Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
MODIFICATION

R -- USPSC - Transition Specialist - Solicitation 1

Notice Date
11/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
 
ZIP Code
20523
 
Solicitation Number
SOL-OTI-11-000001
 
Archive Date
11/30/2010
 
Point of Contact
Michael Aguilar, Phone: 2026619366, Jaimee E. Braun, Phone: 202-661-9377
 
E-Mail Address
maguilar@usaid.gov, jbraun@ofda.gov
(maguilar@usaid.gov, jbraun@ofda.gov)
 
Small Business Set-Aside
N/A
 
Description
Modified solicitation for SOL-OTI-11-000001 NOTE: The purpose of this amendment is to extend the closing date for applications. There are no other changes to the solicitation. SOLICITATION NUMBER: SOL-OTI-11-000001 ISSUANCE DATE: October 18, 2010 CLOSING DATE: November 15, 2010, 5:00pm EST (Deadline Extended) SUBJECT: Solicitation for U.S. Personal Service Contractor for a Transition Specialist in Washington, D.C. (Multiple Positions) Ladies/Gentlemen: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications (Optional Form 612 only) from qualified U.S. citizens to provide personal services as a Transition Specialist under a personal services contract, as described in the attached solicitation. Submittals shall be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: 1. Complete and hand-signed federal form OF-612 (including OF-612 continuation sheets as needed). NOTE: Submission of a resume in addition to the required forms is encouraged. A submitted resume, however, is considered supplemental application material. Submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. 2. Supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the 6 Evaluation Factors shown in the solicitation. NOTE: The Evaluation Factors are worth 70 out of 100 points. Applicants are required to address each of the Evaluation Factors on a separate sheet describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Incomplete or unsigned applications shall not be considered. These signed forms must be mailed, delivered, faxed, or emailed (email applications must be signed) to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: transitionspecialist@globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Sarah Mason or Amanda Kitch Telephone Number: (202) 661-9369 or (202) 661-9349 E-Mail Address: transitionspecialist@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Cristina H. Sylvia, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Transition Specialist (Multiple Positions) 1. SOLICITATION NO.: SOL-OTI-11-000001 2. ISSUANCE DATE: October 18, 2010 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: November 15, 2010, 5:00pm EST (Deadline Extended) 4. POSITION TITLE: Transition Specialist 5. MARKET VALUE: GS-13 with Washington, D.C. locality pay ($89,033 - $115,742). The position is the equivalent of a GS-13 based on the duties and responsibilities and selective factors (minimum qualifications). Final compensation will be negotiated within the listed market value based upon the candidate's past salary, work history and educational background. Salaries over and above the top of the GS-13 pay range will not be entertained or negotiated. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. 6. PERIOD OF PERFORMANCE: 1 year, with four (4) one-year options 7. PLACE OF PERFORMANCE: Washington, D.C. with possible travel as stated in the position description. 8. STATEMENT OF WORK POSITION DESCRIPTION BACKGROUND USAID's Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local, indigenous partners advance peace and democracy in priority conflict-prone countries by providing fast, flexible, short-term assistance targeted at key transition needs. Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief. Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition. OTI assists in securing peace by aiding indigenous local partners such as civil society groups (non-governmental organizations or informal community groups), local governments, private businesses, media groups, and others, through identification of quick-impact community self-help projects to meet urgent economic needs; development of initiatives to promote national reconciliation; re-integration of ex-combatants into civilian society; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public understanding and participation in their country's political process. To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under personal services contracts (PSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office's programmatic goals and objectives. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ INTRODUCTION The Transition Specialist position utilizes the experience and skills gained from working with political transition programs and operations in the field to provide support and guidance for program funded staff and to help ensure successful implementation of program funded transition activities in the field. The majority of the workload of this position will be in direct support of political transition program implementation. In order to help ensure successful political transitions overseas in rapidly changing environments, the Transition Specialist will ensure that OTI staff, implementing partner staff, and other key players have the information and training they need to start up new programs, seek out and work with appropriate beneficiaries in the field, and manage and close out activities effectively and efficiently. The vast majority of the workload for this position will be in direct support of political transition program implementation OBJECTIVE The objective of this solicitation is to provide a full-time Transition Specialist to the Office of Transition Initiatives. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The Transition Specialist priorities are expected to change and evolve in accordance with the requirements of OTI and will be determined in consultation with and under the direct supervision of the Washington-based DCHA/OTI Chief of Field Programs Division or his or her designee. Under the supervision of the DCHA/OTI Chief of Field Programs Division, the Washington-based Transition Specialist will perform the following duties: • Fill critical program implementation staffing needs in Washington, D.C. and the field including providing support to new OTI country program start-ups, country program management and close-out, and providing on-call technical assistance in support of OTI transition programs. In collaboration with the relevant OTI Regional Team, conduct or assist with assessments for possible new country programs and fill staffing gaps for ongoing country programs; • Provide training and mentoring on OTI program implementation for OTI staff and implementing partners both in Washington and the field, and assist in the development and updating of training materials as required. This includes training and/or advising implementing partners on internal OTI business procedures (such as for the OTI Activity Database and the Grants Under Contract (GUC) process); • Provide technical assistance for OTI programs and beneficiaries in the field, and also advise OTI staff and implementing partners on business processes in relation to implementation of political transition programming; • When required within the guidelines provided by the OTI Regional Team, discuss and assist in determining program and project agreements with governmental and non-governmental counterparts. This also may include assessing the adequacy of potential local partners in collaboration with OTI staff and/or OTI implementing partner organizations; • Coordinate with and assist other OTI teams (Operations and Management Division, Program Office) in the development of information management products and improved business practices, as well as the development of mechanisms for the dissemination of such products to OTI field staff and implementing partners. Advise and/or assist in drafting documents outlining future planning and vision in the development and implementation of OTI programs, and assist in developing and improving country program monitoring and evaluation systems, providing guidance on designing and managing final evaluations; • Analyze and report on current political developments and security concerns as well as other pertinent information required to achieve OTI's program objectives; • Assist in the conceptualization and design, as required, of country program strategies and objectives, in close coordination with OTI staff, other USAID, and U.S. Department of State personnel, and other governmental and non-governmental actors, based on political analysis and U.S. Government policy; • Represent and articulate OTI's mission and global programs to key players (select visitors, officials from international organizations, bilateral donors, and national and local foreign government officials). When required, serve as a liaison with other DCHA offices, other USAID divisions, and the State Department on program and policy direction; • Identify or seek out NGOs, international donors, USG agencies and other organizations of importance to OTI programs in Washington and the field, and develop and maintain professional relationships with them; • Provide other services as required to fulfill OTI's program objectives. SUPERVISORY RELATIONSHIP: The Transition Specialist will take direction from and will report to the Chief of Field Programs Division or his/her designee. SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. 10. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During deployment on assessment teams, Country Start-Ups, Disaster Assistance Response Teams (DARTs) (if required), and during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 11. WORK ENVIRONMENT Work is primarily performed in an office setting. During deployment on Assessments, Country Start-ups, Disaster Assistance Response Teams (DARTs) (if required), and during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Applicants who do not meet all of education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under "Applying") Bachelor's degree AND a minimum of seven (7) years of progressively responsible experience of which a minimum of five (5) years must include recent project management experience with a USG foreign affairs agency, international assistance organization, contractor or non-governmental organization, in at least two of the following general areas: political transition programming, stabilization initiatives, community development, democracy and governance, and/or humanitarian assistance. OR Master's degree with significant study in or pertinent to the specialized field, including, but not limited to, international development, and social sciences, AND a minimum of five (5) years of progressively responsible experience of which must include recent project management experience with a USG foreign affairs agency, international assistance organization, contractor or non-governmental organization in at least two of the following general areas: political transition programming, stabilization initiatives, community development, democracy and governance, and/or humanitarian assistance. AND Minimum of three (3) years of overseas field experience working in humanitarian assistance, political transition, stabilization or democracy building programs, of which a minimum of one (1) year must include field experience in one or more countries undergoing a political transition. SELECTION FACTORS (Determines basic eligibility for the position. Applicants who do not meet all of the selection factors are considered NOT qualified for the position.) • Applicant is a U.S. Citizen; • Complete and hand-signed federal form OF-612 submitted (see detailed instructions under "Applying"); • Supplemental document specifically addressing how the candidate meets each of the Education/Experience requirements, AND each of the Evaluation Factors submitted; • Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); • Satisfactory verification of academic credentials. EVALUATION FACTORS (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.) Factor #1 Demonstrated experience interacting and coordinating with various U.S. Government, foreign government, International organizations, contractor and non-governmental organizations frequently involved in political transitions/stabilization initiatives and humanitarian interventions to achieve United States foreign policy objectives; Factor #2 Demonstrated competency and experience working in complex political transition, stabilization and post-conflict environments, where implementing programming in support of U.S. government foreign objectives are complicated by interconnected issues and conflicts; Factor #3 Experience conceptualizing, designing, implementing, monitoring and evaluating political transition and/or stabilization activities, especially small grant activities; Factor #4 Demonstrated communication, writing, analytical, cross-cultural and social/interpersonal skills; demonstrated ability to communicate and represent the organization, its core values and ethos to key partners, stakeholders and beneficiaries both within and outside the USG, and from all walks of life; Factor #5 Demonstrated ability to consistently and independently perform in a complex, high visibility, and high-pressure environment; Factor #6 Active or recent U.S. government security clearance. BASIS OF RATING: Applicants who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Those applicants determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. In the event that a candidate has fully demonstrated his/her qualifications and there are no other competitive applicants, OTI reserves the right to forego the interview process. Applicants are required to address each of the Evaluation Factors on a separate sheet describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Applicant Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 - 20 Factor #2 - 15 Factor #3 - 10 Factor #4 - 10 Factor #5 - 10 Factor #6 - 5 Total Possible - 70 Points Interview Performance - 30 points Satisfactory Professional Reference Checks - Pass/Fail (no points assigned) Total Possible Points: 100 The Evaluation Factors are worth 70 out of 100 points. Be sure to fully respond to each of the Evaluation Factors and include all relevant experience, training, and/or education in your responses. Sample Evaluation Factors are provided on the GlobalCorps website at www.globalcorps.com. The most qualified candidates may be interviewed and required to provide a writing sample. OTI will not pay for any expenses associated with the interviews. In the event that a candidate has fully demonstrated his/her qualifications and there are no other competitive applicants, OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for applicants being considered for selection. APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1. A complete U.S. Government Optional Form 612 with hand-written signature (including OF-612 continuation sheets as needed) (downloadable forms are available on the USAID website, http://www.usaid.gov/forms, or internet http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or www.globalcorps.com). NOTE: Submission of a resume in addition to the required forms is encouraged. A submitted resume, however, is considered supplemental application material. Submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. All applicants must submit complete dates (months/years) and hours per week for all positions listed on the OF-612 or on supplemental OF-612 continuation sheets to allow for adequate evaluation of your direct and related experience. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements. Dates (months/years) and locations for all field experience must also be detailed. 2. A supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the 6 Evaluation Factors shown in the solicitation. NOTE: The Evaluation Factors are worth 70 out of 100 points. Applicants are required to address each of the Evaluation Factors on a separate sheet describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 403-3911 or (202) 403-3941 Via email: transitionspecialist@globalcorps.com Please note in your document submittal where you heard about this position. NOTE: If a temporary or full secret security clearance is not obtained within four months, the offer may be rescinded. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number and PSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to FAR Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) https://www.acquisition.gov/far/current/html/52_200_206.html LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do 1. Optional Form 612. 2. Medical History and Examination Form (DS-1843). ** 3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or ** 4. Questionnaire for Non-Sensitive Positions (SF-85). ** 5. Finger Print Card (FD-258). ** 6. Employment Eligibility Verification (I-9 Form). ** ** Forms 2 through 6 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 - PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. BENEFITS/ALLOWANCES: As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual & Sick Leave ALLOWANCES (if Applicable).* (A) Temporary Lodging Allowance (Section 120). (B) Living Quarters Allowance (Section 130). (C) Post Allowance (Section 220). (D) Supplemental Post Allowance (Section 230). (E) Separate Maintenance Allowance (Section 260). (F) Education Allowance (Section 270). (G) Education Travel (Section 280). (H) Post Differential (Chapter 500). (I) Payments during Evacuation/Authorized Departure (Section 600), and (J) Danger Pay (Section 650). * Standardized Regulations (Government Civilians Foreign Areas). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 ACQUISITION & ASSISTANCE POLICY DIRECTIVE (AAPD) NO. 06-10 PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/c23002.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. "MEDICAL EVACUATION (MEDEVAC) SERVICES." (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer's liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled "Emergency and Irregular Travel and Transportation." In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor's invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual's behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OTI-11-000001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20045, United States
Zip Code: 20045
 
Record
SN02320615-W 20101104/101102233934-9394fcdb593e362f5ae7b92065243997 (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.