Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2013 FBO #4281
SOLICITATION NOTICE

D -- Oracle T2000 Premier Support & Maintenance for Systems - GPAT template

Notice Date
8/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL131RQ21778
 
Archive Date
9/6/2013
 
Point of Contact
Crystal N Zorich, Phone: 2026937167, Keith L. Rhodia, Phone: 2026937195
 
E-Mail Address
zorich.crystal.n@dol.gov, rhodia.keith.l@dol.gov
(zorich.crystal.n@dol.gov, rhodia.keith.l@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
GPAT Template RFQ: DOL131RQ21778 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation that will be issued. Firm-fixed price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-68. This requirement is unrestricted in competition. The Classification Code is D - Information Technology Services, and the NAICS code is 541519 (Other Computer Related Services). REQUIREMENT: The United States Department of Labor, Employment Training Administration is seeking a contractor to provide Oracle T2000 Premier Support & Maintenance for Systems, SUN-US1070541. 1. Background The DOL Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) focuses on creating and maintaining resource light IT environments for ETA applications that support the increasing need for information sharing and collaboration; managing information in this new environment plays a critical role in enabling the ETA's efforts to transform Agency operations and respond quickly and accurately to emerging scientific, technological, and economic trends affecting its mission. This hardware is an industry standard, one that ETA personnel are already knowledgeable on and trained on and there are no substitutes or other options. Additionally, this hardware is to replace and augment our current application infrastructure that is comprised of Oracle Sun Fire T2000 for both the National Office and State Workforce Agencies. Any other type of servers would not be compatible with the current infrastructure and add considerable additional work to implement and possibly more expense for the government. 2. Objectives The OIST is looking at this action to procure hardware and software support (both technical and upgrade support) for the Oracle Inc. hardware and software products that are in use by ETA to support ETA Program office Missions. 3. Scope The scope of this action will be software support (both technical and upgrade support) for the Oracle Inc. Software products that are in use by ETA to support the Application Systems that are managed by OIST. 4. Specific Tasks/Deliverables The tasks are as follows: Provide Updates and Technical Support for the listed Oracle Customer Support Numbers that identify the Oracle Products purchased and in use by ETA through OIST in support of the ETA Applications. The contract must have direct access to the OEM for support throughout the period of performance, provide dedicated toll free access and be able to meet the requirement for Oracle Premier Support for Systems, which consists of 2 hour on site hardware service, 24/7 technical support from Oracle's system experts, and Operation system updates for servers. Number Product Description Serial Number Location CSI# 1 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN008 US DEPT OF LABOR - UI DIVISION 2C 1327 LOCKEY ST RM 403 HELENA LEWIS AND CLARK MT 59601 United Stat 17061625 2 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01L US DEPT OF LABOR - QC UNIT RM A202 1205 WILLIAMSON DR RALEIGH WAKE NC 27608 United States 17061625 3 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01W US DEPT OF LABOR - QC UNIT BLDG 12 STATE OFC CAMPUS RM 282A ALBANY ALBANY NY 12240 United States 17061625 4 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00L US DEPT OF LABOR - UI QUALITY CONTROL 2401 NORTH LINCOLN BLVD OKLAHOMA CITY OKLAHOMA OK 17061625 5 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN008 US DEPT OF LABOR - EMPLOYMENT SECURITY DIVISION 1111 W 8TH ST RM 101A JUNEAU JUNEAU BOROUGH AK 17061625 6 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN00D US DEPT OF LABOR - EMPLOYMENT SECURITY DIVISION QC 200 FOLLY BROOK BLVD WETHERSFIELD HARTFORD CT 06 17061625 7 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01B US DEPT OF LABOR - DIV OF UNEMPLOYMENT INS-QC UNIT 4425 N MARKET ST WILMINGTON NEW CASTLE DE 17061625 8 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00A US DEPT OF LABOR - CALDWELL BLDG BLDG B-2 107 EAST MADISON ST TALLAHASSEE LEON FL 32399 17061625 9 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN01U US DEPT OF LABOR - LABOR AND INDUSTRY BLDG BAM FL 5TH 7TH AND FORSTER STREETS HARRISBURG DAUPHIN PA 17061625 10 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN03H US DEPT OF LABOR - UI SUPPORT & CUSTOMER SERVICE QC 101 EAST 15TH ST RM 354 AUSTIN TRAVIS TX 78778 17061625 11 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN007 : US DEPT OF LABOR - QUALITY CONTROL UNIT 703 EAST MAIN ST RM 204 RICHMOND HENRICO VA 23219 United St 17061625 12 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01C US DEPT OF LABOR - QC UNIT FL 5TH 112 CALIFORNIA AVE RM 107 CHARLESTON KANAWHA WV 17061625 13 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01A US DEPT OF LABOR - STATE OF WI DWD UI DIVISION 201 E WASHINGTON AVE MADISON DANE WI 53703 United St 17061625 14 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN016 US DEPT OF LABOR - QC UNIT - INSURANCE DIVISION 100 WEST MIDWEST ST CASPER NATRONA WY 82601 17061625 15 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0920NNN03S US DEPT OF LABOR - UI DIVISION QC UNIT 1100 N EUTAW ST RM 501 BALTIMORE BALTIMORE (IND CITY) MD 17061625 16 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN01D US DEPT OF LABOR - DEPT OF LABOR & TRAINING BAM UNIT BLDG 70 FL 3 1511 PONTIAC AVE CRANSTON PROVIDENCE, RI 17061625 17 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN03K US DEPT OF LABOR - OREGON EMPLOYMENT DIVISION UI QUALITY CONTROL 875 UNION ST NE RM 201 SALEM MARIO 17061625 18 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0914NNN034 US DEPT OF LABOR - DEPT OF EMPL & TRAINING 10 N SENATE AVE RM SE201 INDIANAPOLIS MARION IN 17061625 19 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN00W US DEPT OF LABOR - QUALITY CONTROL UNIT 550 S 16TH ST LINCOLN LANCASTER NE 68508 17061625 20 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0903NNN017 US DEPT OF LABOR - 200 CONSTITUTION AVE NW WASHINGTON DIST OF COLUMBIA DC 20210 17061625 21 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00X US DEPT OF LABOR - MICRO SYSTEMS SUPPORT 1309 SW TOPEKA BLVD TOPEKA SHAWNEE KS 66612 17061625 22 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN02G US DEPT OF LABOR - UI QC UNIT ADMIN BLDG RM 338 1001 N 23RD ST BATON ROUGE EAST BATON ROUGE LA 17061625 23 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN01A US DEPT OF LABOR - 45 COMMERCE DR AUGUSTA KENNEBEC ME 04332 17061625 24 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN01S US DEPT OF LABOR - 148 INTERNATIONAL BLVD NE STE 700 ATLANTA FULTON GA 30303 17061625 25 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN024 US DEPT OF LABOR - 212 MAPLE PARK, OLYMPIA THURSTON WA 98504 17061625 26 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN02V US DEPT OF LABOR - 32 SOUTH MAIN ST CONCORD MERRIMACK NH 03301 17061625 27 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN02Y US DEPT OF LABOR - 1235 ECHELON PKWY JACKSON MADISON MS 39213 17061625 28 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN04L US DEPT OF LABOR - 1789 W JEFFERSON 721A PHOENIX MARICOPA AZ 85007 17061625 29 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01S US DEPT OF LABOR - 5 GREEN MTN DR MONTPELIER WASHINGTON VT 05602 17061625 30 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00D US DEPT OF LABOR - 633 17TH ST FL 8TH DENVER DENVER CO 80202 17061625 31 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00J : US DEPT OF LABOR - 1000 E. DIVIDE AVE BISMARCK BURLEIGH ND 58506 17061625 32 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN017 US DEPT OF LABOR - 220 FRENCH LANDING DR FL 1ST B NASHVILLE DAVIDSON TN 37243 17061625 33 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN019 US DEPT OF LABOR - 649 MONROE ST STE 321 MONTGOMERY MONTGOMERY AL 36131 17061625 34 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01J US DEPT OF LABOR - 64 NEW YORK AVENUE N.E. FL 3RD WASHINGTON DIST OF COLUMBIA DC 20002 17061625 35 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN00K US DEPT OF LABOR - 54 A & B KRONPRINDSENS ST THOMAS CA Virgin Islands, U.S. 17061625 36 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01M US DEPT OF LABOR - 830 PUNCHBOWL ST STE 317 HONOLULU HONOLULU HI 96812 17061625 37 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01N US DEPT OF LABOR - 4200 E. FIFTH AVENUE COLUMBUS FRANKLIN OH 43219 17061625 38 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN069 US DEPT OF LABOR - OPS CENTER TECHNICAL SERVICES 7285 PARSONS DR LANSING CLINTON MI 48913 17061625 39 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN06B US DEPT OF LABOR - 275 EAST MAIN ST FRANKFORT FRANKLIN KY 40621 17061625 40 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN010 US DEPT OF LABOR - 2 CAPITOL MALL LITTLE ROCK PULASKI AR 72201 17061625 41 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01E : US DEPT OF LABOR - 556 MUNPS RIVERA AVE FL 2ND B HATO RAY 00918 Puerto Rico 17061625 42 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN04D US DEPT OF LABOR - 500 E 3RD ST CARSON CITY CARSON CITY (IND CIT NV 89713 17061625 43 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN019 Minnesota Department of Employment and Economic Development UI Quality Control 1st National Bank Building 332 Minnesota Street, Suite E200 St. Paul, MN 55101-1351 17061625 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00K Minnesota Department of Employment and Economic Development UI Quality Control 1st National Bank Building 332 Minnesota Street, Suite E200 St. Paul, MN 55101-1351 17061625 44 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN021 US DEPT OF LABOR - BENEFIT QUALITY CONTROL JOHN FLETCH PLZ RM 805 TRENTON MERCER NJ 08625 17061625 45 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN02F US DEPT OF LABOR - 1550 Gadsden st _ Columbia Lexington SC 29202 17061625 46 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN013 : US DEPT OF LABOR - UTAH DEPT OF WORK FORCE SVCS BAM FL 3 140 EAST - 300 SOUTH ST SALT LAKE CITY 17061625 47 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN022 : US DEPT OF LABOR - OFFICE OF LABOR QUALITY CONTROL UI DIVISION 420 S ROOSEVELT ST ABERDEEN BROWN SD 17061625 48 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN06A US DEPT OF LABOR - EMPL SEC-UI DIV QC UNIT 19 STANFORD ST FL 2 CHARLES HURLEY BLDG BOSTON SUFFOLK M 17061625 49 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00W US DEPT OF LABOR - UNEMPLOYMENT INSURANCE QC 401 BROADWAY NE TTIWA BLDG FL 4 ALBUQUERQUE BERNALILLO NM 17061625 50 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN00S : US DEPT OF LABOR - DEPT OF EMPLOYMENT SECURITY QC UNIT 33 SOUTH STATE ST RM 9108 3N7C CHICAGO COOK Ill 17061625 51 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0916NNN01T US DEPT OF LABOR - IWD ADMIN BLDG W WING N SIDE FL 2 1000 E GRAND AVE DES MOINES POLK IA 50319 17061625 52 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN01T US DEPT OF LABOR - INFORMATION SERVICES - SW SECTOR FL 4TH 317 MAIN ST BOISE ADA ID 83735 17061625 53 SF T2000 4core 1.0GHz 8GB 2x73 T20,4C,08GB,2X73G_1.0GH,ONT3 0922NNN011 US DEPT OF LABOR - UI PROGRAMS 421 E DUNKLIN ST JEFFERSON CITY COLE MO 65104 17061625 5. Place of Performance All Major work will be performed at one of the listed locations of the Department of Labor State Offices. 6. Government Furnished Information (GFI) Government Furnished Information: The Government will work directly with the contractor to provide information required during the consulting. Project Plan will be provide at a later date. 7. Other Pertinent Information or Special Considerations The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools. 8. Post-Award Administration Completion of all deliverables, quality and timeliness of delivery, as well as incidents and types of defects, will be used to evaluate the Contractor's progress and suitability. 9. Period of Performance Date of Award to June 8, 2014 Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Web Applications delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Web applications delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Web Application outputs/deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The following provisions and clauses apply to this procurement: FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim,, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses FAR 52.212-01 - Instructions to Offerors Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RQ21778), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 12:00 pm EST on Friday, August 16, 2013 to ZORICH.CRYSTAL.N@DOL.GOV, please do not call for information. Responses to the questions will be posted as an attachment to the solicitation on www.fbo.gov with no information as to the origin of the question. All quotes shall be received no later than Thursday August 22, 2013 by 4:00PM EST by e-mail to the attention of Ms. Crystal Zorich, ZORICH.CRYSTAL.N@DOL.GOV. All responsible vendors may submit a quote that, if timely received shall be considered for award. Quotes shall not exceed 5 MB in size. QUOTES WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2 Selection of a vendor for contract award will be based on an evaluation of proposals against the following factors: TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement. PRICE: Please provide LUMP SUM or one TOTAL PRICE as part of the quote for all work being accomplished. Offerors shall not submit itemized pricing as part of their bid. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications (ORCA) must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the proposal. PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched. RELATIVE IMPORTANCE: Technical is more important than price. BASIS FOR AWARD: Contract award will be made to the Lowest Price Technically Acceptable Offeror (LPTA). This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated. IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall be received no later than Thursday August 22, 2013 by 4:00PM EST by E-mail to the attention of Ms. Crystal Zorich, ZORICH.CRYSTAL.N@DOL.GOV. Quotes shall not exceed 5MB is size.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RQ21778/listing.html)
 
Place of Performance
Address: 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03145429-W 20130814/130812234916-73b9732e5562ee0e6927d1d2685e4eec (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.