SOLICITATION NOTICE
J -- Cleaning solvents and servicing of model 52, 53, and 57 spray cabinets and parts washers.
- Notice Date
- 1/16/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 92136
- Solicitation Number
- N0024419Q0077
- Response Due
- 1/18/2019
- Archive Date
- 2/2/2019
- Point of Contact
- Nelson J. Arias 619-556-9532
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N0024419Q0077. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This solicitation is issued as full and open competition. NAICS Code 562112 Hazardous Waste Collection is applicable and business size is $38.5M. The solicitation will start on the date this solicitation is posted and will end on 18 January 2019 12:00 PM Pacific Standard Time. Requirements ************************************************************************** This requirement will include one base year, along with four options years. Line Item 0001: Cleaning solvent and services for model 52, 53, and 57. Period of performance: January 31, 2019 through January 30, 2020 Qty. 4 Lot Line Item 1001: Cleaning solvent and services for model 52, 53, and 57. Period of performance: January 31, 2020 through January 30, 2021 Qty. 4 Lot Line Item 2001: Cleaning solvent and services for model 52, 53, and 57. Period of performance: January 31, 2021 through January 30, 2022 Qty. 4 Lot Line Item 3001: Cleaning solvent and services for model 52, 53, and 57. Period of performance: January 31, 2022 through January 30, 2023 Qty. 4 Lot Line Item 4001: Cleaning solvent and services for model 52, 53, and 57. Period of performance: January 31, 2023 through January 30, 2024 Qty. 4 Lot See incorporated statement of work. Delivery: FOB Destination. Inspection and acceptance: At Destination by the Government at FRC West Fallon, Nevada. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. STATEMENT OF WORK Cleaning Services for 3 COMS Model 52 Parts Washer with MIL-PRF-680 Type III 2 COMS Model 53 Parts Washer with MIL-PRF-680 Type III 3 COMS Model 57 Aqueous Spray Cabinet with Armakleen 4-1 Solution 1. Scope: 1.1 This Statement of Work (SOW) identifies the Government ™s requirement for a quarterly service and operational check of government-owned assets as Fleet Readiness Center West Detachment Fallon (FRCWDF), 4755 Pasture Rd., Bldg. 24 Fallon, Nevada 89496. 1.2 The services requested within are to provide for one-year services on solvent and aqueous manual parts washers and tire machines. Services shall be operationally performed by a certified Safety Kleen representative. The Vendor shall replace and dispose of used solvents and chemicals in the seven-parts machines owned by FRC WDF, to include a check on three tires machines, two full parts washers, and three 30-gallon drum part washers. 1.3 This will be an options contract, which will include one base along with four option years. 2. Applicable Documents: 2.1 3 COMS Model 57 Aqueous Spray Cabinets with Armakleen 4-1 Solution 2.2 2 COMS Model 53 Parts Washer with MIL-PRF-680 Type III 2.3 3 COMS Model 52 Parts Washer with MIL-PRF-680 Type III 3. Requirements: 3.1 FRC Workcenter 520 contains one (1) COMS Model 52 Parts Washer and shall be drained, filter changed (work center provided) and filled with 25 gallons of MIL-PRF-680 Type III solvent per service. 3.2 FRC Workcenter 51E contains one (1) COMS Model 52 Parts Washer and shall be drained, filter changed (work center provided) and filled with 25 gallons of MIL-PRF-680 Type III solvent as well as change of filters if required due to use. 3.3 FRC Workcenter 51E contains one (1) COMS Model 53 Parts Washer (PCS-10 Machine) with Mil-PRF-680 Type III solvent shall be drained, waste trap cleaned, filter changed (work center provided), and filled with 35 gallons of MIL-PRF-680 solvent in order to maintain facilities operations. 3.4 FRC Workcenter 71D contains one (1) COMS Model 53 Parts Washer (PCS-10 Machine) with MIL-PRF-680 Type III solvent shall be drained, waste trap cleaned, filter changed (work center provided), and filled with 35 gallons of MIL-PRF-680 solvent in order to maintain facilities operations. 3.5 FRC Workcenter 51E contains two (2) COMS Model 57 Aqueous Spray Cabinet with Armakleen 4-1 (M-HP-2) Solution. Single Machine capacity is 125 gallons; shall be drained, filter changed (work center provided) and filled with a mix solution of 7 gallons of MHP-2 Solution and 118 gallons of water. 3.6 FRC Workcenter 71B contains one (1) COMS Model 57 Aqueous Spray Cabinet with Armakleen 4-1 (M-HP-2) Solution. Single machine capacity is 125 gallons; shall be drained, filter changed (work center provided) and filled with a mix solution of 7 gallons of MHP-2 Solution and 118 gallons of water. 3.7 FRC Workcenter 731 contains one (1) COMS Model 52 Parts Washer and shall be drained, filter changed (work center provided) and filled with 25 gallons of MIL-PRF-680 Type III solvent as well as change of filters if required due to use. 3.8 The Contractor must be knowledgeable of the referenced equipment and must be able to perform all work in compliance with the Original Equipment Manufacturer (OEM) specifications and current commercial practices. 3.9 The Contractor must provide all test equipment, including but not limited to, tools, diagnostic equipment, meters, hardware, and software needed to perform the services. 3.10 A quarterly service (4 per year) shall be performed to include an inspection of the system for overall integrity and performance, basic equipment cleaning, adjustment, replacement of consumable parts, and the installation of any firmware updates if necessary. 3.10.1 Service shall be scheduled by the Designated Government Representative (DGR) as identified at the time of award. 3.10.2 All defective items to include drained fluids (Hazardous Wastes) shall be disposed of by the contractor. 3.10.3 The Contractor will be responsible for shipping of the equipment to FRCWDF, to the following address: Attn: FRCWDF MMCO (775-426-3708) FRCWDF NAS Fallon, NV 4755 Pasture Rd. Bldg. 24, Fallon, NV 89496 3.11 Repairs under this contract are limited to the following conditions: 3.11.1 Anything that is conducted under normal repair (i.e. replacement of consumable parts) and that are at no additional cost to the Government. 3.12 Should It be determined that these services cannot be fully completed, this company shall notify the DGR immediately. 3.12.1 No repair services, or any additional services, parts or components other than those specified under the resultant contract, shall be delivered, performed or installed without written consent from the Contracting Officer via contract modification. 3.12.2 Following each completion of service, the Contractor shall provide FRCWDF with a detailed report. 3.12.3 The summary report shall include the company ™s date of arrival and final completion, the technicians name(s), model and serial number of the equipment, list of parts serviced and/or replaced a list of parts and/ or future services recommended. 3.12.4 The summary report shall be sent electronically, via email, within three (3) days of completion to the DGR when repair is completed to include details of repair and operational check results. 4. Period of Performance 31 January 2019 to 30 January 2020 5. Security Upon award, the contractor shall submit to Naval Air Station Fallon, Pass and I.D. office, Building 4180, 4755 Pasture Rd., Fallon, NV 89496, a SECNAV 5512-1, for each tech three days prior to arrival, with a copy to the Designated Government Representative (DGR). The request shall include Full Name License Registration Insurance 4.1 Designated Government Representative: ATCS JEREMY MILLS, QAO PH: 775-426-2297 Email: jeremy.p.mills@navy.mil End This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to E-mail: nelson.arias@navy.mil received no later than 18 January 2019 12:00:00 PM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; The Government intends to award a Firm Fixed Price single award contract resulting from this solicitation on a technically acceptable, lowest price basis to responsible offeror whose offer conforming to the solicitation are evaluated and determined technically acceptable to the Government. The following factors shall be used to evaluate an offerors proposal: Technical Capability; Past Performance; Price; (A) Technical Capability: The technical capability of a vendor will be evaluated on the vendor ™s ability to provide annual maintenance services to establish a leak-free status and certification to meet regulatory compliance requirements as specified under the scope of work. For a contractor ™s proposal to be determined technically acceptable, the contractor must furnish the following data: Technical data: Technical data shall be submitted in accordance with FAR 52.212-1(a)(4). Service literature and technical data/narrative shall be submitted that clearly and sufficiently demonstrates to the Government that the Contractor has knowledge of the referenced equipment, is capable of performing all work in compliance with the Original Equipment Manufacturer ™s technical specifications, is knowledgeable of and can meet all applicable federal and state laws and regulation, and has the training to evaluate, certify, and maintain the specified equipment. The service literature and technical data/narrative shall be no longer than three (3) pages. (B) Past Performance: Offerors shall provide Past Performance data on your companies ™ three most recently completed Federal Government or commercial contracts where the same type or similar services have been performed as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar services required by this solicitation. See below for the Past Performance Information data sheet This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. Past performance information submitted will be used to make a determination of whether the Offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate capability and performance. (C) Pricing: Contractors shall provide the following pricing information: The Contractor shall provide calculated itemized pricing for the annual maintenance services specified in this request for quote to include all material costs, labor costs, and transportation charges to San Diego, CA 92135, and a total cost. The contractor shall provide any published/commercial price/labor rate listings. The itemized cost will be used for evaluation purposes only. RATINGS: (A) Technical capability factors shall be rated as śAcceptable ť or śUnacceptable ť. Offerors that comply fully with the technical capability requirements of submitting all required technical data, and the technical proposal will be rated as śAcceptable ť and have their Past Performance data evaluated. Offerors that do not fully comply with the technical data requirements will be rated as śUnacceptable ť and may not be evaluated any further. (B) Past Performance factors shall be rated as śACCEPTABLE ť, śUNACCEPTABLE ť or śNEUTRAL ť Past Performance ratings are as followed: Acceptable: Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. Unacceptable: Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment Neutral: No relevant past performance data available for evaluation. The Government will not make award to a proposal that the Government evaluates as Unacceptable on Past Performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. The Government will give an Acceptable Past Performance rating to proposals where the Offeror has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. The Government will give a Neutral Past Performance rating to offerors that lack a record of relevant Past Performance or for whom information on Past Performance is not available. In accordance with FAR 15.305 (a)(2), the Government will not evaluate such offerors favorably or unfavorably on Past Performance. Offerors are reminded, however, that a proposal that receives a Neutral on Past Performance may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with a Neutral rating on Past Performance. The Government may reject any or all proposals, if such action is in the best interest of the Government. The Government may waive informalities and minor irregularities in proposals received. The Government intends to evaluate proposals and award a contract(s) without discussions with offerors (except clarifications) as described in FAR 15.306(a)). Therefore, the offeror ™s initial proposal should contain the offeror ™s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition. FAR 52.212-3 Alt1, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 2014; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 34 months. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers w/ Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) FAR 52.223-20 Aerosols FAR 52.223-21 Foams FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran “ Representation and Certification FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management FAR 52.232-36 Payment by Third Party FAR 52.232-34 Payment by Electronic Funds Transfer ”Other than System for Award Management FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-15 Certificate of Conformance FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Identification and Valuation (AUG 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American “ Balance of Payments Program. DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. DFARS 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Requirements Relating to Compensation of Former DOD Officials (Sep 2011) For Help: Federal Service Desk Accessibility Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Buy American Act and Balance of Payments (Oct 2011) New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 “ 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor ™s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Offeror ™s Past Performance Data: Reference #1: 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. Telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes* ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Reference #2: 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. Telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes* ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Reference #3: 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. Telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes* ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. End of Clauses/Provisions. Quotation information may be submitted via email. Submit responses to: nelson.arias@navy.mil. Reference solicitation number: N0024419Q0077on all documents and requests for information. Quotes must be received no later than 18 January 2019 12:00 PM NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0077/listing.html)
- Place of Performance
- Address: FRCWDF NAS Fallon, Falon, NV
- Zip Code: 89496
- Country: US
- Zip Code: 89496
- Record
- SN05196388-F 20190118/190116230030 (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 |