shuttle Buses are required by 0700, 04 August 2008. 2.Shuttle Buses will be returned by 1600, 04 August 2008 or sooner if released by Ship’s Transportation Officer. Note: A senior bus company representative is required to attend a Transportation Briefing at 1300, 01 August 2008 at the Command Post and have with him/her the senior driver. Following the Transportation Briefing, the Set-up Coordinator will show the Contractor exactly where the Shuttle Busses are to report for duty and the routes they should travel. The following FAR provisions and clauses apply to this request for proposal and are incorporated by reference: 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. 52.212-1, Instructions to Offerors- Commercial Items (Jun 2008) 52.212-2, Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. Proposals must contain the Contractor’s Tax Information Number (TIN) and DUNS Number. The following factors shall be used to evaluate offers: Price Past Performance 1. Price: The total price will be evaluated price. Bottom line price with a detail quote. 2. Past Performance: In accordance with FAR and the following the Offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone number and point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 3. The Government will award a contract resulting from this synopsis/solicitation to the responsible Offeror whose offer conforms to the solicitation and will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. 4. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible Offeror whose offer conforms to the solicitation. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications – Commercial Items (JUN 2008). ALT I (APR 2002) An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (FEB 2006) Addendums: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate l (OCT 1995) (41 U.S.C. 253g and 10 U.S.C.2402) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)) 52.219-28, Post Award Small Business Program Representation (JUN 2007) (15 U.S.C. 632 (a) (2)) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 206) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S. 4212) 52.222-41, Service Contract Act of 1965 52.222-50, Combating Trafficking in Persons (AUG 2007) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) HSAR 3052.209-70, PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protestor essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman: Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor’s concerns are unresolved, an independent review is available by the Ombudsman. The protestor may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (CG-913), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone: (209) 372-3692 or Fax: (202) 475-3904. Proposals must be received by close of business Wednesday, 09 July 2008. Proposals received after the date and time specified will not be considered. Offerors may email their proposals to jay.s.mcreynolds@uscg.mil. Contractors may contact either contact below for further details of this Solicitation. Jay McReynolds, Contract Specialist, (510) 637-5975, email jay.s.mcreynolds@uscg.mil or CWO Tony Pariga, Purchasing Agent Supervisor, (510) 637-5980, email antonio.h.pariga@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f0911bf805e33b29a68a3a1025e1226&tab=core&_cview=1)
 
Document(s)
Enclosure 1 & 2
 
File Name: (enclosure 1 and 2.doc)
Link: https://www.fbo.gov//utils/view?id=7eb3e200bc13d0948695c4ce515ed343
Bytes: 294.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Coast Guard Island, Alameda, California, United States
 
Record
SN01598649-W 20080625/080623215020-2f0911bf805e33b29a68a3a1025e1226 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.