Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

R -- Printing & Mailing for OCSE

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541860 — Direct Mail Advertising
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00022
 
Archive Date
1/1/2011
 
Point of Contact
Gabriel Wright, Phone: 3014432475
 
E-Mail Address
gabriel.wright@psc.hhs.gov
(gabriel.wright@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) 11-233-SOL-00022. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This requirement is a total small business set aside. The NAICS code is 541860 Direct Mail Advertising with a small business size standard of $7.0 million dollars. The due date for receipt of proposals is NLT 1:00 PM EST December 17, 2010. Proposals shall be submitted electronically to Mr. Gabriel Wright at Gabriel.Wright@psc.hhs.gov. 1.Background The Federal Offset Program is a government-wide delinquent debt matching and payment offset system. It is a means of offsetting Federal payments due the delinquent debtor from the Federal Tax Refund Offset Program and the Administrative Offset Program. It is a cooperative effort between the Office of Child Support Enforcement (OCSE) and Treasury's Financial Management Service (FMS). The Program refers the names of non-custodial parents who are past due in their child support obligations to FMS to offset payments being refunded to delinquent obligors. One of the functions OCSE performs is the production of a pre-offset notice to be sent to those individuals who have been submitted for potential administrative and/or tax refund offset. This notice, mailed in double window envelopes to the delinquent debtor at the address used to file his/her last year's tax return or the most current address on file at the State and submitted to OCSE, may be sent by either OCSE or the IV-D agency at the State's option. (Currently 25 States and/or jurisdictions elected to have OCSE send their pre-offset notices.) These pre-offset notices will be mailed to delinquent debtors and inform the individual of the amount of support claimed to be past due. New cases may be added to the program throughout the year with a corresponding pre-offset notice being issued to the non-custodial parent. The pre-offset notice informs the individual of the amount of support claimed to be past due, provides a State or local contact address and phone number to whom the obligor may submit any objections regarding the proposed administrative and/or tax refund offset. 2.Project Objective The objective of this contract is to perform all steps necessary to complete the timely printing and mailing of all OCSE issued pre-offset notices within one week of receipt. Only new cases require pre-offset notices be mailed to the non-custodial parent. States may also request that additional pre-offset notices be issued to an obligor as needed. The contract will be structured to provide for a base year and four option periods (five-year contract total) consistent with the current contract structure. 3.Statement of Work and Detailed Technical Requirements The contractor must have on site computer capability to use Coding Accuracy Support System (CASS) or a similar system to read and process CD-ROM data provided by OCSE containing the nine-digit Postal Service Information to assist the contractor in sorting the cases for mailing. The contractor's computer system must be certified by the Postal Service in order to attain a lower postage mailing rate which would result in significant cost savings to both State and Federal governments. The contractor must be able to include appropriate postal bar codes on each notice. It is estimated that the number of notices will not exceed 3.5 million but could be as low as 1.5 million per year based on current legislative requirements. However, should there be future legislative changes, the amount per year may exceed 3.5 million. The contractor will be required to purchase and store envelopes to complete deliveries 1 to 2 months before work starts. In addition, any leftover envelopes must be stored until the contract period is over at which time the envelopes will be stored at contractor's facility. It would be the responsibility of the new contractor to transport the unused envelopes to their warehouse immediately after the expiration of the current contract. Consequently, this could involve moving and storing from 200,000 to 3.5 million envelopes depending on the time of the year. The steps to be completed: •file conversion and CASS certifying addresses •print pre-offset notices •burst and trim the notices; •fold, stuff, and seal the notices into the double window envelopes with indicia provided by the Government; •compare machine counts of notices ready for mail with the counts on the disk supplied by OCSE •within 5 business days of delivery of file from OCSE, print, insert and deliver the mail to the local mass mailing center and have the postal service complete the appropriate USPS Form; •keep OCSE informed on a daily basis of status of all processing and mailing orally and/or in writing; and •reprint damaged notices •purchase and store envelopes on site from the time of delivery for use throughout the year. All appropriate Federal regulations regarding the handling and safeguarding of tax information will be strictly observed and enforced (see IRS Publication 1075). 4. General Requirements and Deliverables: Independently, and not as an agent of the Government, the contractor shall furnish the necessary personnel, facilities, equipment, materials, and supplies (except as otherwise, specified herein) and perform the work set forth below. The contractor must establish written safeguards for the transportation, processing, and storage of the tax information in conformance with section 6103(p)(4) of the Internal Revenue Code (IRC). Only authorized employees will be permitted to handle the notices. All affected employees of the contractor will receive, read, understand, and follow the procedures as delineated in IRS Publication 1075 (Tax Information Security Guidelines). Printing of the notices will commence on January 25, 2011 (approximately) at the rate of approximately 37,000 per week and mailing will start on a weekly basis beginning on or around January 28, 2011. The contractor will be required to mail pre-offset notices throughout the year for new and existing cases (the contractor will be provided with the new cases on a weekly basis). The pre-offset notice is currently a one page notice with the name and address of the non-custodial parent as the addressee and the State or local Child support office as the return address on the first page. However, the contractor must be able to print, insert and mail multiple-page notices, as well as different notice formats if required. Care must be taken when printing, trimming, bursting, folding, sealing and mailing the notice so that the page(s) will align properly, thus reducing the number of damaged pre-offset notices. The pre-offset notices will be processed in sequence. The notices will be inspected to ensure that composition and alignment are correct to allow for efficient processing. Notices will be printed, burst, trimmed, and folded so the appropriate name and address of the noncustodial parent and the return address show through the windows of the double window envelopes and then the notice should be stuffed in the envelope. The envelope must then be sealed and ready for mailing. The count of the number of notices put through the mailing machine must be compared with the count of the number of notices printed. The counts must agree. If they do not, they must be rectified immediately (differences should be attributed to damaged notices only). Any notices damaged during processing will be reprinted, inserted and mailed within 2 business days of such damage. The contractor must constantly observe the processing of the notices and immediately stop the processing when damaged or mutilated notices occur, thus minimizing the number of notices that must be reprinted and processed. The contractor will have USPS Form 3606 (Sender's Statement for Foreign Mail) or USPS Form 3600-R (Statement of Mailing) signed by the post office when verifying the mail. These forms will be sent to OCSE immediately after the mailing occurs. These forms will be part of the reconciliation process. Prior to award the prospective contractor must be available to conduct a test of all machines which will actually be used to process the pre-offset notices. At least 1,000 notices, divided equally among all machines to be used, must be included in the test run. The run should include each phase of the process except the actual mailing. The contractor will also be required to conduct annual tests of at least 1,000 notices if deemed necessary by OCSE. The contractor must describe exactly how it will fix mechanical or other problems that come up during processing. This is to include whether or not back-up machines will be used, and if not, whether a subcontractor will be engaged to perform the work. If this is the case, the subcontractor's name, address, telephone number, and experience with this type of work must be specified. Also, the capacity in terms of the amount of work the subcontractor is capable of handling within a 24 hour period must be described. All security considerations attendant to the transport to the subcontractor, and the subcontractor's processing and storage of the information must be described in the written security guidelines. If a repair shop is to be called upon to fix the machines, the name, address, telephone number of the repair shop must be specified. Also to be specified is the time frame after the problem occurs in which the repair shop will be called and the problem will be fixed. The contractor is required to carry an appropriate level of Errors and Omissions Insurance Coverage and provide a Certificate of Insurance copy. OCSE must be immediately notified of any problems that do occur, and be kept continually informed of what actions are being taken to remedy such problems and the progress of these actions. The contractor must allow OCSE to inspect the work site, as it deems necessary. 5. Level of Effort Estimates of the Level of Effort required to carry out the work described herein for the 12 months of the contract are provided below. The government presents this description of the level of effort only as an example of how to carry out the scope of work. Offerors are expected to make their own independent assessment of the resources required to perform the stated tasks. The level of effort provided below is for the 12-month base period of the contract. The level of effort for Option Year 1 through Option Year 4 is the same as for the base year as cited below. POSITION PERSON HOURS Mail Clerk 2,625 Data Processing Clerk 1,000 6. Contract Type: Firm Fixed Price 7. Place of Performance: The place of performance shall be within a 50 mile radius of HHS Headquarters 901 D Street SW Washington, DC 20447 8. Period of Performance: The contract period of performance shall be twelve months from date of award. The contract also includes four option years that may be unilaterally exercised at the Government’s discretion. Provisions & Clauses: Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2008), applies to this acquisition. Paragraph (b)(8) is amended to state that all contractors shall submit a copy of their Online Representations and Certifications Application (ORCA). All questions pertaining to the contents of this RFQ must be submitted in writing. The Government shall respond to all questions and distribute both the questions and responses as soon as they are completed. Questions may also be transmitted via electronic mail at Gabriel.Wright@psc.hhs.gov not later then 1:00 PM EST, November 29, 2010. DHHS/PSC/SAS/DAM 5600 Fishers Lane Parklawn Building, Room 5-101 Rockville, MD 20857 Attn: Gabriel Wright, Contract Specialist RFP No. ACF42228 The Contractor shall submit to the address above, one original hardcopy of each volume of the proposal, as well as one electronic copy (via email) to this Gabriel.Wright@psc.hhs.gov no later then 1:00 pm EST, December 17, 2010. Please note that the technical, and price quotations shall be submitted in separate volumes. Volume I, Technical Quote – The vendor shall provide a quote addressing the evaluation factors in the solicitation. Volume II, Price Proposal - The vendor shall submit a firm fixed price quote base year of the contract and each option period. Vendors shall reference the RFQ Number on the cover page of their proposals. CLINTask QtyUnitUnit PriceAmount 0001Base year12MO$0.00 $0.00 0002Option Year 112MO$0.00 $0.00 0003Option Year 212MO$0.00 $0.00 0004Option Year 312MO$0.00$0.00 0005Option Year 412MO$0.00$0.00 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotations will be evaluated in accordance with the criteria set forth below to determine the vendor’s demonstrated ability to provide the required goods/services. Quotations must be specific and compliant with all terms and conditions of the solicitation in order to be acceptable. The vendor shall clearly and completely address the factors as required by the solicitation. Any quotation failing to address all of the elements of the solicitation factors will be considered an indication of the vendor’s lack of understanding of, and response to, the Government’s requirements and may result negatively in overall quotation evaluation. Factors are listed in descending order of importance Security and Storage The vendor’s quote shall demonstrate the vendor’s process for ensuring that the mail distribution adheres the regulations set forth in the IRS Publication 1075 Tax Information Security Guidelines for Federal, State and Local Agencies. Technical Approach The vendor’s quote shall demonstrate the vendor’s ability to handle high volume mail processing. The contractor shall describe their ability to accurately process mail utilizing Coding Accuracy Support Systems and other business practices to ensure accurate delivery and processing of mail. Past Performance Past Performance of Similar Tasks – Please provide at least 3 but no more than 5 references of similar efforts by your organization for the last three years for performing high volume mailing services for Federal, State or Local governments. The Government may also consider information obtained through other sources. Past Performance information will be utilized to determine the quality of the contractor’s past performance as it relates to the probability of success of the required effort. If the vendor does not have any past performance references, then the contractor will be evaluated by neutral. (References will be checked) Price Contract award shall be made to the responsible vendor whose offer, in conforming to this RFQ, provide the overall best value to the Government, past performance, technical factors, and price considered. A vendor’s quote may not be considered when the proposed price is unreasonably high or unrealistically low. In the event quotes are evaluated as technically equal in quality, price will become a major consideration in selecting the successful vendor Vendors will also be evaluated for appropriate labor mixes and price reasonableness. HHS intends to award without discussions; however, HHS reserves the right to hold discussions if required. Accordingly, each initial quotation should be submitted on the most favorable price and technical terms that the vendor can submit to HHS. Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 2010), Offerors are required to submit a completed copy of its Online Representations and Certifications found at https://orca.bpn.gov/. 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquistions.gov (End of provision) 52.202-1 Definitions. (JULY 2004) 52.203-3 Gratuities. (APR 1984) 52.203-5 Covenant Against Contingent Fees. (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government. (SEP 2006) 52.203-7 Anti-Kickback Procedures. (JULY 1995) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity. (JAN 1997) 52.203-10Price or Fee Adjustment for Illegal or Improper Activity. (JAN 1997) 52.203-12Limitation on Payments to Influence Certain Federal Transactions. (SEP 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (AUG 2000) 52.204-7Contractor Central Registration (APR 2008) 52.204-8Annual Representations and Certifications. (JAN 2006) 52.204-9Personal Identity Verification of Contractor Personnel. (JAN 2006) 52.209-6 Protecting the Government=s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUL 2010) 52.212-4Contract Terms and Conditions - Commercial Items. (JUN 2010) 52.224-1Privacy Act Notification (APR 1984) 52.224-2Privacy Act (APR 1984) 52.232-18Availability of Funds (APR 1984) 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days after contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. (JUL 2010) (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: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 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: Contracting Officer check as appropriate. [X ](1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 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 (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [ ](4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note). [ ](5) 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements (JUL 2010) (Pub. L. 111-5). [ ](6) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). [ ](7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ](8) (Reserved) [X](9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). [ ](ii) Alternate I (OCT 1995) of 52.219-6. [ ] (iii) Alternate II (MAR 2004) of 52.219-6. [ ](10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). [ ](ii) Alternate I (OCT 1995) of 52.219-7. [ ] (iii) Alternate II (MAR 2004) of 52.219-7. [X](11) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). [ ](12)(i) 52.219-9, Small Business Subcontracting Plan (JUL 2010) (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. [ ](iv) Alternate III (JUL 2010) of 52.219-9. [X](13) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). [ ](14) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ](15)(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 (JUN 2003) of 52.219-23. [ ](16) 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). [ ](17) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [ ](18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004)(15 U.S.C. 657 f). [ ](19) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). [X](20) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X](21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). [X](22) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). [X](23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). [X](24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). [X](25) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). [X](26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). [ ](27) 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.) [ ](28)(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)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ](ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ](29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). [ ](30)(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. [ ](31) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). [ ](32)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). [ ](ii) Alternate I (JAN 2004) of 52.225-3. [ ](iii) Alternate II (JAN 2004) of 52.225-3. [ ](33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ ](34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ](35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). [ ](36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). [ ](37) 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)). [ ](38) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [X](39) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). [ ](40) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00022/listing.html)
 
Place of Performance
Address: The place of performance shall be within a 50 mile radius of HHS Headquarters 901 D Street SW Washington, DC 20447, United States
Zip Code: 20447
 
Record
SN02329260-W 20101119/101117234445-60d8d5c482cd5299f9b2a8ef0afa71a1 (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.