Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOURCES SOUGHT

D -- Radio Relocation

Notice Date
6/3/2016
 
Notice Type
Sources Sought
 
NAICS
515111 — Radio Networks
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-16-RFI-0006
 
Point of Contact
Colton Abernathy, Phone: 406313624
 
E-Mail Address
colton.abernathy@us.af.mil
(colton.abernathy@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Objective (SOO) For Air Force Global Strike Command (AFGSC) Enterprise Land Mobile Radio (ELMR) Repeater Site Relocation At Malmstrom AFB, Great Falls, Montana Table of Contents 1. NEEDS STATEMENT 3 2. PROJECT OVERVIEW 3 2.1 EXISTING SYSTEM AND LOCATIONS 3 2.1.1 Malmstrom AFB 3 2.1.2 Belgian Hill Site 3 2.1.3 Garneill Transmitter Site Data 3 2.2 GENERAL REQUIREMENTS. 4 2.3 SPECIFIC PROJECT DETAILS FOR THIS CONTRACT. 4 2.3.1 Belgian Hill Site 4 2.3.2 Garneill Site 5 2.3.3 Malmstrom 6 2.3.4 Barksdale/Peterson Site 6 2.3.5 Coverage 7 2.3.6 Frequencies 7 2.3.7 Primary Power 7 2.3.8 Interconnecting Communications/Circuit Requirements 7 2.3.9 Line-Items 7 3. SITE PREPARATION AND DEVELOPMENT 8 3.1 DEMARCATION POINTS 8 3.2 CIVIL ENGINEERING SUPPORT REQUIREMENTS 8 4. IMPLEMENTATION SERVICES 9 4.1 SCHEDULE 9 4.2 PROGRAM MANAGEMENT 9 4.3 SYSTEM ENGINEERING 9 4.4 SITE ACCESS AND SECURITY CLEARANCE REQUIREMENTS 10 4.5 SITE SURVEYS 10 4.6 CRITICAL DESIGN REVIEW 11 4.7 FREQUENCY ANALYSIS 11 4.8 STANDARDS OF WORK 11 4.9 EQUIPMENT INSTALLATION 11 4.10 OPTIMIZATION 12 4.11 QUALITY ASSURANCE (QA), TESTING, AND BURN-IN 12 4.11.1 Quality Assurance 12 4.11.2 System Acceptance Test (SAT) 12 4.12 ACCEPTANCE 13 4.13 UNIQUE IDENTIFICATION (UID) 13 4.14 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) 13 5. LOGISTICS REQUIREMENT 14 5.1 WARRANTY 14 6. DELIVERABLE REQUIREMENTS 14 APPENDIX A-ACRONYMS 15 APPENDIX B-GOVERNMENT FURNISHED PROPERTY 17 1. NEEDS STATEMENT This Statement of Objective (SOO) defines the requirements for the contractor to relocate, install and test a five channel Government Furnished Property (GFP) GTR-8000 based repeater system at the Garneill facility. Services provided include project management, systems engineering services, system design, equipment removal and relocation, equipment programming, equipment installation, tuning, optimization, and acceptance testing the system described in this document. 2. PROJECT OVERVIEW 2.1 EXISTING SYSTEM AND LOCATIONS The following information was gathered during a survey conducted 15 September 2015 and is provided to assist the vendor in preparing responses to this solicitation and is for reference only. The vendor is responsible for verifying information. 2.1.1 Malmstrom AFB Malmstrom AFB houses the connection point for both the microwave system and the DISA connectivity back to Barksdale and Peterson. The microwave rack and T1/DS3 equipment resides in the same room. 2.1.2 Belgian Hill Site Belgian Hill will be the donor site for this relocation effort. Installation Bldg Lat Lon AGL [ft] GL [ft] Repeaters Belgian Hill n/a 48°19'42.48"N 112° 2'5.35"W n/a 4015 5 Belgian Hill sits 1.5 miles north of Valier Highway (Highway 44) on Belgian Church Rd. The turnoff to Belgian Church Rd is 4.5 miles west of Interstate 15 on Highway 44. Access this site is over dirt road. 2.1.3 Garneill Transmitter Site Data Installation Bldg Lat Lon AGL [ft] GL [ft] Repeaters Garneill n/a 46°49'11.58"N 109°39'40.57"W 125 5725 5 Garneill sits on the westward slope of a butte with a clear view of the surrounding lowlands. Ground is dirt over shale. The site itself conforms to Motorola R56 for installation practices and is in excellent shape. Access road is unimproved with two narrow off-camber sections. Wide vehicles will have difficulty accessing the site. Access to this site requires the use of off-road vehicles. Road is rough and equipment will have to be packed to withstand transport. Recommend shipping separately and assembling on site for the GTR rack. Shelter interior is 80" wide by 144" deep and 88" high with two existing racks starting 24" from the north wall and extending 41" south with a floor sitting UPS. Entry door is 32" and opens outward. The facility is aluminum hull construction with a plywood subfloor. The tallest tower 125' is located east of the structure by 18' this tower has a cable bridge with ice shield. Standard clip-in mounts are used. Lighting protection grounds are located on the shelter exterior and at the tower on the east tower and at the tower and inside the structure on the west tower. The tower to be used at this location is to the East. Standard clip-in mounts are used. Lighting protection grounds are located on the shelter exterior and at the tower on the east tower and at the tower and inside the structure on the west tower. The existing shelter houses the T1 transport system. Card used for cross-connecting existing site: NDX-902540-M1 Harris TRuePoint 5000 SDM NX T1 Balanced. Three T1s have been provisioned between Building 500 and Garneill for this project. The existing microwave transport terminates in building 500 and can be brought from there back to Peterson and Barksdale cores. 2.2 GENERAL REQUIREMENTS. Unless otherwise specifically noted herein, the contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to meet the requirements as stated in this SOO. All equipment, supplies, and materials provided shall be new and not refurbished. 2.3 SPECIFIC PROJECT DETAILS FOR THIS CONTRACT. As a minimum, items below must be addressed and included as part of any proposal submitted by the contractor. This section outlines what is to be done within the scope of this contract. 2.3.1 Belgian Hill Site 2.3.1.1 Remove GTR Expandable Site Subsystem, Radios, Combiner, and UPS The contractor shall be responsible for disconnecting the existing equipment and relocating it to the Garneill Site for subsequent installation. Removal of the existing antennas and cable are not required as new antennas and cable will be required at the Garneill Site. This effort will encompass one GTR-8000 rack, One transmit combiner/receive multicoupler rack, one UPS, and associated support equipment. Specific details of this equipment is contained in Appendix B of this SOO. The contractor shall be responsible for repair of any damage to relocated equipment. 2.3.2 Garneill Site 2.3.2.1 Install GTR Expandable Site Subsystem and Radios The contractor shall install and configure the relocated GTR ESS and program it to interface with the distant end cores. 2.3.2.1 Interface Electronics The contractor shall provide and install all necessary cable and equipment to connect to the existingT1 microwave system for backhaul to Malmstrom AFB. Two T1 links have been provided at the Garneill site and routed back to Building 500. The third T1 is available as a spare. 2.3.2.2 Install Repeaters and Combiner/Multicoupler Installation shall include all required power, grounding, and control signal connections. Site personnel will obtain the necessary frequency authorizations for this site. Effort shall include retuning the transmit combiner, receive multicoupler to the provided frequencies. If additional equipment is required to complete retuning, the vendor shall be responsible for procuring the equipment. 2.3.2.3 Install New Antennas, RF Cabling, and Surge Arrestors Contractor shall purchase and install new LMR antennas (VHF enclosed element type antenna, with minimum of 4.0 dB gain) on the existing antenna tower outside the Garneill site facility. Antennas will be mounted in optimal location to provide best receive and transmit profiles while ensuring no interference with existing systems on the tower. Antennas shall be mounted on suitable standoffs from the tower legs. RF cabling (7/8" heliax, AVA5-50, or equivalent) shall be installed from each antenna with a ½" heliax (LDF4-50A, or equivalent) used to make a final pigtail connection from the larger 7/8" heliax to the antenna connector. Connectors shall be weather wrapped after installation and testing. Each new antenna RF cable shall be attached to a surge arrestor (Polyphaser, IS-NEMP-C1, or equivalent). Polyphaser will be grounded to the building site ground via 2/0 copper wire and connected outside at the site ground via cadweld. Ground resistance testing must be 10 ohms or less. From the protected side of the surge arrestor, a new 1/2" heliax cable (Andrews/ LDF4-50A, or equivalent) will then be routed to the appropriate antenna port of the combiner or multicoupler. Cables will be secured to the tower legs with galvanized cable guides every three feet along the tower, or with stainless steel bands (Andrews Wraplock, p/n 12395-1, or equivalent). No plastic tie wraps will be used outside of the building. Contractor shall add any overhead cable tray needed to support RF cables from the antenna cable entry port to the rack. 2.3.2.4 Uninterruptable Power Supply (UPS) The vendor shall relocate and install the GFP UPS (Eaton Powerwave) and provide and install all required transfer switches, load center(s), breakers, and outlets required to power the relocated equipment. 2.3.2.1 Site Cleanup and Restoration. Contractor will ensure the work areas the site is kept clear of debris on a daily basis, and will restore the site area to at least its original condition, to include removal of any contractor construction debris, and contractor owned equipment. 2.3.2.1 Non GFP equipment relocation. The contractor shall identify equipment that needs to be relocated in the shelter in order to make room for the Belgian Hill equipment installation. The government will be responsible for relocating this equipment. The local government point of contact will coordinate the relocation of existing equipment with respective responsible parties to provide sufficient space for the relocated equipment. Any equipment moves will be accomplished in conjunction with the move and may involve reutilizing available space in the relocated racks. 2.3.3 Malmstrom 2.3.3.1 Configure backhaul The contractor shall configure (reterminate) the Garneill site to ride the same path as the decommissioned Belgian Hill Site. Nominally this is two T1 jumpers. Programming of the channel banks is not required under this effort. 2.3.4 Barksdale/Peterson Site Since this is a relocate, the level of effort at Barksdale should be minimum. The contractor shall ensure the installed Garneill site is properly configured to use the existing Barksdale Zone Core and DSR core at Peterson and that the Cores are likewise properly configured. 2.3.5 Coverage In the proposal package, vendors shall provide coverage predictions that show where the system will provide- • 95% mobile, talk-in and talk-out (radio unit to repeater) • 95% portable in-street, talk-in and talk-out • 90% portable in-building, talk-in and talk-out (where a medium sized building with an average 16 dB loss shall be considered) The vendor shall provide talk-in/talk-out maps (CDRL A006) showing the predicted coverage for the system. The coverage computation shall use a method that allows data points to be evenly spaced throughout the coverage area. The vendor shall assume that the 5-watt, VHF, portable radio antenna height is at waist level (3') when receiving and at shoulder level (5') when transmitting. The vendor shall assume that the mobile radio is a 50 Watt, VHF, Motorola APX-6500 on a ½ wave roof mounted antenna mounted at 5ft above ground level. These coverage maps will be used for the coverage acceptance testing which in turn will be used for final system acceptance testing. The vendor shall take into account system balancing to address site overlap. 2.3.6 Frequencies The system shall use existing frequency pairs allocated for trunked system use. The actual frequency assignments will be provided upon award. Any new frequencies provided for any additional channels will be within specifications of existing combining/multicoupling system. 2.3.7 Primary Power The vendor shall specify the primary power requirements for the equipment at each site at the Critical Design Review (CDR). Any allied support (electrical) work required to install the GFP UPS will be addressed at this time. 2.3.8 Interconnecting Communications/Circuit Requirements For the purposes of this project, Garneill site has been provisioned with T1 links back to building 500 on Malmstrom AFB. The contractor shall be responsible for connecting the relocated equipment to the designated demarc. 2.3.9 Line-Items Each line item should include pricing for implementation services such as project management, systems engineering services, system design, equipment relocation, equipment programming, equipment installation and optimization, and acceptance testing. 3. SITE PREPARATION AND DEVELOPMENT The vendor shall verify existing transient voltage and surge suppression system and if existing system is inadequate, supply and install transient voltage surge suppression system for all RF equipment, connectivity, and antenna transmission lines in accordance with NFPA and industry standards (vendor shall provide a copy of industry standards and guidelines used). In the event modifications are required to the site grounding, electrical, or telco systems the vendor must submit proposed modifications to the designated government Point of Contact (POC) prior to construction and specify responsibilities. Due to the lead time required for CE workload it is important that the vendor identify any necessary modifications as soon as they become aware. The vendor shall identify limitations to the current site/infrastructure that will impact future upgrade/expansion efforts. Such limitations are, but not limited to, power distribution (outlets, breakers), facility generator capacity, fiber and copper connectivity, environmental control, and floor space). Malmstrom is responsible for securing site zoning, permits, easements, power service, and demark fiber and telco connections. 3.1 DEMARCATION POINTS The contractor shall furnish the required cable and equipment to connect to the Government's designated circuit demarcation point. When fiber circuit connections are required, the contractor shall assume the government will only provide access to dark fiber pairs at the closest demarcation point. The contractor shall identify by location all demarcation points and responsibilities for both contractor and base. 3.2 CIVIL ENGINEERING SUPPORT REQUIREMENTS The contractor shall identify support requirements to be provided by the host Civil Engineering activity. Examples include, but are not limited to: generators, UPS, transfer switches, load centers, HVAC work, and any GFP equipment identified for reuse. The contractor shall perform all basic electrical work at the Garneill site to include but not limited to connection between newly installed racks and the existing load center. • Power demarcation • Circuit breaker/Outlet reservation • Required power by rack location • Modifications to or relocation of existing equipment • New equipment installation (space and rack reservation) 4. IMPLEMENTATION SERVICES 4.1 SCHEDULE The contractor shall provide a detailed working schedule (CDRL A002) and provide a weekly project status report (CDRL A003). Daily schedule reviews may be implemented by 341CS/SCX to discuss site access or operational system requirements. Some work may be required during non-peak usage periods after normal business hours or on weekends. Access to some locations will require government escort which must be pre-arranged to ensure support. Advance notification for site access will be identified during schedule reviews. Changes must be coordinated as soon as requirements are identified and are subject to validation of escort availability or release of the system by the functional user. 4.2 PROGRAM MANAGEMENT Program Management shall be provided throughout the design and implementation of the system. The vendor shall describe their established Program Management service offerings in support of the program. At a minimum, the services shall include: • Design planning • Implementation planning • Management of all system integration and site preparation/development activities • Acceptance testing • Optimization • The contractor shall participate in weekly IPT meetings. The contractor shall provide a detailed meeting agenda and shall include any existing action items for both the Government and contractor. The contractor shall then provide electronic minutes to all attendees (CDRL A004). 4.3 SYSTEM ENGINEERING Systems engineering services shall be provided from the proposed system design through the completion of system implementation and testing. The vendor shall describe the established Systems Engineering services offered in support of the program. The vendor may use examples of previous systems to demonstrate the breadth of their experience and the level of technical expertise. Upon award, the selected vendor will assign a Systems Engineer to be responsible for the system design and all technical issues related to the design and its implementation. The engineering services provided shall include at a minimum, the following: • Site Survey • System design • Frequency analysis and planning • Coverage design • Implementation support (design synthesis) • Acceptance testing • Final (as-built) system documentation 4.4 SITE ACCESS AND SECURITY CLEARANCE REQUIREMENTS 341CS/SCX shall coordinate site access and shall arrange for escorts as necessary at all installations and locations. Vendor shall provide personal information as requested to facilitate clearance onto military installations. 4.5 SITE SURVEYS The vendor shall verify the existing design for a system intended to provide RF (Radio Frequency) coverage for radio users operating mobile and portable radio units throughout the coverage area. During the site survey, the vendor shall assess the terrain and examine existing sites. The vendor shall note the condition of existing sites to determine any additional required site preparation work. Vendors shall list and describe their site survey methodology and site survey elements. Site locations are given in the Project Overview section. 341CS/SCX shall provide the following in support of the Site Survey: • Access to all sites, including transportation to remote sites which are inaccessible by passenger vehicle • Escorts that can provide the Survey Team with access and authorization to enter any existing or proposed system equipment site • A single POC for the Project and a minimum of one alternate POC for the purposes of coordinating events with vendor's POC • Facilities to conduct required meetings and user interviews • Access to ELMR system historical data 4.6 CRITICAL DESIGN REVIEW The vendor will conduct a Design Review at Malmstrom or via web/telcon. The purpose of this meeting will be to: • Identify and explain work conditions and requirements for the vendor • Establish procedures for communication and installation updates • Document and discuss specific installation criteria • Explanation and clarification of contract procedures for the customer and the vendor • Define in writing a system cutover plan • Define in Writing all project timelines • Discuss vendor and Base responsibilities • Discuss assumptions 4.7 FREQUENCY ANALYSIS The vendor shall perform frequency analysis and planning for the frequencies provided by 341CS/SCX. At least two weeks prior to the CDR the vendor shall recommend an appropriate frequency plan for 341CS/SCX and the Installation Spectrum Manager (ISM) at the respective transmitter site. If required, the vendor shall design the antenna network to accommodate the recommended frequency plan and stated coverage requirements. 4.8 STANDARDS OF WORK All site preparation/development and equipment installation will be conducted in accordance with R-56, industry standards, local, state, and federal codes. Work sites will be neat and maintained daily to prevent unsafe or hazardous conditions from developing. Components that are no longer needed, or superseded, due to system upgrades will be removed and relocated to an on-site storage facility as determined by the base communications squadron program manager. All associated cables/connectors will also be removed from cable racks and system trays. 4.9 EQUIPMENT INSTALLATION Equipment installation shall adhere to R-56, and industry standards and guidelines for communications sites; the contractor shall indicate and describe to which standard their installation practices adhere. The contractor shall provide rack diagrams, rack labeling, cable labeling, and floor plan layouts, and document any changes to the planned system installation and any issues that occur, along with their resolution (CDRL A001). The contractor shall update any drawings, diagrams, and floor plans of provided GFP that is altered due to equipment installation. 4.10 OPTIMIZATION After installation and configuration with the zone core, the vendor shall optimize all RF equipment and adjust system balance for nearby sites to ensure optimal performance. 4.11 QUALITY ASSURANCE (QA), TESTING, AND BURN-IN 4.11.1 Quality Assurance The contractor shall provide a Quality Assurance Evaluator (QAE) for the entire life of the project. The QAE shall assist the government representative in performing random spot checks and in performing the system acceptance tests. The QAE shall be responsible for identifying system and outside plant deficiencies and/or discrepancies throughout the life of the project. A Status Report will be submitted to the government Project Manager indicating project progress/statuses and listings any deficiencies/discrepancies found and actions to correct them. (CDRL A003) 4.11.2 System Acceptance Test (SAT) The Contractor shall provide the Acceptance Test Plan and associated report for the system. (CDRL A006) (CDRL A005) System Acceptance Test shall include: • Operational testing of the site in wide-area operation. • All equipment installed by the prime contractor or its sub-contractors • Failover testing of UPS The contractor shall have 15 days after completion of the System Acceptance Testing to research, develop, and document the resolution of all discrepancies. The contractor shall provide in writing a detailed explanation to the Government engineer/LMR Project Leader/QA representative of how the discrepancy will be resolved including any changes to the radio programming or the system data bases. (CDRL A003) Upon direction of the LMR Project Leader, the contractor shall implement the proposed resolution and perform the portion of the System Acceptance Test that previously failed. 4.12 ACCEPTANCE Formal system acceptance shall be granted after completion of the acceptance test and a successful 30-day operational test period. 4.13 UNIQUE IDENTIFICATION (UID) The Office of the Under Secretary of Defense for Acquisition Technology and Logistics developed a Defense Procurement and Acquisition Policy for unique identification (UID). The requirement affects all delivered items for which the Government's unit acquisition cost is $5,000 or more. This clause does not apply to GFP. The contractor shall apply physical unique item identifiers (UII) in the format specified in referenced DFARS clause. The required information includes, but is not limited to: (1) Concatenated UII or DoD recognized unique identification equivalent (2) UII type (3) Issuing agency code (4) Enterprise identifier (5) Original part number (6) Lot or batch number (7) Current part number (8) Current part number effective date (9) Serial number (10) Unit of measure (11) Description The contractor shall apply physical UIIs to all equipment with a unit acquisition cost of $5,000 or more that is procured through this requirement. Contractors shall also register the UIIs in the item unique identification (IUID) Registry. The vendor shall provide a detailed description of how the requirement of DFARS policy and clause 252.211-7003 will be accomplished, including a description of how the vendor will provide verification that the reporting requirement has been met. 4.14 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the ECMRA help desk. 5. LOGISTICS REQUIREMENT 5.1 WARRANTY For all new (contractor provided equipment), the contractor shall provide a one-year manufacturer's standard commercial warranty in conformance to NetCents contact. The warranty shall commence at the date of final system acceptance. 6. DELIVERABLE REQUIREMENTS The contractor shall provide adequate documentation of the final system design and implementation plans. Specific addresses and copies will be addressed after contract award. The contractor shall supply system manuals and equipment manuals. At a minimum, documentation shall include the following: CDRL Data Item Title A001 Communication-Computer Systems Installation Records(CSIRs) A002 Work Schedule A003 Status Report A004 Meeting Minutes A005 Installation Test Report A006 Test Plan/Report   APPENDIX A-ACRONYMS AES Advanced Encryption Standard AFGSC Air Force Global Strike Command AFB Air Force Base APCO Association of Public-Safety Communications Officials CDR Critical Design Review CDRL Contract Data Requirements List CIO Chief Information Officer DIACAP DoD Information Assurance Certification and Accreditation Process DISN Defense Information Systems Network DoDD Department of Defense Directive DoDI Department of Defense Instruction ELMR Enterprise Land Mobile Radio FCC Federal Communications Commission FM Factory Mutual GFP Government Furnished Property GoS Grade of Service HVAC Heating, Ventilation, and Air Conditioning IA Information Assurance IAVA Information Assurance Vulnerability Alert ID Identification IP Internet Protocol ISM Installation Spectrum Manager LE Law Enforcement LMR Land Mobile Radio NFPA National Fire Protection Association NIST National Institute of Standards and Technology NLT Not Later Than NSA National Security Agency NTIA National Telecommunications and Information Administration OEM Original Equipment Manufacturer OTAP Over The Air Programming P25 Project 25 POA&M Plan Of Action and Milestones POC Point Of Contact POP25 Programming over Project 25 PSR Program Status Review PWCS Personal Wireless Communications Systems RF Radio Frequency RX Receive SOO Statement of Objective SFS Security Forces Squadron SMT System Manager Terminal TX Transmit UHF Ultra High Frequency VHF Very High Frequency UID Unique Identification UII Unique Item Identifiers UPS Uninterruptable Power Supply   APPENDIX B-GOVERNMENT FURNISHED PROPERTY The following list of GFP is provided to assist the contractor in their effort. The contractor is responsible for validating this list. Rack Major Item Model Serial No 01 Motorola Repeater GTR-8000 11CJV0540 01 Motorola GGM-8000 T7577A 147CPX1542 01 Motorola GGM-8000 T7577A 147CPV2194 02 Eaton UPS Powerware 9170+ 660C060AAAAAAAI 03 Sinclair Receive Multicoupler/Transmit Combiner Assembly n/a
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66a143ca90ef942e7a672f78702d8939)
 
Place of Performance
Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
Zip Code: 59402
 
Record
SN04138132-W 20160605/160603234610-66a143ca90ef942e7a672f78702d8939 (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.