Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

59 -- Energy Program Support Services

Notice Date
6/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Program and Planning Branch (APP), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-Q-0109
 
Point of Contact
Eddie Howard, Phone: 2026464667
 
E-Mail Address
Eddie.Howard@associates.dhs.gov
(Eddie.Howard@associates.dhs.gov)
 
Small Business Set-Aside
Emerging Small Business
 
Description
PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The DHS/FEMA, Mission Support Directorate's (MSD), Support Services and Facilities Management Division (SSFMD) would like to solicit the services of a contractor that shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform Energy Program Support Services as defined in this Performance Work Statement and General Services Administration Schedule SIN 871 205 except as Specified in section C-3 as government furnished property and services at FEMA owned facilities and leased facilities where FEMA is responsible for utility costs separate from leasing agreements (see attachment). The contractor shall perform to the standards in this contract. 1.2 Background: The federal government has a number of mandates (e.g., Energy Policy Act 2005, Executive Order 13423, Executive Order 13514, Energy Independence and Security Act) to gather and track utility usage data, normalize that data by considering temperature, hours of operation and other external factors, analyze and report efforts and progress to reduce overall energy (e.g., electric, steam, gas, water) consumption. Additionally FEMAs current process of receipt and authorization of utility bills is decentralized and frequently results in avoidable overcharges and late fees. 1.3 Objectives: Provide Energy Program Support Services including billing and management oversight to include utility bill auditing; utility bill data base set up and management; reporting; bill itemization and allocation; bill payment/authorization streamlining Not to Exceed 160 accounts and assistance in preparing supplementary energy services related statements of work. Where available contract awardee will, in a timely and efficient manner, leverage electronic communications or other expedient methods to capture utility account billing information directly from the utility company, distribute to the appropriate FEMA energy manager for authorization and processing and manage data in accordance with the other objectives. 1.4 Scope: The contractor shall provide technical skills and expertise for Energy Program Support Services including billing and management oversight to include utility bill auditing; utility bill data base set up and management; reporting; bill itemization and allocation; bill payment/authorization streamlining Not to exceed 160 accounts and assistance in preparing supplementary energy services related statements of work. The contractor shall accomplish entry and consolidation of historic documentation (base year 2003, FY 2008, FY2009 and FY2010 to date) from existing FEMA supplied data sources and copies of utility bills within 120 days of contract award. Remaining PoP will consist of monthly maintenance and operation. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and three (3) 12-month option years. The Period of Performance reads as follows: Base Year Option Year I Option Year II Option Year III The Government reserves the right to extend the term of this contract at the prices set forth in Section B in accordance with the terms and conditions contained in clause 52.217-9 entitled, "Option to Extend the Term of the Contact". 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, "Performance Requirements Summary". After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. Quality Control Plan will be delivered to FEMA NLT seven (7) business days after award of the contract. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" or 52.246-4, "Inspection of Services-Fixed Price" for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.6.4 Recognized Holidays: The contractor is not required to provide services related to this contract on the following days New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.5 Hours of Operation/Place of Performance: The contractor is responsible for conducting normal business operations and liaison with FEMA between the hours of 09:00 to 17:00 Eastern Time Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential. 1.6.6 Type of Contract: The government anticipates award of a combination Fixed-Price/Time and Material Contract. 1.6.7 Security Requirements: No identified security requirements are anticipated in the performance of this PWS. 1.6.7.1 Physical S ecurity. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8 Special Qualifications: The contractor is responsible for ensuring all employees possess all required licenses and certifications for the execution of this contract. 1.6.9 Post Award Conference/Periodic Progress Meetings : The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Technical Representative (COTR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Technical Representative (COTR): The (COTR) is identified below: Daniel A. Rollins, PMP DHS/FEMA 300 D St NW, Washington DC 20024, Rm 810 (202) 212-4498 daniel.rollins@dhs.gov The COTR monitors all technical aspects of the contract and assists in contract administration. The COTR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COTR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COTR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COTR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS PWS - Performance Work Statement Contracting Officer's Technical Representative (COTR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP ). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. Best Effort : That effort expended by the contractor to perform within the awarded ceiling price all work specified in this task order (TO) and all other obligations under this TO and the basic contract. This effort includes providing required qualified personnel, properly supervised, and following industry accepted methodologies and other practices. The effort is further characterized by operating at all times with the Government's best interest in mind, using efficient and effective methods, and demonstrating sound cost control. The effort must be identical to the effort that would be expended if this were a firm-fixed price TO and the contractor's profits were dependent upon reducing costs while meeting the Government's requirements in terms and quality and schedule. Failure to provide this required effort may result in the withholding of payment for hours expended that do not qualify as best effort or a reduction in the rate per hour to reflect decreased value of services received. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: The government shall provide, the facilities, equipment, materials, and/or services listed below. •3.2 Equipment: FEMA shall support contractor activities by providing the following: •· Access to the facility/location (as necessary). •· Access to applicable utility historic documentation including copies of the actual bills covering the above stated period. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: The Contractor shall furnish all facilities, materials, equipment, travel and services necessary to fulfill the requirements of this task order, except for the Government Furnished Resources specified in Part 3. PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. The contractor shall provide technical services and expertise required for Energy Program Support Services including billing and management oversight to include utility bill auditing; utility bill data base set up and management; reporting; bill itemization and allocation; bill payment/authorization streamlining Not to Exceed 160 accounts and assistance in preparing supplementary energy services related statements of work. Where available contract awardee will, in a timely and efficient manner, leverage electronic communications or other expedient methods to capture utility account billing information directly from the utility company and, within five (5) business days, enter the data from the utility bills into the system and review the information for possible billing errors, distribute, in Adobe Acrobats PDF format, to the appropriate FEMA energy/account manager for authorization and processing and manage data in accordance with the other objectives. If billing errors are suspected, the contractor must notify FEMA and email the necessary documentation to the appropriate FEMA personnel for the pursuit of remedies to billing errors with the appropriate utilities. Provide summaries that tabulate the monthly energy and water consumption, cost, price, BTU/GSF and other parameters for each utility account in comparison with the other accounts in the system for the current and prior fiscal year(s) (on a month-by-month basis). The system must allow the user to sort the data instantly by each parameter (by increasing and decreasing order) and out of range parameters (in excess of 15% increase from the prior year) should automatically trigger color coding or other method to highlight potential areas of concern - allowing for instant insight into patterns and information that would not otherwise be self evident. Provide detailed graphical and numerical representations of the use, price, and cost for each utility account provided by FEMA, on a monthly, year-to-date, and yearly basis. Provide detailed graphical and tabular representation of the monthly, year-to-date, and yearly representation of energy and water use data per Gross Square Foot (BTU/GSF) in comparison to FY 2003 and a related energy reduction baseline (as specified in the most recent Executive orders) Provide up-to-date monthly and year-to-date listings of the consumption, price, cost, BTU/GSF and $/GSF of all utility accounts included in the system over the current and two most recent fiscal years, as well as the monthly differences between the current year's data and the prior year's data and the various percentages that these differences represent. Provide detailed analysis of the data and documentation of all relevant communications between the contract awardee, FEMA personnel, and utilities contacts regarding all pending issues, closed issues, and important remarks. All graphical and numerical representations will be available in Microsoft Excel. All scanned and obtained bills will be available in Adobe Acrobat PDF. All exhibits produced, analysis performed and information obtained in support of this effort will be available and remain the property of FEMA. PART 6 APPLICABLE PUBLICATIONS 6.1 Publications and references applicable to this PWS are listed below. All publications listed are available via the Internet. Advisory - U.S. Department of Energy's (DOE) Federal Energy Management Program (FEMP) Advisory - Depart of Homeland Security Renewable Energy Plan October 2005 Advisory - Depart of Homeland Security Directive Number: 025-01 Sustainable Practices for Environmental, Energy and Transportation Management September 2008 Advisory - Federal Emergency Management Agency Energy Managers Handbook Mandatory - Energy Policy Act 2005 Public Law 109 - 58 Mandatory - Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management January 2007 Mandatory - Executive Order 13514, Federal Leadership in Environmental, Energy, and Economic Performance October 2009 Mandatory - Energy Independence and Security Act of 2007 Mandatory - Prompt Payment Act, 31 U.S.C. Sec. 3901 et seq. Mandatory - Office of Management and Budget Circular A-125 TECHNICAL EXHIBIT 1 Performance Requirements Summary The Performance Requirements Summary table below reflects the deliverables considered by the FEMA to be most important for the successful performance of this task order. This includes the expected standards of performance and planned reductions for not meeting those standards. These thresholds are critical to mission success. Performance Requirements Summary - Energy Program Support Services Specification Item Performance Objective Performance Standard (Minimum Acceptable Standard) (MAS) Method of Surveillance Deduction from Contract Price for Not Meeting the MAS Sample Size Frequency Kick-Off Meeting NLT five (5) days after TO award 100% N/A N/A N/A N/A Project Plan NLT five (5) days after TO award 100% N/A 10% N/A N/A Progress Reports Bi-weekly NLT two (2) days after the previous week 100% N/A 5% N/A N/A Capture and enter utility bills Utility bills must be captured, entered and the FEMA POC notified within 5 business days 90% Periodic Surveillance 10% 12% Monthly Enter and associate historic utility bills and usage data (baseline, FY2008, FY2009 through present) Data must be entered and functional NLT 120 days from contract award 98.6% Random Sampling 20% 12% One time New Accounts (NTE 160 total) New accounts (new meters) information must be incorporated and functional within one billing cycle 90% 100 Percent Inspection 5% 100% One time TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To Project Plan NLT five (5) days after TO award Qty: 1 MS Project COTR Quality Control Plan NLT Seven (7) days after TO award Qty: 1 Ms Word COTR Progress Reports Bi-weekly NLT two (2) days after the previous week. Qty: 1 MS Word COTR TECHNICAL EXHIBIT 3 Current Accounts Summary 152 accounts (71 Electric, 31 Gas, 1 Steam and 49 Water) Address: Sq Ft Utility Vendor Meter # Account # Anniston, Alabama - CDP 662,64 61A Responder Drive 505 Electric Alabama Power XR0422 53670-45006 Water Anniston Water Wrks 29946967 10011572-001 Gas Alabama Gas Co CZ1557 5001983934-001 61 Responder Drive 195,135 Electric Alabama Power WP2982 28438-19001 Electric Alabama Power XR0420 43774-39019 Water Anniston Water Wrks 70091366 10002998-002 Water Anniston Water Wrks 70090645 10002998-003 Water Anniston Water Wrks 70091017 10002998-004 Water Anniston Water Wrks non-metered 10002998-005 Water Anniston Water Wrks 5010992 10002998-018 Gas Alabama Gas Co GR3100 9001677696-002 1081A Ft McClellan Dr Gas Alabama Gas Co GR3424 9001677696-001 1081B Ft McClellan Dr Gas Alabama Gas Co GR1476 9001677696-002 40 Twill Lane (303A) 27,000 Electric Alabama Power Co XP7639 17495-88002 bldg 303D Electric Alabama Power Co A52760 27058-88000 bldg 303C Electric Alabama Power Co WK2139 37432-54018 bldg 303B Electric Alabama Power Co WM3049 79419-08011 Electric on one bill WB3544 79419-08011 bldg 303C Electric Alabama Power Co XP1755 46653-64003 (40 Twill Ln A) Water Anniston Water Wrks 989869547 10002998-006 (40 Twill Ln A/PF) Water Anniston Water Wrks non-metered 10002998-007 Gas Alabama Gas Co CB20545 8001605806-001 Gas Alabama Gas Co CB20547 5001579367-001 17 Straub Circle 4,847 Electric Alabama Power Co XM6620 33874-47004 (aka Mead) Water Anniston Water Wrks 70086062 10002998-013 Gas Alabama Gas Co RA1547 50001579381-001 Generator Gas Alabama Gas Co RA1999 5002-146-198-001 21 Straub Circle 30,399 Electric Alabama Power Co XM6614 73112-04008 (aka Mead) Water Anniston Water Wrks 79986114 10002998-011 Gas Alabama Gas Co BA537731 9001677696-003 Generator Gas Alabama Gas Co CZ2906 1002-146-197-001 251 Straub Circle 4,847 Electric Alabama Power Co XM6613 07239-20036 (aka Mead) Water Anniston Water Wrks 70086114 10002998-008 Gas Alabama Gas Co RA1546 3001579411-001 19 Straub Circle 30,399 Electric Alabama Power Co XR1274 36037-11005 (aka Mead) Water Anniston Water Wrks 70086115 10002998-012 19 Straub Circle #PF Water Anniston Water Wrks 10015393-001 Generator Gas Alabama Gas Co MR417 7002-146-194-001 171 Straub Circle 30,399 Electric Alabama Power Co XR1273 63933-15007 (aka Mead) Water Anniston Water Wrks 70086116 10002998-016 277 Straub Circle 30,399 Electric Alabama Power Co XM6618 21459-29006 (aka Mead) Water Anniston Water Wrks 70086117 10002998-017 277 Straub Circle #PF Water Anniston Water Wrks 10015393-002 363 Wall Street 16,455 Electric Alabama Power Co XT5245 22231-42016 Electric Alabama Power Co WR3792 95236-72012 Water Anniston Water wrks 32995609 10002998-021 Gas Alabama Gas Co RA1251 7002104148-001 640 Freemont Rd 39,777 Electric from 363 Wall Water Anniston Water wrks 32995608 10002998-019 303 Wall Street 49,500 Electric from 353 Wall Water Anniston Water Wrks 1659923 10002998-020 Gas Alabama Gas Co CZ2515 2002104147-001 333 Wall Street 8,502 Electric from 363 Wall Water 1 from 363 Wall Water 2 from 640 Freemont 160 Goode Rd 30,070 Electric from 363 Wall Water 1 from 363 Wall Water 2 from 640 Freemont 162 Goode Rd 5,796 Electric from 363 Wall Water 1 from 363 Wall Water 2 from 640 Freemont 210 Dekalb Ct 30,399 Electric Alabama Power Co XM6605 12489-81018 Water Anniston Water Wrks 77547433 10002998-023 28 Dekalb Court 30,399 Electric Alabama Power Co XR1272 10688-79015 Water Anniston Water Wrks 33479522 10002998-022 78 Dekalb Court 30,399 Electric Alabama Power Co XM6642 01925-83154 Water from 28 Dekalb & 210 Dekalb 44 Dekalb Court 4,847 Electric Alabama Power Co XR1271 02640-12026 Water from 28 Dekalb & 210 Dekalb 136 Dekalb Court 4,847 Electric Alabama Power Co XM6616 03511-24028 Water from 28 Dekalb & 210 Dekalb 344 Walt Phillips Rd 144 Electric Alabama Power Co XK7882 59311-24029 Water n/a 801 Walt Phillips Dr 57,583 Electric Alabama Power Co XM6619 34952-83007 (formerly United Road) Electric Alabama Power Co WP5847 82030-94015 Electric Alabama Power Co XM6637 33158-71001 Water Anniston Water wrks 70090222 10002998-001 Gas Alabama Gas Co R203 8001579377-001 P. O. Box 129 Electric Alabama Power Co WR3146 66432-56004 Ft. McClellan - NOBLE Anniston, AL 36205 214,000 490 Care Drive 148,355 Electric XR2847 (on one bill) Electric Alabama Power XR9319 31183-62005-20 490 Care Drive Water (on one bill) Water Anniston Water Wrks 17554668 10004206-001 490 Care Water (on one bill) Water Anniston Water Wrks 17562836 10004205-001 (aka- Freemont Dr) Gas Alabama Gas Co RA1250 4001926282-001 Gas Alabama Gas Co GR1237 9001926281-001 Gas Alabama Gas Co 294 Dekalb Ct 30,399 Electric Alabama Power XM6638 01083-57044 (aka - Iron Mtn Rd) Water Anniston Water Wrks 24309335 10004206-003 320 Dekalb Ct 4847 Electric Alabama Power XM6615 07171-74037 20 Water Anniston Water Wrks 29802323 10011052-001 Gas Alabama Gas Co. RA1414 5001922968-001 322 Dekalb Ct 30,399 Electric Alabama Power XR2725 08648-06011 (aka- Iron Mtn Rd) Water Anniston Water Wrks 24309334 10004206-002 3 Old Marlboro Road 50,400 Electric NSTAR 5052284 2580859-1009 Maynard, MA 01754 33,462 Water Maynard 8137 3783 16825 South Seton Ave 573,858 Electric Allegheny Pwr 97130006 2122200902600 - 1 Emmitsburg, MD 21727 Electric Allegheny Pwr 24407877 2121352403631 - 1 (12/20/06 - 3/23/07) Water Town of Emmitsburg 1338010740 1034115000 21 bldgs Gas PPL Gas 122489 0056036-7 Steam Daughters of Charity Office Furniture Storage Ctr 67,370 Electric PEPCO 3730157035 3730157035 1313 Mockingbird Lane Water WSSC 4117933 4117933 Mainesville, MD 20802 1 bldg 4420 Buckeystown Pike 229,459 Electric Allegheny Power 521227911 2122200110000-1 Frederick, MD 21703 Electric Allegheny Power 21033028 2120136300002-2 (5 bldgs) Electric Allegheny Power 21033018 2120136300003-2 Water Frederick County 32201210L n/c-paid by LL Water Public Works 32201210H n/c-paid by LL Gas Washington Gas S) 6474.144315 6474.144315 Gas Washington Gas O) 6474.143713 6474.143713 Gas Washington Gas J) 6474.143119 6474.143119 Gas Washington Gas C) 6474.142210 6474.14221.0 11601 PPG Road Electric Allegheny Pwr 19530298 2181012655829-1 Cumberland, MD 21502 Electric Allegheny Pwr 218 1012655831 1 (2 bldgs) Electric Allegheny Pwr 1179803 2181012655881-1 Main Bldg 500,000 Electric Allegheny Pwr 19717997 218 10126558281 Butler Bldg 60,000 Electric Allegheny Pwr 82682418 218 10126558304 Electric Allegheny Pwr 28915748 218 10126558802 Electric Allegheny Pwr 22407827 218 10126558852 Electric Allegheny Pwr 15716675 218 10126558862 Electric Allegheny Pwr 15716674 218 10126558872 Electric Allegheny Pwr 17088136 218 10126558883 Outdoor security lights Electric Allegheny Pwr 2181012655889-1 Gas Columbia Gas MD 8713003 16889022003000-5 Gas Columbia Gas MD 6587322 16889141001000-5 Gas Columbia Gas MD 6189043 16889022001000-7 Gas Columbia Gas MD 6175583 16884026001000-4 Gas Columbia Gas MD 6587318 16883934001000-0 Gas Columbia Gas MD 97700134 16890807001000-0 Gas Columbia Gas MD 9700980 16889022002000-6 Frostburg Annex Electric Allegheny Pwr 4576746 218 10653002211 12128 New Georges Creek Rd 2 bldgs Frostburg, MD 21532 113 acres trailer storage only 800 N. Loop Road, 288 52,400 Electric City of Denton (0000) 055538 4030567-02 Denton, TX 76209 Electric City of Denton (0000) 053641 3850311-02 (3 occupied bldgs) 53,093 Water City of Denton (00) 88000803 3850311-02 MWEOC 581,430 Electric NOVEC 84534042 1595520-000 19844 Blueridge Mtn Rd Electric Allegheny Pwr 91471721 2270635715180-1 Bluemont, VA 20135 Electric Allegheny Pwr 18748671 2270635717100-1 (76 bldgs) Electric Allegheny Pwr 12982658 2272200800100-1 130-228 Street, SW 37,000 Electric Snohomish PUD 129587 HSFE-07-P-005 Bothell, WA 98021 Water Alderwood Wtr 55219483 00200070-01 HCF on bills 56342954 sub9000-02 220-228th Street, SW 30,397 Electric Snohomish PUD 125720 908001438-5 Bothell, WA (MERS) Water Alderwood Wtr 56360922 00150005-01 Gas Pugent Sound Energy 642788 426496500-7 Salon space 3,500 Electric Pepco 298T 102513520 500 C Street Washington, DC Bank Space 5,400 Electric Pepco 020T 101705846 500 C Street Washington, DC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/APP/HSFEHQ-10-Q-0109/listing.html)
 
Place of Performance
Address: See description for detail, United States
 
Record
SN02190049-W 20100630/100628235037-ae442439dbbe73e0f19860bfb8914aac (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.