Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

W -- Crane Rental

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ18P0050
 
Archive Date
4/17/2018
 
Point of Contact
Frank Spears, Phone: 6016343908, Frank Spears, Phone: 6016343908
 
E-Mail Address
frank.spears@usace.army.mil, frank.spears@usace.army.mil
(frank.spears@usace.army.mil, frank.spears@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Geotechnical and Structures Laboratory Operations Service Requirements IEEB FY 17-18 Crane Operator Supporting IEEB Execution of AFRL Funded Research Programs   Performance Work Statement (PWS) IEEB Operations Service Requirements 1 Introduction The U. S. Army Corps of Engineers (USACE) has responsibility for investigating, developing and maintaining the nation's water and related environmental resources; constructing and operating projects for navigation, flood control, major drainage, shore and beach restoration and protection, related hydro power development, water supply, water quality control, fish and wildlife conservation and enhancement, and outdoor recreation; responding to emergency relief activities directed by other federal agencies; and administering laws for the protection and preservation of navigable waters, emergency flood control and shore protection. The U.S. Army Engineer Research and Development Center (ERDC) is one of the most diverse engineering and scientific research organizations in the world. The ERDC conducts R&D in support of the Soldier, military installations, and the Corps of Engineers civil works mission, as well as for other federal agencies, state and municipal authorities, and with U.S. industry through innovative work agreements. The ERDC addresses R&D in four major areas: Battle space Environment, Military Engineering, Environmental Quality/Installations, and Civil Works/Water Resources through the capabilities of seven laboratories at four geographical sites in Vicksburg, MS, Champaign, IL, Alexandra, VA, and Hanover, NH. 1.1 Mission The Geotechnical and Structures Laboratory (GSL) manages and executes research programs by engineer, scientist, and technical personnel as part of ASAALT direct funded RDT&E or reimbursable programs. 1.2 Background The requirements for these services are to provide tasks and deliverables to the GSL in relation to the research and development, science and engineering conducted by this laboratory. 1.3 Scope The contractor shall provide all personnel, supervision, and services necessary to provide a myriad of services to the GSL in support of the research and development, science and engineering executed by the laboratory. This scope defines the general operational, logistical, and systems requirements to provide necessary services to the Impact and Explosion Effects Branch (IEEB) of the GSL. 1.4 Task Overview The Geotechnical and Structures Laboratory (GSL) of the U.S. Army Engineer Research and Development Center (ERDC), Vicksburg, MS, executes continuous, ongoing research and development programs which require intense, transient, high frequency loads be applied to earth and man-made material structures. These research programs involve the analysis of weapon effects, such as projectile penetration, airblast, cratering, and ground shock. As part of this effort, experimental studies are being conducted to improve the methodologies used in predicting the various weapon effects. The load can be a result of an explosive or an impact event. High fidelity visual and waveform response data such as displacement, acceleration, air pressure, stress, and strain are recorded using very high speed cameras and data acquisition systems to quantify the physical response of the targeted structure during the loading event. The recorded data is processed into useable information for study and analysis by ERDC researcher scientists.  Equipment Requirements for CRANE Rental BACKGROUND: The US Army Corps of Engineers Research and Development Center (ERDC) requires a short term rental of a crane with operator for this calendar year, 2018 under the HIPPO project. We currently have a field test scheduled for this calendar year, 2018 at range 19, Ft Polk, LA. The test event involves placing a projectile filled with explosives inside a concrete square target. There are three targets and a steel frame structure that need 1 day to be loaded at ERDC in Vicksburg, MS by a crane to place them on the truck platform. Then a crane will be required for unloading and moving around test area on 5 separate dates to be determined at Fort Polk, LA. DESCRIPTION OF SERVICES: • Contractor shall provide all necessary material, equipment, crane operator and rigger to lift the three concrete targets and the steel frame. This shall include lifting slings and shackles and spreader bar if needed per Contractors expertise. More information can be provided on existing lifting eyes if requested. • Each of the three square concrete targets weigh close to 80,000 lbs (40 tons). o Concrete target 1 (Dimensions 137" x 137" x 43") o Concrete target 2 (Dimensions 137" x 137" x 42") o Concrete target 3 (Dimensions 120" x 120" x 48") • The steel frame structure weighs close to 2,000 lbs (1 ton). Dimensions (122" x 122" x 78"). • A crane with a minimum lift rating of 40 tons is required with 10 to 15ft center to crane face. • The crane will be required for 1 day at ERDC for lifting the three targets and the steel frame from the ground and loading them onto a truck that will be close to the target location. • On the same day of the loading or the next day, another crane will be required to be set and ready at Fort Polk to unload the three targets and the steel frame from the truck and place them next to the test area. o The decision will depend on weather conditions, time needed to load each target and arrival time of each truck needed. • Three tests will be conducted during a 2 week period (not consecutive weeks). On the test day, the concrete target will need to be moved from its resting position onto a steel frame for instrumentation preparation. When preparations are complete, the target will need to be moved from the steel frame onto the testbed before each test and removed after the test. This would require 3-5 separate days of crane service to lift and prepare each target. Expected no more than 8hr work days. • The crane could be removed from the site or stored on site between each lift. It is estimated approximately 1 day between each test or lift days. PERIOD OF PERFORMANCE: The performance period for this contract will be 1 April - 30 Dec, 2018. Crane services is estimated to be required for five days. The three field tests have an estimated scheduled for April 23 - May 4, but flexibility is requested with these dates in the event of adverse weather conditions or other unpredicted event; IEEB will confirm the date with the contractor no later than 5 working days prior to the official day needed. PLACE OF PERFORMANCE: *ERDC - 3909 Halls Ferry Rd. Vicksburg, MS *Range 19 - Millcreek Road, Fort Polk, LA LIFT REQUIREMENT: The contractor shall provide a crane capable of lifting a square concrete target according to the following requirements: Lift Weight: 80,000lb (40 tons) Lift Distance: Approximately 10 to 15 ft from CG of lift object + distance from lift point on crane to edge of crane Lift Height: Approximately 6 ft of current resting or ground position Lift type: 4 existing lifting eyes on the concrete structure (Vendor provides lifting slings, shackles, and rigger) TESTING & QUALITY CONTROL: The US Army Engineer Research & Development Center reserves the right to perform inspections and tests to ensure work completed is in compliance with contract specifications. SECURITY: Access and General Protection/Security Policy and Procedures: The contractor and all associated subcontractors' employees shall comply with applicable installation, access and local security policies and procedures. Policies and procedures will be provided by the local Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA and local policies. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. FURTHER NOTES All workers will conform to Government safety regulations while working on site. 1.5 Technical Approach The contractor will: provide Contractor shall provide all necessary material, equipment, crane operator and rigger to lift the three concrete targets and the steel frame. This shall include lifting slings and shackles. More information can be provided on existing lifting eyes if requested. 2 General Requirements Recognized Holidays. The contractor is not required to provide services on the dates in Table 1. Recognized Federal Holidays, unless prior authorization is received in writing from the Procuring Contracting Officer (PCO). When one of the above-designated legal holidays falls on a Sunday, the following Monday shall be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. Table 1. Recognized Federal Holidays in CY 2018 Date Event 1-Jan-18 New Year's Day 15-Jan-18 Martin Luther King Day 19-Feb-18 Washington's Birthday 28-May-18 Memorial Day 4-Jul-18 Independence Day (4th of July) 3-Sep-18 Labor Day 8-Oct-18 Columbus Day 11-Nov-18 Veterans Day 22-Nov-18 Thanksgiving 25-Dec-18 Christmas Government Facility Closure. In case of government facility closure as directed by the government, contractor employees shall be excused from work at no cost to the government. Place of Performance. The contractor will be required to provide services on-site at the ERDC sites as well as remote field sites. The work is anticipated to be performed on-site at U.S. Army Corps of Engineers, ERDC, 3909 Halls Ferry Road, Vicksburg, MS 39180-6199 and remotely at USACE Ranges 16 and 19, Mill Creek Rd, Fort Polk, LA 71459. Clearances. Contractor and employees of the contractor are required to be citizens of the United States and must maintain such status during the duration of the contract. Common Access Card. A Common Access Card (CAC) is not required for this effort and will NOT be provided by the government. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the PCO immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.4 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the services provided at the ERDC site and the contractor's corporate offices. 2.5 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to this contract or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.6 Personnel Administration The contractor shall provide the following management and services as required. The contractor shall provide for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. The contractor shall maintain the currency of their employees by providing initial and refresher training as required to meet the PWS requirements. The contractor shall provide necessary infrastructure to provide service to contract tasks. The contractor shall provide administrative services to its employees in a timely fashion (time keeping, leave processing, pay, emergency needs). 2.7 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.8 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, certifications, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. Location and Hours of Work Normal Working Hours. Normal working days are Monday through Friday, excluding federal holidays. The Government facilities at ERDC are open between 0700 and 1730 hours local time. In cases of an emergency closure at the Vicksburg site, the contractor(s) shall be excused from work at no costs to the government and may be refused entry. 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. Period of Performance is estimated to be 2-5 weeks from the award of task order; however, contractor will propose a reasonable period of performance. Task A. Load Concrete Targets and Steel Frame for Highway Transport • Contractor shall provide all necessary material, equipment, crane operator and rigger to lift the three concrete targets and the steel frame. This shall include lifting slings and shackles. More information can be provided on existing lifting eyes if requested. • Each of the three square concrete targets weigh close to 80,000 lbs (40 tons). • The steel frame structure weighs close to 2,000 lbs (1 ton). • A crane with a minimum lift rating of 40 tons is required with 10 to 15ft center to crane face. • The crane will be required for 1 day at ERDC for lifting the three targets and the steel frame from the ground and loading them onto a truck that will be close to the target location. Performance Standards STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. STD: Concrete and steel items rigged, lifted, and placed on trailer provided by government. STD: No substantive task omissions. Deliverables The deliverables for this element are the items on the trailers. Task B Unload Concrete Targets and Steel Frame at Range Test Site • On the same day or next day of the loading, another crane and operator will be required to be set and ready at Fort Polk to unload the three targets from the truck and place them next to the test area. The steel frame will be unloaded from the truck and place inside a structure on the test area. Performance Standards STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. STD: Concrete and steel items rigged, lifted, and placed on ground at site specified by government. STD: No substantive task omissions. Deliverables The deliverables for this element are the items on the ground. Task C Movement of items at Range Test Site This task will be conducted in two one week phases, Phase 1 will involve movement of two of the concrete targets and Phase 2 will involve movement of one square concrete target. Task C-1 Phase I • Two tests will be conducted during a 1 week period. On the test day, the concrete target will need to be moved from its resting position onto a steel frame for instrumentation preparation. When preparations are complete, the target will need to be moved from the steel frame onto the testbed before each test and removed after the test. This would require 3-5 separate days of crane service to lift and prepare each target. • The crane could be removed from the site or stored on site between each lift. It is estimated approximately 1 day between each test or lift days. Performance Standards STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. STD: Concrete items rigged, lifted, and placed on the steel frame for instrumentation preparation at site specified by government; subsequently moved to the testbed location specified by the government; and subsequently moved from the testbed location to a location on the ground in the vicinity of the testbed. STD: No substantive task omissions. Deliverables The deliverables for this element are the items on the instrument preparation steel frame, then on the test bed and finally on the ground. Task C-2 Phase II • One tests will be conducted during a 1 week period. On the test day, the concrete target will need to be moved from its resting position onto a steel frame that was previously position inside a structure in the test area. When the test have been completed, the target will need to be moved from the steel frame onto the ground surface outside the structure. This would require 1-3 separate days of crane service to lift and relocate the target. • The crane could be removed from the site or stored on site between each lift. It is estimated approximately 1 day between each test or lift days. Performance Standards STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. STD: Concrete item rigged, lifted, and placed on the steel frame for testing at site specified by government; and subsequently moved from the steel frame location to a location on the ground in the vicinity. STD: No substantive task omissions. Deliverables The deliverables for this element is the item on the steel frame and finally on the ground. 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety 4.1.1 Access and General Protection/Security Policy and Procedures All contractor and all associated subcontractors employees shall comply with applicable installation, access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks or background investigation and to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and local policies. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 4.1.2 Suitability Investigation Requirements. Contractor and employees of the contractor are required to be citizens of the United States and must maintain such status during the duration of this contract. Each of the Contractors employees is required to submit investigative paperwork for a National Agency Check with Written Inquiries (NACI) for a Suitability Investigation. The contractor shall ensure that each contractor employee coordinates with the Government Security Office and submits appropriate investigative forms and the required information for the Suitability Investigation prior to beginning work. 4.1.3 Common Access Card. A Common Access Card (CAC) is not required for this effort and will NOT be provided by the government. 4.1.4 Onsite-Access. The Government has the right to restrict on-site access to any contractor personnel who is identified as a potential threat to the health, safety, security, or operational mission of the Corps of Engineers. 4.1.5 Access to Certain Restricted Areas. Certain facilities, buildings or rooms are restricted to only individuals with proper security clearance. When the Contractor employees are required to perform work in these sensitive areas, they shall be escorted at all time by an authorized government employee. Other sensitive areas may require only pre-clearance of one or more particular Contractor employees. 4.1.6 Contractor Employees Who Require Access to Government Information Systems: NA 4.1.7 Operations Security (OPSEC) Standing Operating Procedure/Plan: NA 4.1.8 Antiterrorism (AT) Level I Training: NA 4.1.9 Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something): NA 4.1.10 Information Assurance (IA) / Information Technology (IT) Training: NA 4.1.11 Information Assurance (IA) / Information Technology (IT) Certification: NA. 4.1.12 Contracts that Require OPSEC Training: NA 4.2 Government Furnished Materials The Government will make available the materials, office space, computer equipment, communications capability and information as required for this PWS. The Contractor will be responsible for any government-furnished equipment (GFE) provided pursuant to the performance of this contract. The GFE issues to the Contractor shall be restricted for on-site services provided under this PWS. The Contractor will be required to sign documentation when GFE is in transit or temporarily in contractor possession. The Contractor shall use the GFE only for the performance of work under this PWS. Contractor will conduct an inventory of all GFE annually and provide inventory results to the COR or authorized alternate. 4.3 Quality This section describes the Quality Control components for this effort. The following sub-sections provide details of various considerations on this effort. 4.3.1 Quality Control The Contractor shall develop a Task/Delivery Order QCP and maintain an effective quality control program to ensure services are performed in accordance with the contract and this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractors QCP is the means by which he assures himself that his work complies with the requirement of the contract. The finalized QCP will be accepted by the Government at the time of the award of the Task/Delivery Order. The Contracting Officer may notify the Contractor of required modifications to the plan during the period of performance. The Contractor then shall coordinate suggested modifications and obtain acceptance of the plan by the Contracting Officer. Any modifications to the program during the period of performance shall be provided to the Contracting Officer for review no later than 10 working days prior to effective date of the change. The QCP shall be subject to the Government's review and approval. The Government may find the QCP "unacceptable" whenever the Contractors procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 working days from receipt of notice that QCP is found "unacceptable." 4.3.2 Quality Assurance Surveillance Plan (QASP) The Government shall monitor the Contractors performance under this Task/Delivery Order in accordance with the Government's QASP. The Government reserves the right to utilize other methods, as necessary, to assure the Contractor's compliance with the terms and conditions of this contract. The Government may inspect services provided by the Contractor both during and/or after performance is complete. If the Government identifies any performance deficiency, the Contractor will be advised of the deficiency as soon as possible. All such notifications will be confirmed in writing with the Contractor by the Government. Such notification will be made only to the Contractor or his/her designated onsite superintendent and not to any other agents, employees, or subcontractors. Upon receipt of such notification, the Contractor shall correct the deficiency within the time specified by the COR. However, in the event that the deficiency represents a hazard to health or safety or it serves to jeopardize operational continuity, then corrective action shall proceed immediately and continue uninterrupted until the correction is affected. In all cases, the correction of performance deficiencies shall not in any way adversely affect other contract performance. 4.4 Records/Data There is requirement for recorded data. 5 Deliverables The contractor shall provide deliverables as described in subsequent task order. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Tasks Name Deliverable Description A Load Concrete Targets and Steel Frame for Highway Transport The deliverables for this element are the items on the trailers. B Unload Concrete Targets and Steel Frame at Range Test Site The deliverables for this element are the items on the ground. C-1 Movement of items at Range Test Site - Phase I The deliverables for this element are the items on the instrument preparation steel frame, then on the test bed and finally on the ground. C-2 Movement of items at Range Test Site - Phase II The deliverables for this element is the item on the steel frame and finally on the ground. Performance Requirement Summary (PRS) Required Service/Task Performance Standard Scoring Metric Load Concrete Targets and Steel Frame for Highway Transport. A a) STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. b) STD: Concrete and steel items rigged, lifted, and placed on trailer provided by government. c) STD: No substantive task omissions. d) Deliverables SATISFACTORY: All task required service completed UNSATISFACTORY: None of the required service completed Unload Concrete Targets and Steel Frame at Range Test Site B a) STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. b) STD: Concrete and steel items rigged, lifted, and placed on ground at site specified by government. c) STD: No substantive task omissions. d) Deliverables SATISFACTORY: All task required service completed UNSATISFACTORY: None of the required service completed Movement of items at Range Test Site Phase I C-1 a) STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. b) STD: Concrete items rigged, lifted, and placed on the steel frame for instrumentation preparation at site specified by government; subsequently moved to the testbed location specified by the government; and subsequently moved from the testbed location to a location on the ground in the vicinity of the testbed. c) STD: No substantive task omissions. d) Deliverables SATISFACTORY: All task required service completed UNSATISFACTORY: None of the required service completed Movement of items at Range Test Site Phase II C-2 a) STD: In accordance with standard safe crane operating procedures and methods, safety regulations and USACE practices and guidelines. b) STD: Concrete item rigged, lifted, and placed on the steel frame for testing at site specified by government; and subsequently moved from the steel frame location to a location on the ground in the vicinity. c) STD: No substantive task omissions. d) Deliverables SATISFACTORY: All task required service completed UNSATISFACTORY: None of the required service completed 6. Contract Requirements Package 6.1 All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. 6.2 Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 6.3 The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ18P0050/listing.html)
 
Place of Performance
Address: Vicksburg, MS, United States
 
Record
SN04889346-W 20180415/180413230835-75fbd0df0747a5164b2767498b178acf (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.