Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

99 -- Recovery - Other Computer Related/Scientific and Technical Consulting Services

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-EB-2009-134-RCO-1
 
Archive Date
8/19/2009
 
Point of Contact
Rosie C Owens, Phone: (301) 435-0365, Joanna M. Magginas, Phone: (301) 435-0360
 
E-Mail Address
rowens@mail.nih.gov, Magginaj@nhlbi.nih.gov
(rowens@mail.nih.gov, Magginaj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
• The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Institute of Biomedical Imaging and Bioengineering (NIBIB) proposes to procure services to design, develop and launch an internet based network for patient-controlled medical image sharing built upon the Integrating of Healthcare Enterprise (IHE) and Cross Document Sharing profile (XDS), a medical imaging web-based information resources in accordance with the procedures for acquiring commercial items authorized in FAR Part 12. •This is a combined synopsis/solicitation for Commercial Items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, and NHLBI does not intend to issue a separate written solicitation. It is imperative to note that Contractors must comply with all applicable provisions and clauses provided under the American Recovery & Reinvestment Act of 2009 (ARRA or Recovery Act), PL 111-005, dated February 17, 2009, in order to be eligible to receive awards funded in whole or in part by the Recovery Act. As stated at the end of this Solicitation notice The solicitation includes all applicable provisions and clauses in effect through FAC 2005-035 (July 15, 2009). The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The Standard Industrial Classification Code is 541512 and 541690 and the business size standard is $ 25.0 and $ 7.0. However, this requirement is not set-aside for small businesses. In complying with the ARRA guidelines a Sources Sought notice for ten days was posting in the FBO; no acceptable small businesses were revealed. BACKGROUND The National Institutes of Health (NIH) National Institute of Biomedical Imaging and Bioengineering (NIBIB) was created by Congress on December 29, 2000, through Public Law 106-58. The mission of the NIBIB is to improve health by promoting fundamental discoveries, design and development, and translation and assessment of technological capabilities in biomedical imaging and bioengineering, enabled by relevant areas of information science, physics, chemistry, mathematics, materials science, and computer sciences. The Institute coordinates with biomedical imaging and bioengineering programs of other agencies and NIH institutes to support imaging and engineering research with potential medical applications and facilitates the transfer of such technologies to medical applications. Interdisciplinary and team science approaches to research have been shown to speed the transformation of basic research results to clinical application for improvement of the public health. SCOPE OF THE WORK The Contractor will design, develop, and launch the internet based network for patient-controlled medical image sharing in this pilot project. The Contractor will develop and implement an efficient project management process that ensures a high-quality technical performance. The Contractor shall provide all technical documents of the design and source code of the internet based network for image sharing to the Government. The Contractor shall provide progress reports on a timely basis as scheduled. TECHNICAL REQUIREMENTS This pilot project shall establish several regional image-sharing networks where care sites would be linked through shared access to a patient-centered, Web-based personal health record system. Each regional network will maintain knowledge of the exams made available by each participating radiology center (hospitals, imaging centers, etc.). This pilot project shall refine the distribution and access model of IHE to ensure that the display and possible import of imaging exams into foreign systems is an intuitive easy process. Sharing image data, along with electronic health records (EHRs), through a network for image exchange will lead to better informed medical decisions, better analysis of medical outcomes, reductions in unnecessary expenses, and improvements in the quality and safety of patient care, as well as biomedical research. The value of patient care will greatly enhance when systems at different locations are capable of managing, exchanging, and displaying medical information in its many forms, including images. At least five regional networks shall be enlisted to participate in the patient data sharing project. For research image sharing, eight additional institutions shall be identified. These institutions shall have significant experience with image exchange, and shall be currently exchanging research images for several research projects (each with its own image exchange mechanism). The work shall be done using IHE global patient registry for a patient controlled image sharing. The contractor shall develop an internet based network for image exchange built upon Integrating Healthcare Enterprise (IHE) and Cross Document Sharing profile (XDS). The Contractor Shall: 1. The Contractor must demonstrate the ability to include extremely broad expertise in project development and review. This is defined as including a large number of professional societies of technical professions such as imagers, physical scientists, engineers and informatics specialists and a large number of industries that provide multiple imaging modalities, engineering firms, and academic institutions. The short time frame allowed for this pilot project mandates the ability to include all professional segments of imaging-related sciences in order to quickly build consensus at each step of the development process. 2. The Contractor must perform the required work using IHE global patient registry for a patient controlled image sharing. The Contractor must perform the required project as stated in the statement of work, SOW, an internet based network for image exchange built upon the Integrating the Healthcare Enterprise (IHE) Cross Document Sharing profile (XDS). Offerors must demonstrate that they have done preliminary work using 1) Patient Identifier Cross-reference (PIX) and Patient Demographics Query (PDQ); 2) IHE Cross Document Sharing profile (XDS); 3) MIRC software; and 4) IHE teaching file and Teaching File and Clinical Trial Export (TCE), to test the technical feasibility to connect patient records and access images that have been acquired in multiple healthcare institutes and with multiple vendor systems. Performance-Period Requirements. a.Period of Performance/Basis. The period of performance is for Twenty-four months or two calendar years from date of award; with no option years.. Reporting Requirements and Deliverables b.Reporting Requirements and Deliverables. In fulfillment of this effort, the Contractor shall provide the following deliverables: 1)Annual mid-point report; annual report, as detailed in the SOW, and a project final report. All deliverables shall be submitted by electronic mail to the Project Officer and Contracting Officer, unless otherwise agreed upon. 2)In each case, the subject line of the email should refer to the “Internet-Based Network for Patient-Controlled Medical Image Sharing” and the contract number of this award. 3) Unless otherwise specified, the Government will have a maximum of (10) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, and to approve or disapprove the deliverable(s). 4)The contractor will also have a maximum of ten (10) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. 5) All days are intended to be workdays unless otherwise specified. (5)Trade-offs. This project is inherently science based, and the speed with which technology is advancing makes it imperative that such a network be designed, agreed upon and launched with the utmost speed. In addition, this is very technical work suitable for contracting out and it does not meet the A-76 definition of “inherently governmental work.” The professional staff and associations that shall collaborate in the project will produce a far richer and more valuable product than a single entity could. This project pulls the radiological community together to develop a powerful tool for its own use and benefit. Security of Government Facilities, Information, and Information Systems. (a)Homeland Security Presidential Directive/HSPD-12. This acquisition is not subject to HSPD-12, except that contractor personnel who frequently visit NIH facilities for this project may be required to obtain an NIH Identification Badge. (b)Privacy Act. Not applicable (c)Federal Information Security Management Act (FISMA). In the event that the contractor must access patient / personnel data, the contractor must obtain and maintain DoD Automated Data Personnel Security Requirements Level (I, II, or II) in accordance with (DoD 5200.2-R). If access to patient / personnel information is required, the Contractor shall use patient information for their designated project only. This information shall not be used to create databases or any other product not intended for use specifically for the project. All patient information related to the project shall be destroyed at the conclusion of the tasking. The contractor shall maintain, transmit, retain in strictest confidence, and prevent the unauthorized duplication, use, and disclosure of information. The Contractor shall provide information only to the employees, Contractors, and subcontractors having a need to know such information in the performance of their duties for this project. Information made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without written agreement of the Contracting Officer. If public information is provided to the contractor for use in performance or administration of this effort, the contractor except with the written permission of the Contracting Officer may not use such information for any other purpose. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the contractor will consult with the Contracting Officer’s Technical Representative (COTR) regarding use of that information for other purposes. The contractor agrees to assume responsibility for protecting the confidentiality of Government records which are not public information. Each offeror or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. Performance of this effort may require the Contractor to access and use data and information proprietary to a Government agency or Government Contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and / or others. Contractor and / or Contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorize Government personnel or upon written approval of the CO. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the Contractor without such limitations or prohibit an agreement at not cost to the Government between the Contractor and the data owner that provides for greater rights to the Contractor. All data received, processed, evaluated, loaded, and / or created as a result of this order shall remain the sole property of the Government unless specific exception is granted by the Contracting Officer. The Contractor is required to develop an IT Security Plan. Classified Information. Contractors will not have access to classified data. Shipping/Packaging. The required delivery method for reports is by electronic means.. Purchase or lease of equipment The Contractor may be required to purchase or upgrade equipment and/or software over the course of this project. Such equipment and/or software will remain the property of the Contractor upon completion or termination of the project. Websites. Additional information about NIBIB may be found at www.nibib.nih.gov Electronic and Information Technology Accessibility Standard All electronic and information technology (EIT) procured through this order must meet the following applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. “Section 508 was enacted to eliminate barriers in information technology, to make available new opportunities for people with disabilities, and to encourage development of technologies that will help achieve these goals. The law applies to all Federal agencies when they develop, procure, maintain, or use electronic and information technology. Under Section 508 (29 U.S.C. ‘794d), agencies must give disabled employees and members of the public access to information that is comparable to the access available to others. It is recommended that you review the laws and regulations listed below to further your understanding about Section 508 and how you can support implementation.” Full details demonstrating compliance with Section 508 requirements shall be included as an attachment. Specific Copyright Provisions Applicable to Software Development and/or Enhancement. 0No software will be developed, modified, or enhanced under this proposed acquisition. 0New software will be developed exclusively under the proposed acquisition. 1The Government will require only the normally granted paid-up, world-wide irrevocable, nonexclusive license under this project.* 1The Government will assert special copyright permissions/needs under the acquisition. The specific requirements must be listed below: (a) Upon completion of the project, the RSNA shall provide a copy if all final technical documents regarding the design and source code of the internet based network for image sharing to the NIBIB Project Officer. 1Existing software will be modified or enhanced under the proposed acquisition. Works other than Software Development and/or Enhancements. Not applicable. (12)Government-furnished Property. It is anticipated that no government equipment or propriety information will be needed to support this project. (13)Government-furnished Information/Reference Materials. The contractor shall be furnished current task working papers, project descriptions, program briefing material and other pertinent information, and other documentation or material required to carry out the tasks described hereunder. Evaluation The contractor shall have performed an evaluation of the internet based and patient-controlled medical image sharing network to determine: •The reduction of the time and the cost for sharing and transferring longitudinal records among regional networks; •The reduction of the time and the cost for selecting images and exporting them to clinical study; •The efficiency and security of patient-controlled image sharing •The efficiency of better exposure dosage control; and •The benefits of such a patient-controlled medical image sharing network to patients, physicians, and researchers. The technical portion of quotations will receive paramount consideration in selecting a vendor. However, cost/price will also be a significant factor in the event that two or more vendors are determined to be essentially equal following the evaluation of technical factors. Responses to this notice will be reviewed in accordance with the following Technical evaluation criteria: 4 (1)Understanding of the Requirement and Technical Approach (40) (2)Qualifications and Availability of Personnel (20); (3) Management Plan (20); (4) Past Performance (20). Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after publication of this synopsis will be considered by the Government. American Recovery and Reinvestment Act-Reporting Requirements This contract requires the Contractor to provide products and/or services that are funded by the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires the contractor to report on its use of Recovery Act funds under this contract. The Contractor shall report the information required by FAR 52.204-11(d), which is incorporated into Article I.4. of this contract, using the online reporting tool available at http://www.FederalReporting.gov. These reports will be made available to the public. FAR Clause 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (March 2009) (a) The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub.L. 111-5). (b) The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts. (End of Clause) b.FAR Clause 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements (March 2009) (a) Definitions. As used in this clause-- Contract, as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. First-tier subcontract means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. Jobs created means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as "full-time equivalent" (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Jobs retained means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as "full-time equivalent" (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. Total compensation means the cash and noncash dollar value earned by the executive during the contractor's past fiscal year of the following (for more information see 17 CFR 229.402(c) (2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d) The Contractor shall report the following information, using the online reporting tool available at http://www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the government's on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractor's progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractor's workforce. At a minimum, the contractor shall provide-- (i) A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractor's existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii) An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8) Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if-- (i) In the Contractor's preceding fiscal year, the Contractor received-- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9) For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10) For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System (NAICS) code. (vi) Funding agency. (vii) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x) Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi) Names and total compensation of each of the subcontractor's five most highly compensated officers, for the calendar year in which the subcontract is awarded if-- (A) In the subcontractor's preceding fiscal year, the subcontractor received-- (l) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (End of clause) •The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS, and the provision at FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS, at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - WITH DUNS NUMBER ADDENDUM. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37; EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA; and FAR 52.225-3. •Full text copies of these representations and certifications and other cited provisions and clauses are available on the NCI website at:http://amb.nci.nih/gov/SAP/sap.htm. The materials may also be obtained from: Rosie C. Owens, Contracting Officer by email at: rowens@nhlbi.nih.gov •Offers must be submitted on an SF 18 or SF 1449 that is signed by an authorized representative of the offeror and includes a completed Schedule of Offered Services. Proposal responses for this requirement, are not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. •Offers must be accompanied by a completed and signed Representations and Certifications - Commercial Items - with DUNS Number addendum. •Offers must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the offer meets all of the foregoing requirements. •Any questions on this combined synopsis/solicitation must be received in this office by July 24, 2009. •Offers and related materials must be received in this office by 3:00p.m. EST on August 4, 2009. (or due no later than (15) of days after publication of this notice) •Facsimile submissions are not authorized and collect calls will not be accepted. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. Contracting Office Address: National Institutes of Health, National Heart, Lung, and Blood Institute 6701 Rockledge Drive, Room 6144, Bethesda, MD 20892-7902 Attn: Rosie C. Owens, Contracting Officer or Joanna B. Magginas Or: Email: rowens@nhlbi.nih.gov Please reference the solicitation number, NHLBI-PB-(EB) 2009-134-RCO-1, on your offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-EB-2009-134-RCO-1/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01878687-W 20090719/090717235209-e60994b709a76d7be73bbfe05ed45dd1 (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.