Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2017 FBO #5787
MODIFICATION

70 -- ERBI SAP Hana

Notice Date
9/25/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Ft Myer Dr., Rosslyn, VA 22207
 
ZIP Code
22207
 
Solicitation Number
1045737080C
 
Response Due
9/27/2017
 
Archive Date
3/26/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1045737080C. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 894660. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Beltsville, MD 20705. The Department of State requires the following items, Brand Name Only (Exact Match), to the following: LI 001: EPCEPOC-M0S57A-240 HPE SAP HANA S-OUT Integrated for HPE EcoPOD 240a, 1, EA; LI 002: HPEM0S66AHPE Virtual Rack, 1, EA; LI 003: HPEM0S69AHPE SAP HANA Scale-out Starter Kit, 1, EA; LI 004: HPEM0S69A 0D1Factory integrated, 1, EA; LI 005: HPEM0S57AHPE CS500 SAP HANA Scale-out Appliance, 1, EA; LI 006: HPEM0S57A 0D1Factory integrated, 1, EA; LI 007: HPEH8A03A1-124HPE CS500 SAP HANA Scale-out FE Depl SVC, 1, EA; LI 008: HPEM0S71AHPE SAP HANA Compute Node, 4, EA; LI 009: HPEM0S71A 0D1Factory integrated, 4, EA; LI 010: HPE816643-L21HPE DL580 Gen9 E7-8890v4 1P FIO Kit, 4, EA; LI 011: HPE816643-B21HPE DL580 Gen9 E7-8890v4 1P Kit, 12, EA; LI 012: HPE816643-B21 0D1Factory integrated, 12, EA; LI 013: HPE726722-B21HP 32GB 4Rx4 PC4-2133P-L Kit, 256, EA; LI 014: HPE726722-B21 0D1Factory integrated, 256, EA; LI 015: HPE684532-B21HPE 1500W Ht Plg Pwr Supply Kit, 16, EA; LI 016: HPE684532-B21 0D1Factory integrated, 16, EA; LI 017: HPE788360-B21HPE DL580 Gen9 12 DIMMs Mem Cartridge, 32, EA; LI 018: HPE788360-B21 0D1Factory integrated, 32, EA; LI 019: HPE684208-B21HPE Ethernet 1GbE 4P 331FLR FIO Adptr, 4, EA; LI 020: HPE764284-B21HP IB FDR/EN 40Gb 2P 544+QSFP Adptr, 8, EA; LI 021: HPE764284-B21 0D1Factory integrated, 8, EA; LI 022: HPEQW972AHPE SN1000Q 16Gb 2P FC HBA, 8, EA; LI 023: HPEQW972A 0D1Factory integrated, 8, EA; LI 024: HPE809428-B21HP DL580 P830i DISABLE-CACHE STG FIO Kit, 4, EA; LI 025: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 026: HPEH1K92A3 XW5HPE SAP HANA Compute Node Supp, 4, EA; LI 027: HPEN0U73ASLES SAP 2Skt/1-2 VM 3yr 24x7 Flx LTU, 8, EA; LI 028: HPEBD505AHPE iLO Adv incl 3yr TSU 1-Svr Lic, 4, EA; LI 029: HPEP9G87AHPE 3PAR StoreServ 8400 4n Block, 1, EA; LI 030: HPEP9G87A 0D1Factory integrated, 1, EA; LI 031: HPEK2P93AHPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 40, EA; LI 032: HPEK2P93A 0D1Factory integrated, 40, EA; LI 033: HPEE7Y70AHPE 3PAR 8000 2-pt 10Gb Eth Adapter, 2, EA; LI 034: HPEE7Y70A 0D1Factory integrated, 2, EA; LI 035: HPEL7B69AHPE 3PAR 8400 OS Suite Base LTU, 1, EA; LI 036: HPEL7B69A 0D1Factory integrated, 1, EA; LI 037: HPEL7B70AHPE 3PAR 8400 OS Suite Drive LTU, 80, EA; LI 038: HPEL7B70A 0D1Factory integrated, 80, EA; LI 039: HPEBD441AHPE 3PAR 8400 File Persona Ste 1TB LTU, 12, EA; LI 040: HPEBD441A 0D1Factory integrated, 12, EA; LI 041: HPEBD362AAEHPE 3PAR StoreServ Mgmt/Core SW E-Media, 1, EA; LI 042: HPEBD363AAEHPE 3PAR OS Suite Latest E-Media, 1, EA; LI 043: HPEP9G88AHPE 3PAR StoreServ 8000 SFF SAS Drv Encl, 2, EA; LI 044: HPEP9G88A 0D1Factory integrated, 2, EA; LI 045: HPEK2P93AHPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 40, EA; LI 046: HPEK2P93A 0D1Factory integrated, 40, EA; LI 047: HPEM0S74AHPE SAP HANA SN6000B 16GB 48/24P FC Blk, 2, EA; LI 048: HPEM0S74A 0D1Factory integrated, 2, EA; LI 049: HPEM0S73AHPE SAP HANA FlexFabric 5930 4s Blk, 2, EA; LI 050: HPEM0S73A 0D1Factory integrated, 2, EA; LI 051: HPEJG326AHPE X240 40G QSFP+ QSFP+ 1m DAC Cable, 2, EA; LI 052: HPEJG326A 0D1Factory integrated, 2, EA; LI 053: HPEJH182AHPE 5930 24p 10GBASE-T/2p MCsc QSFP+ Mod, 2, EA; LI 054: HPEJH182A 0D1Factory integrated, 2, EA; LI 055: HPEJH183AHPE 5930 8-port QSFP+ Module, 4, EA; LI 056: HPEJH183A 0D1Factory integrated, 4, EA; LI 057: HPEJH180AHPE 5930 24p SFP+ and 2p QSFP+ Mod, 2, EA; LI 058: HPEJH180A 0D1Factory integrated, 2, EA; LI 059: HPEM0S75AHPE SAP HANA DL380 Gen9 CMC Block, 1, EA; LI 060: HPEM0S75A 0D1Factory integrated, 1, EA; LI 061: HPE817927-L21HPE DL380 Gen9 E5-2620v4 FIO Kit, 1, EA; LI 062: HPE817927-B21HPE DL380 Gen9 E5-2620v4 Kit, 1, EA; LI 063: HPE817927-B21 0D1Factory integrated, 1, EA; LI 064: HPE805347-B21HPE 8GB 1Rx8 PC4-2400T-R Kit, 8, EA; LI 065: HPE805347-B21 0D1Factory integrated, 8, EA; LI 066: HPE781516-B21HPE 600GB SAS 10K SFF SC HDD, 4, EA; LI 067: HPE781516-B21 0D1Factory integrated, 4, EA; LI 068: HPE781518-B21HPE 1.2TB SAS 10K SFF SC HDD, 4, EA; LI 069: HPE781518-B21 0D1Factory integrated, 4, EA; LI 070: HPE749974-B21HP Smart Array P440ar/2G FIO Controller, 1, EA; LI 071: HPE727250-B21HP 12Gb DL380 Gen9 SAS Expander Card, 1, EA; LI 072: HPE727250-B21 0D1Factory integrated, 1, EA; LI 073: HPE768896-B21HP DL380 Gen9 Rear Serial Cable Kit, 1, EA; LI 074: HPE768896-B21 0D1Factory integrated, 1, EA; LI 075: HPE629135-B22HPE Ethernet 1Gb 4P 331FLR Adptr, 1, EA; LI 076: HPE629135-B22 0D1Factory integrated, 1, EA; LI 077: HPE815868-B21MS WS12 R2 Std FIO Npi en SW, 1, EA; LI 078: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 079: HPEH1K92A3 S8XHPE MS WS12 Standard OS+APP Support, 1, EA; LI 080: HPEH1K92A3 XW9HPE SAP HANA DL380 Gen9 CMC Block Supp, 1, EA; LI 081: HPEBD505AHPE iLO Adv incl 3yr TSU 1-Svr Lic, 1, EA; LI 082: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 083: HPEH1K92A3 R2MHPE iLO Advanced Non Blade - 3yr Support, 5, EA; LI 084: HPEH1K92A3 WSFHPE 3PAR Internal Entitlement Supp, 2, EA; LI 085: HPEH1K92A3 XW7HPE SAP HANA FlexFabric 5930 4s Blk Supp, 2, EA; LI 086: HPEH1K92A3 XW8HPE SAP HANA SN6000B FC Blk Supp, 2, EA; LI 087: HPEH1K92A3 XWAHPE 3PAR StoreServ 8400 4n Block Supp, 1, EA; LI 088: HPEH1K92A3 XWBHPE 3PAR StoreServ 8000 Drv Encl Supp, 2, EA; LI 089: HPEH1K92A3 YMJHPE SLES SAP 1-2 VM 3yr Flx LTU Support, 8, EA; LI 090: HPEH1K92A3 YTPHPE 3PAR 8000 2-pt 10Gb Eth Adapter Supp, 2, EA; LI 091: HPEH1K92A3 YTVHPE 3PAR 8000 1.2TB 10K SFF HDD Support, 80, EA; LI 092: HPEH1K92A3 YV1HPE 3PAR 8400 OS Suite Base Support, 1, EA; LI 093: HPEH1K92A3 YV2HPE 3PAR 8400 OS Suite Drive Support, 80, EA; LI 094: HPEH1K92A3 YXBHPE 3PAR 8400 File Persona Ste 1TB Supp, 12, EA; LI 095: HPEC7536AHP Ethernet 14ft CAT5e RJ45 M/M Cable, 6, EA; LI 096: HPEC7536A 0D1Factory integrated, 6, EA; LI 097: HPEAF528AHP 5xc13 PDU Extension Bars Kit, 5, EA; LI 098: HPEAF528A 0D1Factory integrated, 5, EA; LI 099: HPEAF521AHPE Intelligent 8.3kVA/CS8265C/NA/J PDU, 6, EA; LI 100: HPEAF521A 0D1Factory integrated, 6, EA; LI 101: HPEH1SR4ASHPE TS Support Credits SVC, 1, EA; LI 102: HPEH0JD4A3HPE 3Y TS Support Credits 10 Per Yr SVC, 1, EA; LI 103: HPEH0JD4A3 WFHHPE TS Support Credits 10 Per Yr SVC, 1, EA; LI 104: HPEH6K66A1HPE Depl Accelerator for SAP HANA SVC, 1, EA; LI 105: HPEH7L27A1HPE High Availability for SAP HANA SVC, 1, EA; LI 106: HPEH7L28A1HPE Disaster Tolerance for SAP HANA SVC, 1, EA; LI 107: HPEH8Q75A1HPE Custom Consulting for SAP SVC, 1, EA; LI 108: HPEHL262A1HPE Ancis 1-day Remote SVC, 1, EA; LI 109: HPEM0S68AHPE 1200mm Shock Intelligent Rack, 1, EA; LI 110: HPEP9T88AHPE CS500 SAP HANA Upg SO Dual Purp Strg, 1, EA; LI 111: HPEP9T88A 0D1Factory integrated, 1, EA; LI 112: HPEH8A03A1-128HPE CS500 Scale-out DP Upg FE Depl SVC, 1, EA; LI 113: HPEP9G87AHPE 3PAR StoreServ 8400 4n Block, 1, EA; LI 114: HPEP9G87A 0D1Factory integrated, 1, EA; LI 115: HPEK2P93AHPE 3PAR 8000 1.2TB SAS 10K SFF HDD, 48, EA; LI 116: HPEK2P93A 0D1Factory integrated, 48, EA; LI 117: HPEL7B69AHPE 3PAR 8400 OS Suite Base LTU, 1, EA; LI 118: HPEL7B69A 0D1Factory integrated, 1, EA; LI 119: HPEL7B70AHPE 3PAR 8400 OS Suite Drive LTU, 48, EA; LI 120: HPEL7B70A 0D1Factory integrated, 48, EA; LI 121: HPEBD362AAEHPE 3PAR StoreServ Mgmt/Core SW E-Media, 1, EA; LI 122: HPEBD363AAEHPE 3PAR OS Suite Latest E-Media, 1, EA; LI 123: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 124: HPEH1K92A3 WSFHPE 3PAR Internal Entitlement Supp, 2, EA; LI 125: HPEH1K92A3 XWAHPE 3PAR StoreServ 8400 4n Block Supp, 1, EA; LI 126: HPEH1K92A3 YTVHPE 3PAR 8000 1.2TB 10K SFF HDD Support, 48, EA; LI 127: HPEH1K92A3 YV1HPE 3PAR 8400 OS Suite Base Support, 1, EA; LI 128: HPEH1K92A3 YV2HPE 3PAR 8400 OS Suite Drive Support, 48, EA; LI 129: HPEC7537AHP Ethernet 25ft CAT5e RJ45 M/M Cable, 4, EA; LI 130: HPEC7537A 0D1Factory integrated, 4, EA; LI 131: HPEC7536AHP Ethernet 14ft CAT5e RJ45 M/M Cable, 2, EA; LI 132: HPEC7536A 0D1Factory integrated, 2, EA; LI 133: HPEAJ837AHPE 15m Multi-mode OM3 LC/LC FC Cable, 8, EA; LI 134: HPEAJ837A 0D1Factory integrated, 8, EA; LI 135: HPEAF547AHP 5xC13 Intlgnt PDU Ext Bars G2 Kit, 2, EA; LI 136: HPEAF547A 0D1Factory integrated, 2, EA; LI 137: HPEAF521AHPE Intelligent 8.3kVA/CS8265C/NA/J PDU, 2, EA; LI 138: HPEAF521A 0D1Factory integrated, 2, EA; LI 139: HPEM0S66AHPE Virtual Rack, 1, EA; LI 140: HPEP9H81AHPE DL360 Gen9 CTO for Quorum Server, 1, EA; LI 141: HPEP9H81A 0D1Factory integrated, 1, EA; LI 142: HPE818172-L21HPE DL360 Gen9 E5-2620v4 FIO Kit, 1, EA; LI 143: HPE805347-B21HPE 8GB 1Rx8 PC4-2400T-R Kit, 1, EA; LI 144: HPE805347-B21 0D1Factory integrated, 1, EA; LI 145: HPE781516-B21HPE 600GB SAS 10K SFF SC HDD, 2, EA; LI 146: HPE781516-B21 0D1Factory integrated, 2, EA; LI 147: HPE749974-B21HP Smart Array P440ar/2G FIO Controller, 1, EA; LI 148: HPE629135-B22HPE Ethernet 1Gb 4P 331FLR Adptr, 1, EA; LI 149: HPE629135-B22 0D1Factory integrated, 1, EA; LI 150: HPE339778-B21HP Raid 1 Drive 1 FIO Setting, 1, EA; LI 151: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 152: HPEH1K92A3 XWYHPE DL360 Gen9 CTO Server Support, 1, EA; LI 153: HPEBD505AHPE iLO Adv incl 3yr TSU 1-Svr Lic, 1, EA; LI 154: HPEP9G90AHPE CS500 SAP HANA SG Secondary Config, 1, EA; LI 155: HPEP9G90A 0D1Factory integrated, 1, EA; LI 156: HPEH8A03A1-122HPE CS SAP HANA SG SW FE Depl SVC, 1, EA; LI 157: HPEC7537AHP Ethernet 25ft CAT5e RJ45 M/M Cable, 4, EA; LI 158: HPEC7537A 0D1Factory integrated, 4, EA; LI 159: HPEN0U73ASLES SAP 2Skt/1-2 VM 3yr 24x7 Flx LTU, 1, EA; LI 160: HPEP9B46AHPE SG Ent for SAP HANA 1Y24x7 Flx SW, 16, EA; LI 161: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 162: HPEH1K92A3 R2MHPE iLO Advanced Non Blade - 3yr Support, 1, EA; LI 163: HPEH1K92A3 YMJHPE SLES SAP 1-2 VM 3yr Flx LTU Support, 1, EA; LI 164: HPEH1K92A3 YNBHPE SG Ent for SAP HANA Supp, 16, EA; LI 165: HPEM0S66AHPE Virtual Rack, 1, EA; LI 166: HPEP9T86AHPE CS500 SAP HANA SO SG Upg Pri Config, 1, EA; LI 167: HPEP9T86A 0D1Factory integrated, 1, EA; LI 168: HPEHE806A1HPE Bus Crit Server Implem Assist SVC, 1, EA; LI 169: HPEP9B46AHPE SG Ent for SAP HANA 1Y24x7 Flx SW, 16, EA; LI 170: HPEH1K92A3HPE 3Y Proactive Care 24x7 Service, 1, EA; LI 171: HPEH1K92A3 YNBHPE SG Ent for SAP HANA Supp, 16, EA; LI 172: EPCEPOC-H1K-17HPE SAP HANA S-OUT AE Integration Service for HPE EcoPOD 240a 5 days, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc. Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award. Delivery POC MUST be contacted upon award for shipping instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1045737080C/listing.html)
 
Place of Performance
Address: Beltsville, MD 20705
Zip Code: 20705
 
Record
SN04693083-W 20170927/170925231718-9fbc8749c7fd0c968b373f901cd2875f (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.