Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

99 -- TARGET SYSTEM STORAGE SYSTEM

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0314
 
Archive Date
9/27/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0314, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 27 Aug 2012. This procurement is 100% small business set aside and the associated North American Industrial Classification Code (NAICS) code is 339999 with a business size standard of 500 employees.The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: The Contractor shall provide the following in accordance with the Statement of Work. Contract Line Item Number (CLIN) 0001 Bulk Storage Unit (Wall One); QTY: 1 Unit of Issue: Lump Sum CLIN 0002 Work Surface with Storage (Wall Two); QTY: 1 Unit of Issue: Lump Sum CLIN 0003 Center Island Work Surface with Storage; QTY: 1 Unit of Issue: Lump Sum CLIN 0004 Heavy Duty Work Stations; QTY: 1 Unit of Issue: Lump Sum Description/Specifications/Statement of Work PART A - GENERAL INFORMATION A.1 INTRODUCTION This requirement is for the provision and installation of a Target System Maintenance, Repair and Storage System in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. A.2 BACKGROUND The Government maintains and operates an automatic scoring target system. An equipment room is utilized for the repair, maintenance, and storage of target system components. A target system maintenance, repair, and storage system is required to increase space efficiency and provide work surfaces for repairs. A.3 SCOPE OF WORK The purpose of this requirement is to provide and install a Target System Maintenance, Repair and Storage System in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. The repair and storage system shall provide bulk storage unit on one wall, work surface along a second wall with storage underneath, and island work surface between the two wall units with storage underneath the work surface. All components shall be from a single manufacture and finished in the same color. All dimensions have a one half inch tolerance (plus or minus.5 inch). PART B - REQUIREMENTS B.1 BULK STORAGE UNIT (wall one) B.1.1 The contractor shall provide and install six (6) storage sections that form a bulk storage unit. Requirements for individual storage sections are: • Shall be forty five (45) inches wide and when placed next to each other fit within a 287 inch wide space. • Shall be a 99.5 inches high • Shall be thirty inches deep • Shall be assembled utilizing heavy duty uprights that contain one (1) inch increment mounting holes that can be used for installation of drawers and shelves without bolt fasteners • Shall have a minimum load capacity of 10K pounds per section • Shall have eight (8) drawers in the lower half of each section. Drawers shall have dividers and partitions. Handles shall be flush with cabinet when the drawer is closed. Drawers shall be fully extendable and dimensions shall be: o Three (3) drawers with minimum three inch usable height and full height sidewalls o Three (3) drawers with minimum five inch usable height and full height sidewalls o Two (2) drawers with minimum seven inch usable height and full height sidewalls o Drawers shall have a minimum weight capacity of 430 pounds • Shall have three (3) adjustable shelves, with removable and lockable doors, in the upper half of each section. Locks shall be part of the assembly and keyed the same. • Shall have tambour doors with the ability to independently mount or de-mount to the bulk storage wall sections. Doors are lockable and will be keyed to match all other locks. B.2 WORK SURFACE WITH STORAGE (wall two) B.2.1 The work surface with storage shall be installed on a second wall; opposite of, and parallel, to the bulk storage requirement described in B.1. The work surface with storage shall consist of five (5) storage units that, when connected, fit within a space that is 206 inches wide. Work surface shall be 43.5 inches high. Specifications for these cabinets shall include: • Three cabinets that have a width of 47 inches. Individual drawer numbers and sidewall heights shall be in accordance with the following. •One cabinet shall have six drawers; two drawers with three inch side walls, three drawers with five inch sidewall; and one drawer with a seven inch sidewall •One cabinet shall have six drawers; two drawers with a three inch side wall; three drawers with a five inch sidewall; one drawer with a seven inch sidewall One cabinet shall have eight drawers; four drawers with two inch sidewall; two drawers with a three inch sidewall; one drawer with a five inch sidewall; and one drawer with a seven inch sidewall. • One cabinet twenty eight inches wide with six drawers. Individual drawer sidewall heights shall be; two with a three inch sidewall; three with a five inch sidewall; and one with a seven inch sidewall • One cabinet thirty four inches wide with six drawers. Individual drawer sidewall heights shall be; two drawers with a three inch sidewall; three drawers with five inch sidewalls; and one drawer with a seven inch sidewall. • All cabinet depth shall be thirty inches. • Drawers shall have a minimum weight capacity of 435. • Individual drawer latches. • 100% drawer extensions • Flush handles. • Lockable and keyed the same as other locks listed in this requiremen.t B.2.2 The cabinets shall have a hardwood butcher block top with a minimum thickness of one and three quarter inches. The top shall be flush with cabinets on all sides. If the top is multiple sections the section joining points shall not align with cabinet joining points. B.2.3 The contractor shall provide three upper storage cabinets with adjustable shelves. Dimensions for each assembly should be approximately forty two inches wide, thirty six inches high, and 15 inches deep. Each assembly shall have a light on its bottom side to illuminate the work surface. The light shall be approximately three feet long. B.3 CENTER ISLAND WORK SURFACE WITH STORAGE B.3.1 The center island work surface shall be twelve feet long, five feet wide, and thirty seven and one half inches high. It shall be installed between the two requirements identified in B.1 and B.2 with the twelve foot length parallel to the wall units. The work surface shall be hardwood butcher block with a minimum thickness of one and three quarter inches, have a clear finish, and its edges shall be even with the edges of the cabinets on all sides. The work surface shall be supported by five storage units. B.3.2 The five cabinets shall be arranged with one facing outward on the width dimension and the other four arranged on the back side of the first cabinet facing outward on the length dimension in a two by two arrangement. Cabinet specifications include: • Dual hinged doors • Lockable doors keyed the same as items in B.1 and B.2 • Two heavy duty roll out storage trays with ball bearing slides in each cabinet, with a minimum weight capacity of 430 pounds • Roll out trays shall have 100% extendable slides at full weight capacity B.4. HEAVY DUTY WORK STATIONS B.4.1 Two heavy duty work stations shall be installed at the far end of the space along a wall perpendicular to the requirements in B.1 and B.2. Dimensions identified for the work station are critical. Building infrastructure that cannot be relocated is between the work stations. B.4.2 Work station one shall have the following specifications: • Three piece workstation that forms a "U" shaped configuration. Dimensions of individual components shall be 48 inches X 30 inches; 80 inches X 30 inches; and 60 inches by 30 inches. Height of work surface shall be 37 inches. • Work surface shall be 30 inches wide hardwood butcher block with a minimum thickness of one and three quarter inches (1 ¾") • Two opposing storage units under the work surface. One that is 22.25 inches wide and 28.5 inches deep with four drawers; one drawer 3 inches deep, one drawer 5 inches deep, one drawer 7 inches deep, and one drawer 11 inches deep. The second unit shall be 16 inches wide and 28.5 inches deep with three drawers; one drawer that is 5 inches deep, and two drawers that are 11 inches deep. • Two enclosed overhead cabinets that are 30 inches long and 16 inches high with retractable lockable doors. • Integrated electrical outlet strip and an under cabinet light B.4.3 Work station two shall have the following specifications: • 72 inches long X 30 inches wide X 37 inches high with a hardwood butcher block work surface that has a minimum thickness of one and three quarter inches (1 ¾"). • Two storage units under the work surface. The first unit shall be 16 inches wide and 28.5 inches deep with five drawers; two drawers three inches deep, two drawers five inches deep, and one drawer nine inches deep. The second unit shall be 16 inches wide and 28.5 inches deep with three drawers; one drawer that is 5 inches deep, and two drawers that are 11 inches deep. B.5 BASE ACCESS B.5.1 The contractor shall utilize the Rapid Gate/Pass system to obtain access to the Dam Neck Annex during equipment delivery and installation. The contractor shall include in its proposal their acknowledgement of this requirement, and that this requirement will not impact their ability to meet period of performance requirements. There is may or may not be an expense in time and fees associated with obtaining base access through this system. B.6 WARRANTY B.6.1 The contractor shall provide a one year warranty on all work and equipment provided in this requirement. The warranty shall include parts, labor, and contractor travel expenses to the Dam Neck Annex, for warranty work. B.7 SPECIAL REQUIREMENTS B.7.1. Access to the space is through standard personnel doors. B.7.2 The contractor is responsible for providing any equipment that is required for moving components into and around the space. B.7.3. The contractor shall notify the Government, in writing, two weeks prior to its intended date to deliver and install the system. This notification will prompt the Government to remove existing material and prep the space for installation of this requirement. Failure to notify the Government two weeks in advance of intended delivery may result in delays for the contractor at its own expense B.7.4. The Government will clear the space upon receipt of the contractors two week notice of intent to begin installation. SOW PART C- SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Delivery and installation of training aids shall be at the Government's facility at Dam Neck Annex of NAS Oceana in Virginia Beach, VA. C.2 DELIVERY Delivery and installation 90 days ARO. C.3.1 Contractor-Furnished Materials The contractor shall furnish all material, equipment, and labor necessary to design and install the Target System Maintenance, Repair and Storage System, except those identified as Government-furnished material in paragraph C.3.2. C.3.2 Government-Furnished Material and Services The Government will furnish the following: • Access to 110 VAC for operation of power tools. A site survey, if necessary, will be conducted at a Site located in Virginia Beach, Virginia on Friday, September 7, 2012 at 10:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive precisely at 10:00AM EST to the Naval Special Warfare Development Group (NSWDG) Visitors Center at NAS Oceana, Dam Neck Annex in Virginia Beach, VA. There will not be another opportunity to view the site. Visitors will have to travel to the Fort Story Main Gate in order to get their visitor passes. Directions and procedures will be provided once the vendor has submitted the below information. Please note that visitors will first have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit the following information by no later than Tuesday, September 4, 2012 at 2:30 PM EST to Danyiele Peterson via email only at danyiele.peterson@vb.socom.mil. Insert the solicitation into the subject line of the email. Please call 757-862-9466 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. 1) Full Name of each individual attending the site visit 2) Race of each individual attending the site visit 3) Company name (including DUNS#, Cage Code) 4) Full social security number of each individual attending the site visit 5) Date of birth of each individual attending the site visit 6) Place of birth of each individual attending the site visit 7) Country of citizenship of each individual attending the site visit 8) Vehicle Information to include the make/model/year/color/state/license plate #/ of each vehicle. 9) Please note that in order to obtain a vehicle pass you will have to display the appropriate ID, registration, vehicle inspection slip (if applicable) etc... CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. All FAR Representation and Certifications shall be submitted through www.sam.gov. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offer 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 the offers in descending order of importance: (1) Technical approach: All proposals shall contain written and visual descriptions of the material being proposed and how they are installed, supported, and anchored. The contractor's visual presentation of this requirement shall place all items along one wall. Contractor shall provide detailed specifications for each component that state how they meet the specifications outlined in this requirement. (2) Past Performance of work of similar scope that has been completed within the last 4 years. (3) Price. Contractor shall provide a detailed cost/price breakdown of its quote. (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 order, shall result in a binding contract without further action by either party. Before the offer specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiation after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 April 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 12 Sep 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0314/listing.html)
 
Record
SN02865928-W 20120906/120904235604-d78f3dd709da0131d861a61e0202dcdf (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.