Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

J -- PREVENTIVE MAINTENANCE, REPAIR SERVICE AND TECHNICAL SUPPORT

Notice Date
5/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0080
 
Archive Date
6/22/2017
 
Point of Contact
Amy DuBree, Phone: 4438614743
 
E-Mail Address
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION W91ZLK-17-T-0080 PREVENTIVE MAINTENANCE, REPAIR SERVICE AND TECHNICAL SUPPORT This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-95. The solicitation number for this request for proposal (RFP) is W91ZLK-17-T-0080. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard $20.5M. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. 1. Preventive maintenance, repair service and technical support The contractor shall provide full-service preventive maintenance support, unlimited on-site repairs, on-line technical support, and telephone assistance to resolve technical problems to a suite of Centrifuge Avanti J-E HPC Serial # JSE16J01 and Centrifuge XL100K Serial # COX97K21 in accordance with the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP). 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Preventive Maintenance and Repair W91ZLK-17-T-0080 PRICE Proposal Volume II: Preventive Maintenance and Repair W91ZLK-17-T-0080 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-17-T-0080 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: Item 0001: Preventive Maintenance and Repair QTY: 1 Unit Cost: Job Total Cost: ________ Item: 0002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP Total Price for Base Year: ______________ Item 1001: Preventive Maintenance and Repair - Option Year One QTY: 1 Unit Cost: Job Total Cost: ________ Item: 1002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP Total Price for Option Year One: ______________ Item 2001: Preventive Maintenance and Repair - Option Year One QTY: 1 Unit Cost: Job Total Cost: ________ Item: 2002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP Total Price for Option Year Two: ______________ Volume II: Detail Technical Proposal to include the following elements: 1. Demonstrate the ability to perform requirements set forth in the PWS. 2. Demonstrate the ability to perform requirements set forth in the QASP. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price CLINs. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 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)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 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.). 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.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). 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 (Jul 2013) (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 (l) 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 1998) (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 (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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. 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. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil by 31 May 2017, a.m. EDT. SUBJECT LINE: W91ZLK-17-T-0080 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 7 June 2017, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STATEMENT PREVENTIVE MAINTENANCE, REPAIR SERVICE AND TECHNICAL SUPPORT 1.0 Scope: This contract is to provide on-site preventive maintenance (PM) and instrument service for equipment located at the Detection Spectrometry Branch (DSB), Edgewood Chemical and Biological Center (ECBC), Aberdeen Proving Ground (Edgewood Area). 1.1 Background. The DSB is responsible for performing time-sensitive analysis of samples related to biological and chemical detection and identification analysis using high-end analytical equipment. In order to support its customers, the laboratory requires the use of a vendor to provide preventive maintenance and remedial repair services for the analytical equipment used in these operations. 1.2 Objective. The objective of this contract is to provide full-service preventive maintenance support, unlimited on-site repairs, on-line technical support, and telephone assistance to resolve technical problems to a suite of Centrifuge Avanti J-E HPC Serial # JSE16J01 and Centrifuge XL100K Serial # COX97K21. 2.0 Applicable Documents: 2.1. Manufacturers' Equipment Specifications and Guides. 3.0 Requirements: The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the following work: 3.1 Preventive Maintenance and Instrument Service. The contractor shall provide on-site preventive maintenance and instrument service for all equipment specified in the following pages. The timing will be scheduled by mutual agreement between the Government and the Contractor. 3.1.1 The contractor shall provide all necessary maintenance; labor, including travel time; repair parts; maintenance supplies; tools; test equipment; transportation; documentation and other related services. Maintenance services shall be performed in accordance with the manufacturer's commercial practices. 3.1.2 Contractor shall provide software upgrades, on-line technical support and telephone assistance to resolve technical problems. 3.1.3 The contractor shall perform preventive maintenance inspections in accordance with the manufacturer's procedures and recommendations, including testing of equipment and repair or replacement of defective parts and components. 3.1.4 The contractor shall calibrate equipment that requires calibration and shall include all actions to completely test and calibrate the product to the original manufacturer's specification. 3.1.5 The contractor's Field Service Engineer shall prepare and maintain complete maintenance records on all equipment under the contract. These records shall be made available for review by the Government during contract performance. A copy of the service report and record of maintenance shall be provided to the COR upon request. 3.1.6 The contractor shall not exchange equipment without written consent of the COR. The Contracting Officer shall be notified when this service would affect a change in the equipment under contract. 3.2 Remedial Maintenance Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. The contractor shall provide the COR with designated points of contact and make arrangements to enable its maintenance representative to receive such notification. The contractor shall also provide secondary points of contact in the event that the primary point of contact is not available. 3.3 Administration. 3.3.1 On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.1 Implicitly consent to US Army vehicle searches, monitoring and surveillance, while entering and working on the US Army facility. 3.3.1.2 Wear a visitor badge attached above the waist or on a lanyard around the neck at all times while in a government owned or controlled building or facility. The company will return all issued installation badges, and/or access passes to the COR when the contractor employee no longer requires access to the installation or facility. 3.4 Safety and Health. The contractor shall not be required to inspect, repair or perform maintenance on systems or equipment that are contaminated or perform work under unsafe conditions. 3.5 Security. 3.5.1 This contract is unclassified and does not contain security requirements or a Contract Security Classification Specification, DD Form 254. 3.6 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided at Appendix A as the basis for assessing the contractor's performance. 4.0 Government Furnished Property. The contractor shall perform maintenance and technical support on equipment provided on-site at Edgewood Chemical and Biological Center, Cb point detection laboratory. 5.0 Deliverables: The contractor shall provide repair or replacement of defective parts and components throughout the period of performance to ensure systems and equipment remain operational. Equipment for Service contract coverage: UPNBINARY - UPLC Nano Binary Mgr. - A10NPB775N UPNSAMMGR - UPLC Nano Samp Mgr. - A11NPS912R Quality Assurance Surveillance Plan Beckman Coulter Equipment Maintenance & Repair Services 1.0 INTRODUCTION a. This Quality Assurance Surveillance Plan (QASP) has been developed and designed by the Contracting Officer's Representative (COR) at Edgewood Chemical Biological Center, Research and Technology Directorate for the yearly Instrumentation Maintenance (IM) contract. This surveillance plan is site-specific and is designed to provide monitoring, inspecting and reporting of all contractor Operations and Maintenance (O&M) aspects of the Repair to government owned instrumentation at Bldg E3160, APG, MD 21010-5424. 1.1 A combination of methods for inspection will be used. They are: b. Instrument performance measurement in accordance with manufactures specifications c. 100% Inspection of work performed and Instrumentation calibration performance. d. Scheduled Observations (preventative maintenance) e. Unscheduled Observations (on-site repair request of failing or failed components/instrument) 1.2 The objective of this Surveillance Plan is to evaluate how the O&M is being performed by the contractor while working at Aberdeen Proving Grounds repairing government instrumentation and equipment. 2.0 SAMPLING PROCEDURES 2.1 This Surveillance Plan uses Random Sampling, 100% Inspection, Scheduled Observations and Unscheduled Observations as methods of inspection. 2.2 The preferred method of surveillance is reporting of any instrumentation failures which occur during the operation and use of the instrumentation. Evaluation of the required services is performed at least by the end of each month. The COR, will evaluate all the instrumentation identified in the contract for proper operation. The COR or their designee will annotate in the instrument log what calls are still outstanding or repaired but still are in the failure column. This plan contains the necessary documents/reports to monitor contract performance. Monthly sampling will be used when the instrumentation is operated, when the contractor is required to repair a failure or during routine annual repairs is performed as part of contractor's and instrumentations' performance is evaluated. 2.3 100% Inspection is the method used to evaluate the contractor when required by the contract Performance Work Statement (PWS). Using this method of inspection, all the parts of the service or requirement are monitored for evaluation. Such performance requirements cover equipment and practices deemed critical for instrumentation operation. Failure to properly O&M these contract data requirements would certainly have an adverse effect on the government owned instrumentation and ancillary equipment necessary to comprise the system. 2.4 Scheduled Observations will be coordinated with the contractor's service center. These Scheduled Observations will include but not be limited to, the trouble tickets, repair request (on-site), and corrective and preventative maintenance inspections. 2.5 Unscheduled Observations will be conducted by the COR at random. These Unscheduled Observations will include but not be limited to instrumentation performance calibrations. Mass range and accuracy evaluation and temperature heating performance. Any discrepancies detected during the course of the surveillance, even if not of sufficient degree to render the service unsatisfactory for the purpose of payment deductions, will require corrective action by the contractor. The COR will notify the Contractor's service center of the deficiency as soon as it is found. If the deficiency is not corrected in what the COR deems to be a timely manner (The time required to begin onsite repair of malfunctioning piece of equipment is 72 hours. If the contractor requires longer than 72 hours, they will need to notify the Requiring Activity beforehand during the service arrangements), the COR will notify the Contracting Officer, in writing, for disposition. 2.6 Monthly surveillance documentation /reports prepared by the COR will be maintained in the COR file. The COR file will also contain a copy of the contract, all contract amendments, modifications, DA Form 5479-R and/or other documentation required by the Contracting Officer. If the defect frequency of each rejection is greater than expected then the COR can submit paperwork to the Contracting Officer for the contract termination pending contractor's performance on the emergency repair request. After the emergency repair phase, written request for contract termination shall be implemented if all repairs are not completed without defects. 3.0 INSPECTION LEVELS 3.1 This Surveillance Plan is designed for 3 levels of inspection, Normal, emergency and unsatisfactory repairs. Upon initialization of the contract, the Normal level of inspection will be used. If the contractor performs well over the first 2 repairs of the contract and the number of defects in each repair item is less than the reject size, the COR may reduced the frequency of inspection. If the defect frequency of each rejection is greater than expected then the COR can submit paperwork for the contract termination pending contractor's performance on the emergency repair request. 3.2 When Normal inspection is in effect and 2 out of 3 consecutive items have been rejected on the original inspection, if the defect frequency of each rejection is greater than expected (ie. three reports of repair deficiency per month) then the COR can submit paperwork to the Contracting Officer for contract termination pending contractor's performance on the emergency repair request. After the emergency repair phase, written request for contract termination shall be implemented if all repairs are not completed without defects. 4.0 SURVEILLANCE DOCUMENTS 4.1 This QASP uses government instrument notebook files, contractors invoice and description of repairs and original manufactures' performance specifications as guidance to determine if a repair has been completed satisfactorily. a. Title of required service being inspected. b. Identifier of each observation as described at time of service call. c. Date and time of each observation as recorded in instrument log book and documented by service call to Contractor. d. Whether or not the performance was satisfactory as determined by the instrument performance measurement taken after completion of repair. e. A place for the contractor's service engineer and government point of contact (POC) to sign. 4.2 The documents listed above in paragraph 4.1 along with the Monthly surveillance documentation/reports will further substantiate the government's position in case the government seeks contract termination for poor performance. 5.0 CONTRACT DEFICIENCY REPORT 5.1 If the continued failures results are not resolved within a time manner (The time required to begin onsite repair malfunctioning piece of equipment is 72 hours. If the contractor requires longer than 72 hours, they will need to notify the Requiring Activity beforehand during the service arrangements),the month's services will be considered unsatisfactory for the particular requirement under surveillance. The contractor will be notified of the unsatisfactorily performance along with a description of the work which must be performed. If government action or lack of action caused the unsatisfactory performance, the defects will not be counted. A memorandum will be prepared by the COR explaining the government's action and submitted as a follow-up report to the Contracting Officer. 5.2 Unsatisfactory contract performance will be reported on DA Form 5479-R, Contract Discrepancy Report (CDR). This form is used to notify the contractor of discrepancies found by the COR. This is where the contractor is allowed to answer how the discrepancy will be corrected and how reoccurrence will be avoided. If unsatisfactory performance occurs during an emergency repair period, the COR will have the option to submit a contract termination request to the Contracting Officer. This completed and signed CDR along description of the repair problems and supporting documentation will be forwarded to the Contracting Officer for disposition. A copy will be maintained in the COR file.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ca3df4a7c317a90403364bf73f12df5)
 
Place of Performance
Address: Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04499622-W 20170510/170508234539-2ca3df4a7c317a90403364bf73f12df5 (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.