Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOLICITATION NOTICE

U -- OFF-SITE TRAINING VENUE

Notice Date
2/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-RD-TRAIN2010
 
Point of Contact
Rachel Dobbs, Phone: 202-220-5657
 
E-Mail Address
rachel.dobbs@psa.gov
(rachel.dobbs@psa.gov)
 
Small Business Set-Aside
N/A
 
Description
"DISTRICT OF COLUMBIA PRETRIAL SERVICES AGENCY" Off-site Training Facility Synopsis/Solicitation Introduction 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 contained herein. This announcement constitutes the entire and only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation PSA-RD-TRAIN2010 is issued as a Request for Proposals (RFP). The complete statement of work is available in this solicitation. This solicitation is a 100% set aside for small business concerns and is due to open February 12, 2010 4:00 p.m. The contractor shall provide services in accordance with the Statement of Work (SOW) and the solicitation/contract. The North American Industry Classification System (NAICS) code is 611430 And applicable size standard is $10M. This procurement is being conducted under Simplified Acquisition Procedures and according to Parts 12 and 13 of the Federal Acquisition Regulation (FAR) The District of Columbia Pretrial Services Agency (PSA) Washington, D.C., requires a two day professional development conference for its 350 employees. The purpose of the conference is to provide continued opportunities for professional development at an off-site facility for the Agency, on May 6th and 7th 2010. This is a non-personal contract and not a personnel appointment. The PSA intends to award a February 17, 2010 Firm Fixed Price. Agency Background The District of Columbia Pretrial Services Agency (PSA) is a federally funded investigation and supervision agency for defendants who are released into the community while awaiting disposition of their case in both the Superior Court and U.S. District Court. Pretrial Services is an independent entity under the umbrella of the Court Services and Offender Supervision Agency (CSOSA). CSOSA is primarily responsible for providing community supervision to offenders who have been placed on probation or released on parole. PSA works closely with CSOSA to ensure that the quality of community supervision provided to all defendants in the DC criminal justice system complies with federal supervision standards. Scope of Work Each year the DC Pretrial Services Agency hosts a two -day professional development conference for its 350 employees. The purpose of the conference is to provide continued opportunities for professional development in an atmosphere that promotes learning in a comfortable environment. To this end, we are seeking proposals from vendors who can provide an appropriate conference facility. Annual Professional Development Conference 1. Nearby metro and amenities Conference facility must be metro accessible or within walking distance (less than a mile) of the DC Pretrial Services Agency at 633 Indiana Avenue, NW Washington DC 20004. Proposal must indicate metro accessibility as well as the availability of local eateries (for people to have lunch). 2. Dates of Consideration Proposal must indicate availability for Thursday, May 6th and Friday May 7th 2010, 8:00am-5:00pm each day. 3. Food and Beverage (Food must be priced separately since we are not yet sure if food will be included in the conference.) 4. • Continental breakfast on one or both days • Morning snack on one or both days • Afternoon snack on one or both days • Lunch for 350 people on Thursday, May 6, 2010 in a room conducive to having a luncheon speaker 5. Audio Visual Equipment • Seven (7) flip charts stands w/pads & markers • Seven (7) podiums for breakout rooms • Podium w/wireless lavaliere microphone for luncheon speaker • Seven (7) LCD projectors w/screens for breakout rooms • Internet access, preferably wireless, in breakout rooms • Four (4) DVD/VCR Combination * Your proposal must indicate if DC PSA is able to provide its own equipment in lieu of renting through your facility. 6. Parking Include information on the number of parking spaces available on the property and if not on property, nearby garages, etc., and costs, if any. 7. Facility Renovation Proposal must disclose any planned renovation, reconstruction or construction during the period of the conference. Once a contract is written, a clause needs to be included that states the property will advise DC PSA immediately of any renovation or problem that will exist during the event. 3 Description of Services 3.1 Meeting Space Activities each day generally begin around 8:00 am and conclude around 5:00pm. • Up to seven (7) breakout session rooms that seat up to 65 people classroom (preferable) or theatre style (proposal should indicate classroom or theater) • 1 ballroom to seat up to 350 people banquet style on Thursday, May 6th for lunch o Committee room to allow for meetings and meals • Continental breakfast area, and break area between sessions • A logistics office that can also be secured • Registration space with complimentary phone and computer hook up capability with access to the internet 3.3 The Contractor shall report unusual incidents by telephone to the pretrial services officer (PSO) and the COTR within twenty-four (24) hours and in writing within five (5) days. An Unusual Incident (UI) is an event that affects clients, PSA or Contractor's staff. Examples of UIs include but are not limited to the following: Death; Injury; Unexplained absence of a patient from a residence or program; Physical, sexual, or verbal abuse of a client by staff or other patients; Staff negligence; Fire; Theft; Destruction or other loss of property; Sudden or serious problems in the maintenance of the treatment facility; Chronic complaints from clients' families or clients' themselves; Requests for information from the press, attorneys, or government officials outside PSA; and Client behavior requiring an unusual amount of attention from Contractor's staff not typical for the treatment of the presenting problem. 4 Contractor's Facilities All Contractors' facilities used in support of this contract shall meet all local/state/federal requirements for zoning, certification, accreditation, or licensure as a treatment facility, as well as, fire prevention and overall safety. The Contractor shall maintain documentation that the facility meets all the requirements of the applicable local, state, and federal regulations, including the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and/or Commission on the Accreditation of Rehabilitation Facilities (CARF). 5. Contract Administration: 5.1 Invoices shall contain applicable information required by FAR 52.232-25, Prompt Payment, and include the following: (a) Contractor Name, Tax ID Number and Dun & Bradstreet Number (b) Mailing "Remit To" Address (c) Contractor Point of Contact Information (d) Contract Number (e) Invoice Number (f) Description of Services (g) Service Dates (h)Unit of Cost (i) Total Money Amount 5.2 Payment for services rendered shall be made upon receipt of an original and three copies of properly executed invoice. 5.3 Invoices for the work performed under this contract shall be submitted weekly to the Government for payment for services provided. The government shall review and ensure that the information is correct and verify that the services have been received. The invoice will then be certified for payment. 5.4 If an invoice is received with inaccurate information, that invoice shall be returned unpaid by the Government. 5.5 The Government will not hold the invoice or make corrections but rather return the improper invoice in dispute to Contractor. The Contractor shall make the required corrections and submitted a corrected invoice for payment. All follow-up invoices shall be clearly marked "Duplicate of Original". 6. Instructions to Offerors: 6.1 A streamlined best value source selection process shall be used for evaluation of the proposals, and the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government reserves the right to award without discussions. Proposal shall be evaluated on technical and price factors. Past performance shall be evaluated but limited to the potential awardee. 6.2 Proposal pages shall be 8.5 x 11 inches; single spaced with at least one (1) inch margin on top, bottom, left and right, and printed head-to-foot. The font size shall be no less than Times New Roman 12 point. 6.3 The offeror shall submit one original and one copy of the entire proposal and each copy shall be separate. 6.4 The proposal sections and sub-sections and related content are herby identified: 1. Contract and Associated Information 1A. Standard Form 1449 (blocks 30a, 30b and 30 to be completed by offeror) 2. Technical 2A. Offeror to address statement of work requirements 3. Past Performance 3A. Offeror to provide past performance information 4. Price 4A. Contract Pricing - 6.5 Standard Form 1449, Copies of Certifications/Diplomas, Insurance Certificate, Past Performance Information, Contract Pricing. 6.6 Any requirements in this solicitation that will not be met as described precisely in the solicitation must be clearly stated in the proposal as an exception to the requirements. 6.7 Offerors should highlight any proposed to make enhancements or modifications of any kind to the outlined services, service delivery structure, or service delivery schedule. 6.8 Offerors will indicate specifically how many practitioners will be utilized; and how the labor will be divided. 6.9 It is anticipated that contract award will be made without conducting discussions, however, the Government may request clarification of any points addressed which are unclear and may ask for elaboration by the offeror on any point which was not adequately supported. Any such interchange between the offeror and the Government will be for clarification only and will not constitute discussions within the meaning of FAR 15.306. The time required for clarification will not be counted against the offerors time limit. 7. Pricing: 7.1 Offerors shall submit a completed copy of Contract Pricing as part of their proposal submission. Pursuant to FAR 17.203(b) the Government's evaluation shall be inclusive of all options. 8. Proposal Submission: 8.1 Proposals shall be sent via mail or overnight carrier and must be received on or by the deadline of 5:00 p.m. local time on February 12, 2010 4:00 pm.. Late proposals shall not be considered under any circumstances. 8.2 Proposals shall be sent to the following address and point of contact: Contract Specialist, Rachel Dobbs, D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1163, Washington, DC 20004. Clauses and Provisions: 52.212-1 Instructions to Offerors-Commercial - Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): http://www.arnet.gov/References/References.html The following clauses are incorporated by reference and apply to this acquisition: 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition.- see attached pages 52.212-4 Contract Terms and Conditions -Commercial Items (March 2009) 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the contract services 52.222-37 Availability of Funds 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-34 Payment of Electronic Fund Transfer - Other than Central Contractor Registration (CCR) 52.232-33 Payment by electronic Funds Transfer - CCR 52-203-13 Contractor Code of Business Ethics and Conduct (DEC 2008). 52.213-2 Invoices 52.247-28 Contractor's Invoices 52.214-4 False Statement in Bids 52.214-12 Preparation of Bids 52.214-15 Period of Acceptance of Bids 52.215-5 Facsimile Proposals 52.215-19 Notification of Ownership changes 52.222-7 Withholding of Funds 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-21 Prohibition of Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.249-4 Termination for Convenience of the Government (Services) (short term) 52.243-7 Notification of Changes 52.237-7 Indemnification and Medical Liability Insurance: 52.216-27 Single or Multiple Awards The full text of the clauses and provisions are available at Federal Acquisition Regulations (FAR): http://www.arnet.gov/References/References.html FAR Clauses 52.212-5 - Clauses and provisions 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2009). (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: X(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). X(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (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: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] ___ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(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. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __(9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). X__ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X_ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). X__ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X__ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X__ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X_ (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 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.) __ (27)(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)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _ (30) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). X__ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(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: _ _ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____(3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 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 settelement. 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 paragraphs (e)(1)(i) through (xi) of this paragraph 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 (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 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. 52.212-5 (Addendum) X 52-224-1 Privacy Act - Notification X 52-224-2 Privacy Act
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/PSA-RD-TRAIN2010 /listing.html)
 
Place of Performance
Address: OFF-SITE (TO BE ANNOUNCED), WASHINGTON, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN02056552-W 20100205/100203234906-e0cad06cdc4df95bb468c405bf0f45b6 (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.