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
DOCUMENT

H -- Fume Hoods Boston VAMC - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office1;Augusta, ME 04430;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0352
 
Response Due
5/12/2017
 
Archive Date
6/11/2017
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-17-Q-0352 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as a total small business set-aside. The associated NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance and small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed priced award with a base year + four option years. The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation to perform all inspections, testing, repair, filter replacement, and maintenance for the hoods at the Boston VAMC. Please see the attached Performance Work Statement and Attachment A, Price Schedule Attachment and Evaluation below for full requirement details and pricing submission. (vi) The Contractor shall furnish all parts, labor, travel and tools necessary to perform all required testing/repair/replacement of filters for fume hoods at the Boston Healthcare System in accordance with the Performance Work Statement. (vii) The Places of Performance are noted in Section 1.2 of the Performance Work Statement. (viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1, 52.204-22, 52.209-5, 52.216-1, 52.233-2, 852.215-70, 852.233-70, 852.233-71, 852.252-70, and 852.270-1. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Tammy.Davis6@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. (4) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (6) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:   Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.   Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate their corporate experience to meet all requirements stated in the Performance Work Statement. Contractor shall provide all current and relevant licenses and/or certifications required to perform the work in the Performance Work Statement. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.   For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00). Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an   Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor. If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2, 52.203-99, 52.203-17, 52.204-4, 52.204-18, 52.217-8, 52.217-9, 52.219-14, 52.228-5, 52.232-40, 852.203-70, 852.215-71, 852.232-72, 852.237-70. Subcontracting Commitments - Monitoring and Compliance This solicitation includes FAR 52.219-14, VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42, 52.222-43, 52.222-55 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 05/12/2017 at 10:00 AM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov). Performance Work Statement Fume Hoods Boston VAMC 1. SCOPE OF WORK: 1.1 The Contractor shall furnish all labor, parts, travel, tools, and equipment necessary to perform all inspections, testing, repair, filter replacement, and maintenance as required during the contract period at the Boston VA Healthcare System: Brockton, Jamaica Plain, and West Roxbury Divisions and at one clinic in Lowell, MA. 1.2 Places of Performance: Brockton VAMC 940 Belmont Street, Brockton, MA 02301 West Roxbury VAMC 1400 VFW Parkway, West Roxbury, MA 02132 Jamaica Plain VAMC 150 South Huntington Avenue, Jamaica Plain, MA 02130 Lowell CBOC 130 Marshall Road, Lowell, MA 01852 * The hood located at the Lowell clinic is not currently in service but may become needed during the contract period. 1.3 For a list of the items see attachment A. The number of items in service changes from time. The estimated numbers are intended to be the government s best estimate of the number expected to be included in the contract. If the numbers included will be exceeded the Contracting Officer (CO) will modify the contract with the changes prior to the contractor before beginning work. 2. CONTRACTOR QUALIFICATIONS: Certifications must be performed by a trained service representative/service technician. These service individuals must be trained on all equipment listed in the performance work statement. Documentation shall be provided to the VA certifying that the service representative or service technicians have been trained and certified in the work required by this performance work statement by appropriate training courses/certifications etc. 3. PERFORMANCE REQUIREMENTS: 3.1 The Boston VA Healthcare System has biological safety cabinets (BSCs) that require NSF 49 certification, BSCs that require USP 797 certification, barrier isolators that requires USP 797 certification, laminar flow hoods that require USP 797 certification, chemical fume hoods/laminar flow hoods/specialty hoods that require certification per manufacturers specification, pharmacy clean rooms (chemo/ nonhazardous/soft wall), IV Rooms (nonhazardous), and ante rooms that require USP 797 testing and certification. Where applicable the contractor shall certify ante/clean rooms/IV rooms, biological hoods, fume hoods and other equipment in accordance with the most current versions of the following standards: -ISO (International Organization for Standardization) 14644-1:2015 -USP (United States Pharmacopeia Convention) 797 -USP 800 -NSF (National Science Foundation) 49 -OSHA (Occupational Safety and Health Administration) -EPA (Environmental Protection Agency) 3.2 The Contractor shall furnish all labor, equipment, transportation, permits, testing, materials/supplies and incidentals necessary for the performance of the work specified in this Performance Work Statement. During the inspection, the contractor shall perform maintenance to correct any equipment malfunctions and assure that the equipment meets manufacturer's factory specifications if achievable. Any calibration procedures or adjustments necessary to assure accurate and reliable equipment operation will be performed at this time. The Contractor shall maintain a sufficient stock of all parts meeting or exceeding the original manufacturer's design and specification needed for repair and maintenance of the equipment or be able to secure needed parts within three calendar days. 3.2.1 Repair, replacement of filters, parts or materials shall be on an as needed basis, determined by the servicing technician and will required prior approved by Contracting Officer s Representative (COR). 3.2.1.1 Filters and parts for the repair will be paid at the actual vendor cost plus the percentage markup quoted on this contract. All deficiencies and defects shall be itemized and reported as cost of repairs in the monthly inspection/maintenance statement. All repair work shall be approved prior to commencement. The contractor shall submit supplier quotes with each invoice request. Filters shall be replaced as needed. 3.2.2 All Certifications service shall be performed during normal VA working hours of 8:00 a.m. to 4:30 p.m. unless approved in advance. 3.2.3 Certifications will be accomplished using laboratory calibrated equipment provided by the Certification contractor. 3.3 TESTING AND CERTIFYING STANDARDS: 3.3.1 The contractor shall supply every unit that passes the required certification specifications with a certification sticker with the following information: 3.3.1.1 BSC/LAFWs: Company name and address, unit make, model and serial number, report number, location (room number), certification date, recertification date, and technician signature 3.3.1.2 Isolator: Company name, address and phone number, certification date, recertification date, report number, technician signature/printed name, pass/fail status of the material ingress/ egress test, recovery time of the main chamber, indication that the operator has to wait at least the recovery time before initiating operations after material transfer, and ventilation appropriate for use with volatile / non-volatile hazardous drugs. 3.3.1.3 Fume Hood: Company name and address, certification date, recertification date, report number, average face velocity, sash height, and technician signature. 3.3.1.4 Any unit that does not pass required certification specifications will be marked as such with clear signage that states this unit is out of service until further notice. 3.3.2 USP 797 TESTING FOR PHARMACY CLEAN ROOMS 3.3.2.1 Primary Engineering Controls (PECs) - All primary engineering controls (PECs) including BSCs, LAFWs, CAIs and CACIs shall be tested to NSF 49 (BSCs), CETA CAG-002-2006 (isolators) specifications and/or manufacturer specifications to include any additional USP 797 nonviable particle testing. 3.3.2.2 HEPA Filter Leak Test - The contractor shall perform a proper HEPA filter leak test of the room air supply HEPA filters. 3.3.2.3 Air Changes per Hour - The contractor shall calculate the total room volume for each buffer and ante room. A sketch of the room with dimensions, exhaust/supply diffuser locations and equipment locations shall be included in the report. The contractor shall calculate air changes per hour (ACPH) for each buffer and ante room and include their findings in the report. In the event that a room does not meet USP 797 requirements for ACPH COR. 3.3.2.4 Pressure Requirements - The contractor shall include in their report differential pressure reading from each buffer/ante room to all surrounding areas. The report shall indicate whether the room is required to be a negative or positive pressure room per USP 797. The contractor shall report all pressures to an accuracy of 0.0001. 3.3.2.5 Nonviable Particle Testing - The contractor shall perform environmental nonviable particle testing semiannually (e.g. every 6 months). The contractor shall derive the minimum number of sampling locations using Annex A in the ISO/DIS 14644-1.2 standard. Testing shall be performed by qualified operators using current, electronic equipment with results of the following: - ISO Class 5: not more than 3520 particles 0.5 µm and larger size per cubic meter of air for any LAFW, BSC, CAI and CACI. - ISO Class 7: not more than 352,000 particles 0.5 µm and larger size per cubic meter of air for any buffer area - ISO Class 8: not more than 3,520,000 particles 0.5 µm and larger size per cubic meter of air for any ante area. 3.3.3 Report Requirements - All of the following information should be included in the report for clean room certification. Pass/Fail notifications should be included on a per test basis where applicable. - Room number and/or location - Room type (e.g. oncology prep room) - Date of testing - Date of next required certification - Standards used to test room - Notes - Room sketch (location of supply/exhaust diffusers, equipment, room dimensions) - Total room area and volume - Room humidity and temp - Air changes per hour - Pressure differential - Nonviable particle counts - Viable particle count analysis - Picture of viable particle test location in room 3.3.4 OTHER REPORTING REQUIREMENTS: 3.3.4.1The Contractor (or Representative) shall contact the Safety Office at telephone 774-826-1161 to schedule work and prior to beginning of work. For services performed during normal working hours, the contractor s technician is to report to the Industrial Hygienist, to report/sign-in and obtain an identification badge, which shall be worn at all times while the technician is on station. 3.3.4.2 After work is completed, the contractor s technician(s) are to submit in writing, a complete report of services performed for each item of equipment and must include a listing of replacement parts, when applicable. Contractor shall also contact Safety Office representative upon completion of work to report any deficiencies identified. The Industrial Hygienist, or designee, must sign the service report before the technician(s) leave the facility. Failure to follow these procedures may result in delay of payment or non payment. 3.3.4.3 The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor's arrival on station Service report of actions performed Technician(s) name Biological hoods, USP 797 hoods, fume and specialty hood reports shall include the following as applicable to type of hood certification: List of equipment used to include manufacturer make, model, serial number, and date calibrated. Velocity profile and average Direct inflow CFM profile and average HEPA filter leak test Smoke Intrusion test Sash alarm system test Pressure gage reading Light intensity Sound Level Ground polarity Clean Room Test Reports for IV Room, Clean Room, and Ante Room shall include: List of equipment used to include manufacturer make, model, serial number, and date calibrated. Particle Counts Room Air Changes per Hour Room pressurization test Temperature Humidity Differential pressure between all rooms 3.3.5 Time spent by the service contractor in travel, telephone modem usage and diagnostic time is covered under this contract, with no additional charges to the Government. In no instance will diagnostics and/or repairs proceed without specific approval from the Contracting Officer (CO), when a problem with the system is identified as not covered under this contract. In this instance, no work will proceed until a modification is issued to the contractor. 3.3.6 EXCLUDED SERVICES: The contractor shall not be obligated to provide services under this agreement for damage to or destruction of instrument(s) covered where such damage or destruction is: A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any Act of God including but not limited to lightning, windstorm, hail, flood, earthquake, or Caused by the VAMC misuse or abuse of such instrument Decontamination due to spillage Installation of unauthorized field modifications. 4. PERFORMANCE REQUIREMENT SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance The contractor shall perform all safety hood inspections, testing and repair ISO 14644-1:2015, USP 797, USP 800, NSF 49, OSHA, EPA Zero Deviation from the Standard Periodic Surveillance 5. SECURITY: The contractor shall be liable for security of all areas accessed by the service technician(s). All doors, passageways, windows and accesses to equipment and service areas, must be locked and/or secured after passage. In no instance will any door, window or access be rendered unlocked, propped open, mechanism taped open or rendered to prevent securing. The contractor shall be responsible to physically ensure such accesses are secured to prevent unauthorized entry. Keys shall be issued out for inspection and testing and returned daily. 5.1 Keys shall be issued out for inspection and testing and returned daily. 5.2 Contractor Personnel Badges and Parking: 5.2.1 An access badge will be given to the contractor s employee upon entrance into the Boston VA Healthcare System s (VA) buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the facility Point of Contact (POC). All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward). The contractor s employees must return the access badge(s) to the facility POC or designee at the end of each pickup process. 5.2.2 It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility POC. 5.2.3 The VA does not validate or make reimbursement for parking violations of the contractor s personnel under and circumstance. 5.3 Interference to Normal Function: 5.3.1 Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 5.3.2 In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 5.3.3 Contractor personnel shall inform the facility POC or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with the facility POC or designee. For a list of the items see attachment A. The number of items in service changes from time. The estimated numbers are intended to be the government s best estimate of the number expected to be included in the contract. If the numbers included will be exceeded the Contracting Officer will request and equitable adjustment to the contract before beginning work. 5.4 DAYS AND HOURS OF WORK: All Preventative Maintenance (PM) service shall be performed during normal VA working hours of 8:00 a.m. to 4:30 p.m. unless approved in advance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0352/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0352 VA241-17-Q-0352.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478172&FileName=VA241-17-Q-0352-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478172&FileName=VA241-17-Q-0352-000.docx

 
File Name: VA241-17-Q-0352 Attachment A - Hood List Final.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478173&FileName=VA241-17-Q-0352-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478173&FileName=VA241-17-Q-0352-001.pdf

 
File Name: VA241-17-Q-0352 Attachment 1 Price Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478174&FileName=VA241-17-Q-0352-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478174&FileName=VA241-17-Q-0352-002.xlsx

 
File Name: VA241-17-Q-0352 Attachment 2 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478175&FileName=VA241-17-Q-0352-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478175&FileName=VA241-17-Q-0352-003.xlsx

 
File Name: VA241-17-Q-0352 WD 15-4053 (Rev.-2)- Brockton.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478176&FileName=VA241-17-Q-0352-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478176&FileName=VA241-17-Q-0352-004.pdf

 
File Name: VA241-17-Q-0352 WD 15-4047 (Rev.-2) - JP and WR.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478177&FileName=VA241-17-Q-0352-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478177&FileName=VA241-17-Q-0352-005.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VAMC Boston;See PWS for Place of Performance
Zip Code: 02301
 
Record
SN04500125-W 20170510/170508235009-315924207eb14e200b8fa64ecfb3104a (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.