AWARD
F -- Native American Consultation, OL-N, Nevada
- Notice Date
- 9/3/2015
- Notice Type
- Award Notice
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Archive Date
- 9/18/2015
- Point of Contact
- Diana Keeran, Phone: 5053423263
- E-Mail Address
-
Diana.M.Keeran@usace.army.mil
(Diana.M.Keeran@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PP-15-P-0090
- Award Date
- 9/3/2015
- Awardee
- Hazair, Inc. , 701 North Green Valley Pkwy Suite 200<br />, Henderson , Nevada 89074, United States
- Award Amount
- $119,328.35
- Line Number
- 0001
- Description
- PERFORMANCE WORK STATEMENT FOR NATIVE AMERICAN CONSULTATION SITE OL-N Solicitation W912PP-15-T-0140 PART 1 GENERAL INFORMATION 1.0 General: This is a non-personnel service, Performance-based Acquisition (PBA) to provide Native American Consultation services for the Department of the Air Force (DAF). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Native American Consultation services for the DAF as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: This project is composed of several tasks that facilitate Native American consultation. Native American tribal member participation is defined as "individuals with specialized knowledge" who are required in the identification process for mission compliance under 36 CFR Part 800. 1.3 Objectives: The Native American Consultation objective of this contract includes the following three consultation tasks. • Task 1 - Document Reviews Consultation • Task 2 - Native American Graves Protection and Repatriation Act (NAGPRA) Consultation • Task 3 - Native American Field Consultation 1.4 Scope: The contractor shall accomplish the tasks listed above by providing the following types of services that are described in more detail in Section 5.0. • Consultation with the Consolidated Group of Tribes and Organizations (CGTO's) site cleared Native American Coordinator (NAC). • Consultation with tribal representatives. • Support for NAC participation in archaeology surveys. 1.5 Period of Performance: The period of performance shall be for 12 months following the Purchase Order award. 1.6 General Information 1.6.1 Place of Performance: The work to be performed under this contract will be performed within the location(s) designated as OL-N. 1.6.2 Type of Contract: The Government will award a Firm Fixed-Priced Performance-Based contract for the services described herein. 1.6.3 Hours of Operation: The contractor is responsible for conducting business between the hours of 0600 and 1800 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the Government facility is closed for the above reasons. The contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS and when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.4 Recognized Holidays: The following holidays are recognized as Federal holidays and Government offices will not be open New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.5 Quality Control (QC): The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QCP is the means by which he assures himself that his work complies with the requirement of the contract. The Contractor shall provide the Contracting Officer (KO) or Contracting Officer's Representative (COR) a copy of his Quality Control Plan upon request. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.6 Quality Assurance (QA: The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum satisfactory performance thresholds. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have a Top Secret security clearance with Single Scope Background Investigation (TS/SSBI) at time of the proposal submission, and must maintain the level of security required for the life of the contract. 1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control: Not applicable. 1.6.7.3 Lock Combinations: Not Applicable 1.6.8 Special Qualifications: The possession and retention of a Top Secret security clearance with Single Scope Background Investigation (TS/SSBI) shall be a condition of employment for all Contractor personnel involved in the performance of this Contract. In addition, all Contractor personnel must also satisfactorily meet the additional OL-N security testing requirements. The Contractor shall submit these documents prior to site access. 1.6.9 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.10 Contracting Officer's Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor contractor's performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. The COR and Point of Contact (POC) for this requirement will be: Michael Bone U.S. Army Corps of Engineers 4101 Jefferson Plaza NE Albuquerque, NM 87112 Phone: 505-342-6297 Email: Michael.j.bone@usace.army.mil 1.6.11 Key Personnel: The follow personnel are considered key personnel by the Government: Contract Manager. The contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Contract Manager or alternate shall be available between 0600 to 1800, Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: The possession and retention of a Top Secret security clearance with Single Scope Background Investigation (TS/SSBI) shall be a condition of employment for all Contractor personnel involved in the performance of this Contract. In addition, all Contractor personnel must also satisfactorily meet the additional OL-N security testing requirements. The Contractor shall submit these documents prior to site access. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor personnel shall be required to obtain and wear badges in the performance of this service. 1.6.13 Contractor Travel: Contractor may be required to travel CONUS during the performance of this contract to attend meetings, conferences, and training. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. 1.6.14 Other Direct Costs (ODC): This category includes travel (outlined in 1.6.13), reproduction, and shipping expenses. 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 Phase In/Phase Out Period: Not applicable. 1.6.18 Safety: 1.6.18.1 U.S. Army Corps of Engineers' Safety and Health Requirements Manual, EM 385-1-1 and OSHA Requirements: The contractor will be required to comply with all pertinent provisions of the latest version of the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the contract award. EM 385-1-1 and its changes are available at http://publications.usace.army.mil/publications by selecting Engineer Manuals, EM 385-1-1 "Safety and Occupational Health". The Contractor must also comply with Occupational Safety and Health Act (OSHA) standards. OSHA standards are subject to change. It is the Contractor's responsibility to maintain familiarity with current OSHA standards. 1.6.18.2 Zero Accident Program: The Albuquerque District, in its continual pursuit of excellence in safety has established a goal of zero contractor injuries. To attain this goal it will be necessary for the contractor management personnel to communicate to the workers an expectation of zero injuries; that it is no longer acceptable to take chances; that shortcuts taken because of laziness or even while trying to do an efficient job are no longer welcomed; that praise for shortcuts or chance-taking will not exist. It is imperative that contractor management clearly sets forth the expectation for zero injuries so that the workers can begin to believe that the company is truly serious about safety. From the standpoint of worker psychology, zero is the only supportable goal. In attaining zero-injury performance, there is no substitute for the concept of setting and communicating safety performance expectations to the workers. 1.6.19 Pricing and Payment: The price for each of the tasks described on the Price Schedule shall include all costs including project management costs and profit pertaining to that particular task. The Contractor may invoice for partial performance of a task (including partial performance of any unit-priced task, if applicable) when that task is being performed in compliance with all applicable contract requirements in a manner found acceptable by the Government, and the amount due for any such partial performance (for purposes of FAR § 32.906, Making Payments, and the clause at FAR § 52.232-1, Payments) shall be subject to approval by the Contracting Officer's Representative (COR) based on the recommendation of the KO. The Contractor shall submit invoices by email to the COR for approval and payment from the Government by the 10th of each month. For purposes of determining whether an invoice has been properly submitted, the COR shall be responsible for determining whether any task has been completed or is being completed in compliance with all applicable contract requirements and what percentage of the task has actually been completed. However, the Contractor shall remain responsible for Quality Control and maintaining an inspection system, as specified in the contract. Invoices shall include all the necessary information, including any necessary supporting documentation, and will be based on the work completed for each specific task under this Project. The invoice shall be submitted in pdf format concurrently to: Department of the Army US Army Corps of Engineers Finance Center 5722 Integrity Drive Millington, TN 38054-5005 CEFC-L4invoices@usace.army.mil and USACE, Albuquerque COR Michael Bone michael.j.bone@usace.army.mil During the performance of this Project, the Government shall make monthly progress payments based on the invoices submitted for the work completed and found to be acceptable by the Government. No modification of the contract shall occur without coordination and approval by the Contracting Officer (KO). PART 2 DEFINITIONS & ACRONYMS 2.0 Definitions and Acronyms: 2.1 Definitions: 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.3 Contracting Officer's Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 Deliverable: Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6 Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 Physical Security: Actions that prevent the loss or damage of Government property. 2.1.8 Quality Assurance (QA): The Government procedures to verify that services being performed by the contractor are performed according to acceptable standards. 2.1.9 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 Quality Control (QC): All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 Work Day: The number of hours per day the contractor provides services in accordance with the contract. 2.1.12 Work Week: Monday through Friday, unless specified otherwise. 2.2 Acronyms: ACOR Alternate Contracting Officer's Representative ADR Albuquerque District Regulations AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CAP Corrective Action Plan CCE Contracting Center of Excellence CDR Contract Discrepancy Report CFR Code of Federal Regulation CGTO Consolidated Group of Tribes and Organizations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer's Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DAF Department of the Air Force DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense EM Environmental Management FAR Federal Acquisition Regulation GFP/GFE Government-Furnished Property/Government-Furnished Equipment HIPAA Health Insurance Portability and Accountability Act of 1996 IA Information Assurance KO Contracting Officer LS Lump Sum NAC Native American Coordinator NAGPRA Native American Graves Protection and Repatriation Act OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OL-N Other Location - Nevada OPSEC Operations Security PIPO Phase In/Phase Out PM Project Manager POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASF Quality Assurance Monitoring Form QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SPD South Pacific Division TE Technical Exhibit USACE United States Army Corp of Engineers PART 3 GOVERNMENT FURNISHED PROPERTY, ITEMS AND SERVICES 3.0 Government Furnished Property, Items and Services: 3.1 Services: Travel, housing and meals associated with OL-N archaeological surveys will be provided by the Government. 3.2 Facilities: The Government will provide office space as necessary to support the project. 3.3 Utilities: The Government will provide landline telephones that are available for local and long distance calls solely associated with the completion of tasks that are required as part of this PWS. Water and electricity will be provided as part of the Contractor's use of the Government-furnished office space. 3.4 Equipment: The Government will provide office equipment such as computers, furniture, printers, copier, and a scanner as necessary to support the project. 3.5 Materials: The Government will make accessible to the Contractor all previous developed reports and studies as well as historic documents necessary to complete this Project. PART 4 CONTRACTOR FURNISHED ITEMS, SERVICES, AND RESPONSIBILITIES 4.0 Contractor Furnished Items and Responsibilities: 4.1 General: The Contractor shall furnish all qualified personnel, labor, training, management, supervision, equipment including personal protective equipment, supplies, materials, and other items and non-personal services listed below and necessary to perform all services stated in this PWS, except for those items listed under Part 3 Government Furnished Property, Items and Services. 4.2 Top Secret Facility Clearance: The Contractor shall ensure all hiring and assignment of personnel is in compliance with the provisions of the Department of Defense Contractor Security Classification Specification (DD Form 254). The possession and retention of a Top Secret security clearance with Single Scope Background Investigation (TS/SSBI) shall be a condition of employment for all Contractor personnel involved in the performance of this Contract. In addition, all Contractor personnel must also satisfactorily meet the additional OL-N security testing requirements. The Contractor must submit these documents prior to site access. The Contractor is responsible for monitoring security badges for all areas for the duration of this project. All security badges shall be returned to the OL-N POC upon expiration of the project, completion of the project, or upon removal of the contracted personnel from specific projects. The Contractor may also be required for maintaining an off-site accredited secure compartmentalized information facility (SCIF) and submitting the required security plans and procedures to the Cognizant Security Officer (CSO). The facility shall meet the standards required for processing and storage of classified material at the Top Secret (TS) level. The Contractor shall also participate in security reviews as required by the CSO and provide program security assistance as needed. PART 5 SPECIFIC TASKS 5.0 Specific Tasks: 5.1 Basic Services: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Native American Consultation services for the DAF as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. No work shall be accomplished beyond what is specified in this PWS unless specifically directed by the Contracting Officer. 5.2 Kick-Off Meeting: The Contractor shall attend a Project kick-off meeting or teleconference within 30 days of contract award to discuss task requirements and expectations. 5.3 Task 1 - Document Reviews Consultation: The contractor shall consult with the Consolidated Group of Tribes and Organizations (CGTO's) site cleared Native American Coordinator (NAC) to perform cultural resource document reviews not to exceed (NTE) 10 documents. The estimated costs of review shall include 40 hours of the NACs participation per document. The NAC would review all documents on-site and deliver the comments via program channels in person within 30 days of receipt of the reports for review {deadlines may be altered between the NAC and the Director of DAF Environmental Management (EM)}. Summary: • 400 hours of NAC consultation. 5.4 Task 2 - Native American Graves Protection and Repatriation Act (NAGPRA) Consultation: The contractor shall consult with the CGTO's site cleared NAC and tribal representatives as selected by the NAC to reach agreements on the repatriation or other disposition of objects collected during archeological surveys. Repatriation or disposition may take many forms from reburial to long term curation. The cost associated with the repatriation or disposition of objects is not included under this contract. The estimated cost for NAGPRA consultation shall include up to two consultations each to include 88 hours of the NACs participation and 12 days of tribal member honorarium at $150/day. The contractor shall also be responsible for travel, hotel, and meal per diem in the Las Vegas area for the NAC and selected tribal members. For each NAGPRA consultation the NAC shall submit a report via program channels to the EM Director within 30 days providing tribal repatriation or disposition recommendations. Summary: • 176 hrs of NAC consultation • 24 days honorarium and associated per diems 5.5 Task 3 - Native American Field Consultation: The contractor shall support NAC participation in archaeology surveys. This task is not anticipated to exceed the equivalent of 30 - 10-hour days of NAC participation. Travel, housing and meals associated with OL-N surveys will be provided by the Government. For each field trip, the NAC shall submit a short summary report (one or more pages) via program channels to the EM Director within 30 days. Summary: • 300 hrs of NAC consultation PART 6 APPLICABLE PUBLICATIONS 6.0 Applicable Publications (Current Editions): 6.1 The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures including but not limited to: • USACE Safety and Health Requirements Manual (EM 385-1-1) PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.0 Attachment/Technical Exhibit List: 7.1 Attachment 1/Technical Exhibit 1 - Performance Requirements Summary. 7.2 Attachment 2/Technical Exhibit 2 - Deliverables Schedule. TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum satisfactory levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Performance Standard Performance Threshold Method of Surveillance Attend project kick-off meeting; Within 30 days of contract award (i.e. schedule/timeliness) Satisfactory Rating COR verification Daily Management and oversight of Project Meeting the requirements as outlined in the PWS (i.e. quality, schedule/timeliness and management of personnel & resources) Satisfactory Rating Inspections: scheduled and unscheduled onsite Document review of logs and records Conduct all activities in accordance with USACE safety requirements (EM 385-1-1) Meeting the requirements as outlined in the PWS, USACE safety publications (i.e. safety) Satisfactory Rating Inspections: scheduled and unscheduled onsite Task 1: Document Reviews Consultation (as specified in PWS Section 5.3) Government Representative approval of technical document review summaries. USACE & Customer Feedback to COR Satisfactory Rating Inspection: onsite, document review Periodic Inspection: COR's discretion Customer Feedback Task 2 - Native American Graves Protection and Repatriation Act (NAGPRA) Consultation (as specified in PWS Section 5.4) Government Representative approval of technical document review summaries. USACE & Customer Feedback to COR Satisfactory Rating Inspection: onsite, document review Periodic Inspection: COR's discretion Customer Feedback Task 3 - Native American Field Consultation (as specified in PWS Section 5.5) Government Representative approval of technical document review summaries. USACE & Customer Feedback to COR Satisfactory Rating Inspection: onsite, document review Periodic Inspection: COR's discretion Customer Feedback TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To 1 Kickoff meeting: (PWS Section 5.2) Within 30 days of contract award N/A N/A N/A 2 Submission of invoices: (PWS Section 1.6.19) By the 10th of each month 1 to USACE Finance Center and 1 to COR Email/pdf Depart of the Army USACE Finance Center 5722 Integrity Drive Millington, TN 38054-5005 CEFC-L4invoices@usace.army.mil and USACE, Albuquerque COR Michael Bone Michael.j.bone@usace.army.mil 4 Monthly Status and Cost Reports (PWS Section 1.6.19): By the 10th of each month 2/1 Electronic copy / hard copy OL-N POC (electronic) / On-site project file (electronic & hard) 5 Task 1: Summary Report of document review comments (PWS Section 5.3) One per document reviewed 2/1 Electronic copy / hard copy OL-N POC (electronic) / On-site project file (electronic & hard) 6 Task 2: Summary Report of NAGPRA Consultation (PWS Section 5.4) One per NAGPRA consultation 2/1 Electronic copy / hard copy OL-N POC (electronic) / On-site project file (electronic & hard) 7 Task 3: Field Trip Summary Report of Native American Field Consultation (PWS Section 5.6) One per field trip 2/1 Electronic copy / hard copy OL-N POC (electronic) / On-site project file (electronic & hard)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP-15-P-0090.html)
- Record
- SN03871516-W 20150905/150904000835-240271663a694bd7d3b12718b4b93718 (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 |