Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2013 FBO #4257
SOLICITATION NOTICE

D -- In Classroom Radar Simulation - Statement of Work

Notice Date
7/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center Yorktown, Thayer Hall, Room 211, Yorktown, Virginia, 23690-5000, United States
 
ZIP Code
23690-5000
 
Solicitation Number
HSCG41-13-Q-QW2709
 
Archive Date
8/17/2013
 
Point of Contact
Anastasia McClurg, Phone: 7578562481, Sharon K Griffin, Phone: 757-856-2332
 
E-Mail Address
Anastasia.McClurg@uscg.mil, sharon.k.griffin@uscg.mil
(Anastasia.McClurg@uscg.mil, sharon.k.griffin@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval for Sole Source Service Contract Act Wage Determination Price Sheet for In Classroom Radar Simulation In Classroom Radar Simulation Statement of Work 1. This announcement is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. The solicitation number is HSCG41-13-Q-QW2709 and is being issued as a Request for Quotation (RFQ). 3. This is a sole source acquisition; competition for this procurement is Other Than Full and Open Competition. The North American Industry Classification Systems (NAICS) code for this requirement is 541519 the small business standard is $25,500,000.00. 4. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. The USCG intends to award a Firm Fixed Price Contract on the basis of other than full and open competition to purchase supplies and services to provide radar simulation capability which shall integrate with existing Buffalo Computer Graphic Enhanced Graphical User Interface (GUI2) and Sperry BridgeMaster Radar Emulation Software (PCBME) user interfaces, and network architecture in Room 237, Canfield Hall, USCG Training Center, Yorktown, VA. Additionally, the radar simulation capability shall run on Microsoft Windows XP Operating System. See attached SOW. The USCG intends to negotiate with and award to Buffalo Computer Graphics because it owns the rights to proprietary data of the simulation software. It is the Government's belief that only Buffalo Computer Graphics can provide the items and services identified below. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements, including past performance. The submission of this data shall not impede award of this contract. The Government does not intend to pay for information solicited. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 5. The USCG intends to acquire the following items: ITEM 0001: Classroom Radar Simulation. 6. The following FAR and HSAR provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text. 7. The point of contact for this RFQ is SK2 Anastasia McClurg, 757-856-2481. The offeror shall submit an electronic version of their quote in word, excel, or adobe pdf format by 12:00 pm DST (Eastern) on Friday, August 2, 2013 via e-mail to Anastasia.mcclurg@uscg.mil. Any questions must be emailed to SK2 McClurg no later than 1:00 pm DST (Eastern) on Tuesday, July 30, 2013. 8. The contractor shall provide a quote that addresses all SOW requirements, with no exceptions. The contractor's quote package shall include the completed pricing sheet, and a proposal not to exceed 10 pages (standard letter size) in 12 font print. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response. a. The solicitation number; b. The name, address, and telephone number of the offeror; c. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; d. Completed pricing spreadsheet; e. Terms of any express warranty; f. Price, availability and any discount terms; g. A completed copy of the representations and certifications at FAR 52.212-3; h. Acknowledgement of Solicitation Amendments; i. Company Tax Information Number and DUNS Number. FAILURE TO ADDRESS ANY OF THE ABOVE WILL RENDER THE QUOTE UNACCEPTABLE. - FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2012) Certification and Representations shall be submitted via https://www.acquistition.gov. - FAR 52.212-4, Contract Terms and Conditions- Commercial Items (Jun 2013) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013). (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)). [ ] Alternate I (AUG 2007) of 52.222-50 (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.] [ ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [ ] (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). [X] (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (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). [X] (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). [ ] (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). [ ] (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). [ ] (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). [ ] (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). [ ] (11) [Reserved] [ ] (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). [ ] (ii) Alternate I (Nov 2011). [ ] (iii) Alternate II (Nov 2011). [ ] (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [ ] (ii) Alternate I (Oct 1995) of 52.219-7. [ ] (iii) Alternate II (Mar 2004) of 52.219-7. [ ] (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). [ ] (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (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 (July 2010) of 52.219-9. [ ] (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). [ ] (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). [ ] (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). [ ] (ii) Alternate I (June 2003) of 52.219-23. [ ] (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [ ] (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [ ] (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). [X] (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). [ ] (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Apr 2012). [ ] (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Apr 2012). [X] (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [ ] (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [ ] (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). [ ] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). [ ] (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (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.) [ ] (35) (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.) [X] (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). [ ] (37) (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. [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). [X] (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). [X] (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (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 (Mar 2012) of 52.225-3. [X] (iii) Alternate II (Mar 2012) of 52.225-3. [ ] (41) 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (42) 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). [ ] (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [ ] (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [ ] (45) 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)). [ ] (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [X] (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). [ ] (48) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [ ] (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). [ ] (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [ ] (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). [ ] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). THIS STATEMENT IS FOR INFORMATION ONLY. THIS IS NOT A WAGE DETERMINATION. By occupational code, title and rate GS 12/13 Software Engineer12/13 $37.37/$44.43 See www.opm.gov for information on benefits. [ ] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). [ ] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [ ] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [ ] (6) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495) [ ] (7) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). [ ] (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). [ ] (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). [ ] Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: [The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.] (a) Provisions. [ ] 3052.209-72 Organizational Conflicts of Interest. [ ] 3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause. [ ] 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program. (b) Clauses. [ ] 3052.203-70 Instructions for Contractor Disclosure of Violations. [ ] 3052.204-70 Security Requirements for Unclassified Information Technology Resources. [ ] 3052.204-71 Contractor Employee Access. [ ] Alternate I [ ] 3052.205-70 Advertisement, Publicizing Awards, and Releases. [ ] 3052.209-73 Limitation on Future Contracting. [ ]3052.215-70 Key Personnel or Facilities. [ ] 3052.216-71 Determination of Award Fee. [ ] 3052.216-72 Performance Evaluation Plan. [ ]3052.216-73 Distribution of Award Fee. [ ] 3052.217-91 Performance. (USCG) [ ] 3052.217-92 Inspection and Manner of Doing Work. (USCG) [ ] 3052.217-93 Subcontracts. (USCG) [ ] 3052.217-94 Lay Days. (USCG) [ ] 3052.217-95 Liability and Insurance. (USCG) [ ] 3052.217-96 Title. (USCG) [ ] 3052.217-97 Discharge of Liens. (USCG) [ ] 3052.217-98 Delays. (USCG) [ ] 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair. (USCG) [ ] 3052.217-100 Guarantee. (USCG) [ ] 3052.219-70 Small Business Subcontracting Plan Reporting. [ ] 3052.219-71 DHS Mentor Protégé Program. [ ] 3052.228-70 Insurance. [ ] 3052.228-90 Notification of Miller Act Payment Bond Protection. (USCG) [ ] 3052.228-91 Loss of or Damage to Leased Aircraft. (USCG) [ ] 3052.228-92 Fair Market Value of Aircraft. (USCG) [ ] 3052.228-93 Risk and Indemnities. (USCG) [ ] 3052.236-70 Special Provisions for Work at Operating Airports. [X] 3052.242-72 Contracting Officer's Technical Representative. [ ] 3052.247-70 F.o.B. Origin Information. [ ] Alternate I [ ] Alternate II [ ] 3052.247-71 F.o.B. Origin Only. [ ] 3052.247-72 F.o.B. Destination Only. (End of clause) THERE IS NO DPAS RATING FOR THIS PROCUREMENT. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTC/HSCG41-13-Q-QW2709/listing.html)
 
Place of Performance
Address: Contractor's Location and USCG Training Center, Yorktown, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN03121699-W 20130721/130719234254-b4300c57b7bda5719c7d102f21e64422 (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.