Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

F -- FY20 HUD Mechanical Site Prep

Notice Date
2/27/2020 3:15:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE NEVADA CITY CA 95959 USA
 
ZIP Code
95959
 
Solicitation Number
129JGP20Q0024
 
Response Due
3/24/2020 4:00:00 PM
 
Archive Date
04/08/2020
 
Point of Contact
OLaine Martinez, Phone: 5304786823, Fax: 5304786126
 
E-Mail Address
tracy.martinez@usda.gov
(tracy.martinez@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment Added 2/27/2020 Site visit.� See attached. Combined Solicitation & Synopsis FY20 HUD Mechanical Site Prep 129JGP20Q0024 The Department of Agriculture, US Forest Service, Central California Acquisition Services Area, and Stanislaus National Forest requires services for Mechanical and Manual Site preparation on the Groveland Ranger District. This is a combined / 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; quotes are being requested and a written solicitation will not be issued. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://acquisition.gov/far. This is solicitation no.129JGP20Q0024 a Request for Quotations (RFQ) and is a 100% Total Small Business Set-Aside.��The NAICS code is 115310 Support Activities for Forestry.� The size requirement for this NAICS code is 20.5 Millions. The government intends to award a single award or multiple awards of one or several Firm Fixed Price Contract. � Closing date of Solicitation is: �March 24, 2020 Projected Award Date is: March 28, 2020 B.1 ITEM NO.��� DESCRIPTION�������� ����������� UNIT� QTY�� UNIT PRICE����������� TOTAL PRICE 1��������� �������� Site Prep All Methods�� ������ Acre�������� 345����������������������������������� 2������������������� Site Prep All Methods� ������ Acres��� ����306 3.������������������ Site Prep All Methods������� Acres�� ������413 4.������������������ Site Prep All Methods������� Acres�� ������323 (Line Item unit breakdown is on attached Table 2.) ��������� AS PER THE GENERAL SPECIFICATIONS IN ATTACHMENTS AND THE FOLLOWING ADDITIONAL REQUIREMENTS: Contractor Responsibility: Except as otherwise specified under 1.2 and 1.4, the contractor shall furnish the necessary personnel, supplies and transportation to perform the services and insure that the designated areas present a clean, healthy, orderly and well-kept appearance. Estimated Start Date & Contract Time: Date/Time Start April 13, 2020 Contract Time 200 days Licenses & Insurance The contractor shall obtain the insurance and licenses listed here; (see also Section L, Notices to Offerors and Respondents). Other:� Worker�s Compensation Insurance:� The Contactor shall provide evidence of Worker�s Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement.� NOTE:� The Contractor working alone is not required to carry the insurance. DESCRIPTION OF WORK: COMMENCEMENT PROSECUTION, AND COMPLETION OF WORK (FAR 52.211-10) (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than Oct 30, 2020. �Work is estimated to begin April 13, 2020. Scope of Work Description of Work: The intent of this contract is to secure services for thinning plantations, site preparation, fuels reduction prior to planting, and increasing safety by mechanical equipment, hand treatment, or a combination of both. Each unit may require multiple types of equipment and/or treatments to achieve desired reduction of fuels, including, but not limited to, dozer piling, grapple piling, mastication, feller buncher, hand felling, and hand piling. Slope, vegetation amounts, vegetation types, and vegetation heights will be deciding factors. Unless direct treatments are listed by Contracting Officer, it will be the Contractor�s responsibility to determine which methods shall be used to meet treatment requirements for each unit. Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Project Location & Description Location: The project is located on the Stanislaus National Forest, Groveland Ranger District. Description: Units are located in the Rim Fire Area. All mastication, grapple piling, and feller buncher operations shall not exceed 45 percent slope gradient. �Dozer piles shall not exceed 35 percent slope gradient. Hand felling and pile construction may occur on all slope percentages.� General unit areas are shown on the enclosed maps and marked on the ground.� Unit boundaries are flagged in blue and yellow flagging tied together or solid yellow flagging. Accessibility: �Work site access instruction, as given here, is for information only.� It shall be the responsibility of the Contractor to determine the most suitable route to the project area.� Predicted access route for project access is as follows: From the US Forest Service, Groveland Ranger District Office, head east on Highway 120 to the Cherry Lake Road (1N07) junction.� Then head north on Cherry Lake Road to Forest Road 3N01 (Recreation Road 31).� Turn west onto Road 3N01 and continue to the west towards the project area. All units can be accessed off Forest Roads off 3N01. Unit access routes are subject to change and will be determined based on road conditions existing immediately prior to and during the implementation of the contract. The Government will not provide special maintenance nor snow plowing to open roads or keep roads open. Any prospective Contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing from the Contracting Officer soon enough to allow a reply to reach all prospective Contractors before the solicitation closing date.� Oral explanations or instructions given before the award of a contract will not be binding. Exclusions (Non-work Areas): Non-work areas will be identified by any of the following:� 1) mapping, 2) flagged with specified color, or 3) verbal instructions.� These are areas of natural regeneration, streamside protection zones, areas with an excessive amount of rock or rock outcrops, and areas that may have been treated previously.� No tractor intrusion, disturbance, or damage shall be allowed in these areas without approval from Contracting Officer. Maps Any maps included in Section J are general in nature and are not to be considered as definitively identifying locations. Restrictions on Work Work may be performed at any time during the period of the contract, except as outlined here. Nothing in this part shall be construed to take away any of the Government's rights under the Suspension of Work Clause (52.242-14). Restrictions are as follows: In accordance with the fire plan, if included in Section J. When the Contracting Officer (or designated representative) determines that adverse weather has made access too dangerous or that continued vehicular travel would cause unacceptable road damage. Hours of Operation: Contractor shall limit treatment operations within � mile of residences and campgrounds to weekdays and non-holidays only, between the hours of 7:00 a.m. and 6:00 p.m. Control Areas (CAs) � No activity shall be allowed in these areas. The only exception to this includes CA-9 (Clarkia spp.) sites during the Clarkia spp. dry season (approximately July 16 thru November 30); limitations within these sites are listed later in this document. Limited Operating Period (LOP) � No activity will be allowed during the following LOPs, unless surveys confirm that nesting is not occurring. Northern Goshawk (NOGO): February 15 thru September 15. Great Grey Owl (GGO): March 1 thru August 15, within .25 miles of the activity center. Spotted Owl (SOP): March 1 thru August 31, within .25 miles of the activity center. California Red Legged Frog (CRLF): Prohibited within 1 mile of area identified as suitable CRLF breeding habitat during the wet season (first rain fall event depositing more than .25 inches of rain on or after October 15 thru April 15). Within 300 feet of occupied Western Pond Turtle (WPT) habitat, May 15 thru July 15. �Licenses and Insurance The Contractor shall obtain the insurance and licenses listed here. MSPA Card (Form WH510): This contract requires the Contractor to be registered with the US Department of Labor as a Farm Labor Contractor. The Contractor shall provide a current Form WH510 or legible copy. Other: Workmans Compensation� Technical Requirements �� Definitions Brush � Live scrub vegetation, though some may be over 20 feet tall, or woody plants such as Arctostaphylos species i.e. (manzanita), Ceanothus species i.e. (deer brush) and various other species.� This does not include small conifers. Brush skeletons � Large dead woody brush skeletons over 2 feet high. Chips � The woody residue resulting from the mechanical shredding/chipping activity.� Residue size is usually less than 2 inches, but occasionally is up 2 feet in length. Chip size for mastication � FINE TREATMENT 75% 6 inches (15.2 cm) and 12 inches (30.5 cm). Medium Oak � A tree with a DBH between 4 inches (10.2 cm) and 12 inches (30.5 cm). Small Oak � A tree with a DBH 6 inches (15.2 cm) and <2 feet (.6 m) in length. 5% 2 feet (.6 m) through 6 feet (1.8 m) in length. With accumulations not exceeding 12 inches (45.7 cm) in depth. 5. COMMON TO ALL PILES: All felled snags, dead brush skeletons, down woody, and live vegetation material shall be piled unless mastication is the treatment. Piles shall be neat, compact, and sufficiently free of dirt (less than 10% soil material). If piles do not meet this requirement they will need to be respread and rebuilt. Pile slash, felled trees, snags, vegetation, and down woody material to the following standards: Piles constructed by hand shall be a minimum height of 5 feet and between 8 to 30 feet in diameter.� Piles constructed by mechanical equipment shall be a minimum height of 10 feet and a diameter not to exceed 70 feet. All downed material shall be bucked into 10 foot lengths to produce a tight pile with minimal airspace. No piled material shall protrude more than 3 feet outside main pile diameter. Piles shall be located to minimize damage to residual trees (at least 25 feet from the dripline) and other retained features (snags, live brush, down logs, etc.) to avoid ignition during burning operations. No piles shall be located within 25 feet of ephemeral stream channels, nor within 40 feet of perennial or intermittent streams. Piles will be built in a vertical-conical arrangement, NOT in a flat/stacked manner. Piling shall be accomplished with minimal disturbance to top soil and effective ground cover (See Definitions). Retain 50% effective ground cover on slopes less than 25%, and 60% cover on steeper slopes and within RCA�s. Minimize turning of tracked equipment within 150 feet of intermittent or ephemeral streams and riparian areas, and within 300 feet of perennial streams. (Refer to attachment in Section J: Mechanized Equipment operations in Riparian Conservation Areas (RCA�s)). An eight foot fuel break shall be cleared of all but fine material around each pile and an 18 inch wide fire line shall be cleared to mineral soil around the outer ring of the fuel break.� In areas where there is a potential for burning material to roll, fire lines shall be trenched on the downhill side of each pile to adequately prevent material from crossing fire lines. In addition to trenching, material shall be piled perpendicular to the slope to prevent it from rolling. All piles shall be covered on the top with a minimum of a 6 foot by 8 foot polyethylene sheeting 4 mil thick and covered with enough slash so as the sheeting does not fly away. The purpose of this is to maintain a dry area in the pile to ease ignition operation in the future. � 6. �COMMON TO ALL TREATMENTS: All snags 3 inches DBH thru 29.9 inches DBH shall be felled, piled, or masticated excluding specifications within RCA�s and required retained snags. Snags to be cut may be pushed over for reasons of safety, or when disturbance to soil from such action will be minimal. Contactor shall remove whole trees from RCAs, SFAs, and perennial, intermittent, and ephemeral drainages given exclusion zone limitations. Trees that cannot be removed in their entirety shall be lopped off at start of the exclusion zone and that material placed into piles. All remaining parts of trees left in exclusion zone shall have branches lopped off at the bole and branches piled.� Within exclusion zone, Contractor shall hand pile all felled material 12 inches DBH and less with a length of 6 feet (1.8 m) or greater. Contractor shall follow all specifications on pile construction and placement. Additional exclusion distances may be designated by the Contracting Officer (Refer to attachment in Section J: Mechanized Equipment operations in Riparian Conservation Areas (RCA�s)). All brush 12 inches and greater in height within the designated units shall be treated, except brush in non-work areas, brush used for roadside screening, riparian vegetation, and brush growing so close to adjacent leave trees that attempted brush removal would cause damage to the residual tree (generally 6 inches (15.2 cm) or closer to residual tree). Units with slopes greater than 45% slope, no brush treatment is required. Brush, dead trees, and slash shall not be pushed into leave trees and left untreated. Brush shall be treated prior to tree processing in any given area.� Tree slash lying on top of untreated brush will result in failure to pass inspection. Retain 5 of the largest down logs per acre. Use logs greater or equal to 12 inches diameter and at least 20 feet (6.0 m) long. Down logs shall be left in an undisturbed state to the greatest extent practical and shall not be bucked. Retained down logs should be greater than 100 feet (30.4 m) from roadsides. Contractor shall retain up to 6 hardwood snags greater than 15 inches DBH per acre. In areas not located in HRCA or OFEA, retain the largest conifer snags available at a rate of 4 per acre. For snag retention in HRCA and OFEA, retain a minimum of four and a maximum of 6 snags per acre starting at the largest diameter snags and working down. Snags with orange paint are to be retained and counted first. Contracting Officer may designate greater/less snag retention on a per unit basis. (Refer to maps is Section J for locations of HRCA�s and OFEA�s). Protection of the residual trees shall be the highest priority in all operations. �Excessive residual stand damage may result in contract shut down and/or default. �No more than 4 damaged trees per acre will be permitted.� �If in the opinion of the Contracting Officer damage is excessive, the Contractor shall be required to alter their operations to prevent the occurrence of such damage. If more than 4 damaged trees per acre exist, a cost of $50.00 per tree will be charged. Noxious weeds, such as bull thistle, are known to exist within the project area. Known concentrations outside unit boundaries shall be avoided.� Contractor shall not use these areas for access with service vehicles, take their equipment through these areas or in any way disturb these sites. �However, where it is not possible to keep equipment or service vehicles out of sites infested with noxious weeds, the Contractor shall clean equipment and service vehicles so that they are free of soil, seeds, vegetative matter, or other debris prior to being moved from infested sites to uninfested units and prior to being transported out of project area. Clothing, particularly footwear, should be free of soil, mud (wet or dry), seeds, vegetative matter, or other debris that could contain seeds. (Refer to maps in Section J for known locations of noxious weeds). Soil displacement shall be minimized by working the equipment in as straight a line as possible and paralleling slopes given the known limitations of residual trees and terrain.� Rutting depth shall not exceed 4 inches over 90% of the area. Rutting depth is measured from the top of the undisturbed litter/duff layer to the top of the duff in the rut (�duff-to-duff�). Soils in the operating area must be dry enough to prevent rutting by a single pass of the equipment. All drainages within unit boundaries, except those designated as exclusion in the data table or on the maps, shall have brush treated completely (no buffer zone) with no damage to riparian vegetation. Low ground pressure equipment (grapple pile/mastication/feller buncher) treads shall stay 15 feet outside of stream channel slope break, and on stable, dry soils as far from stream channel as possible, while still accomplishing contract objectives.� Exclude dozer operations within 50 feet from the start of the exclusion zone for all perennial and intermittent streams and SAF�s, and 25 feet from the start of the exclusion zone for all ephemerals. (Refer to attachment in Section J: Mechanized Equipment operations in Riparian Conservation Areas (RCA�s)). Contractor's equipment shall not cross meadows, ""wet"" stream channels, or other non-work areas, except by prior, written agreement with Contracting Officer. The Contractor shall provide for public safety when operating equipment within 200 feet of structures and open roadways.� The Contractor shall be responsible for obtaining and following all safety procedures policies, laws and regulations required by the state, county, and private roadways for the safe operation of equipment necessary to complete the contract. The Contractor shall remove all material or debris resulting from contract operations that is distributed outside of treatment unit or on Lava caps, streams, roads, structures, private property, protected sites, improvements, telephone lines, established trails, stock driveways, fence lines, established land corners, or other improvements. Any trees falling on or into such areas as described shall be removed if possible, and any resulting damage shall be immediately reported to the Contracting Officer. The Contractor�s equipment shall not travel over the same tracks, except where designated by the C.O. for access and service routes.� Erosion work shall be required and kept current with contract work progress for unit or partial unit acceptance. The Contractor shall be responsible for contacting all utility companies to determine the location of under- and aboveground utilities. The Contractor shall protect or avoid these utilities during all operations of this contract. Water bars in skid trails, firelines, and roads disturbed by the Contractor shall be restored to conditions prior to damage at the Contractor�s expense. Equipment shall be kept free of debris accumulations that may result in fire starts. Unless otherwise agreed in writing, when Contractor's operations are in progress adjacent to or on Forest Service controlled roads and trails open to public travel, the Contractor shall furnish, install, and maintain all temporary traffic controls which provide the forest user with adequate warning of hazardous or potentially hazardous conditions associated with Contractor's operations.� A specific traffic control plan for each individual contract work area shall be agreed to by Contractor and Contracting Officer prior to commencing operations.� Devices shall be appropriate to current conditions and shall be covered or removed when not needed.� Except as otherwise agreed, flaggers and devices shall be as specified in the ""Manual on Uniform Traffic Control Devices for Streets and Highway"" (MUTCD), and as shown on the Contract Map. All units shall be worked in a systematic method that will be addressed in the Project Proposal under ""Work Methods.� Protection of Land Survey Monuments:� The Contractor shall protect all known survey monuments, witness corners, reference monuments, and bearing trees against avoidable destruction, obliteration, or damage during the Contractor's operations.� Known corners are identified on the contract maps by black diamonds.� It is the Contractor's responsibility to locate and protect them during operations. If the Contractor causes such damage, the Contractor shall hire the appropriate registered land surveyor to establish or restore at the same location the monuments, corners, or accessories.� Such surveyors shall use procedures in accordance with the ""Bureau of Land Management of Instructions for the Survey of the Public Lands of the United States� for the General Land Office surveys, and in accordance with the State law for others. Contractor shall record such survey in the appropriate county records. Protection of Improvements:� Contractor shall protect improvements from damage and shall be responsible for their timely restoration if damaged by Contractor's operations.� Improvements include, but are not limited to, Crook�s water ditch, water tanks, fences, gates, pipelines, culverts, helispots, existing roads, underground cables, and all private property. Bulldozers shall not be walked between units on paved or chip-sealed roads.� The walking of equipment between units shall be worked out with the Contracting Officer to avoid the possibility of Control Area or resource damage Exit and entry of units will be confined to within unit boundaries unless otherwise stated by the Contracting Officer.� Entry and exit points to the unit will be chosen in a manner as to reduce resource damage and soil erosion. Prevention of Oil Spills:� If Contractor maintains storage facilities for oil or oil product(s) in the Project Area, Contractor shall take appropriate preventative measures to ensure that any spill of such oil or oil product does not enter any stream or other waters. If the total oil or oil storage exceeds 1320 gallons (4996 liters), or if any single container exceeds a capacity of 660 gallons (2498 liters), Contractor shall prepare a Spill Prevention Control and Countermeasures (SPCC) Plan.� Such plan shall meet applicable EPA requirements (40 CFR 112) including certification by a registered professional engineer. Protection of Cultural Resources:� Location of known historic or prehistoric sites, buildings, objects, and properties related to American history, architecture, archaeology and culture, such as settler or Indian artifacts, protected by the American Antiquities Act of 1906 (16 U.S.C. 431433), National Historic Preservation Act of 1966 (16 U.S.C. 470), implementing regulations (36 CFR 800), the American Indian Religious Freedom Act, and the Archaeological Resources Protection Act of 1979 (PL 96-95 and 36 CFR 261.9(e)) will be identified on the ground by the Forest Service.� The Forest Service may unilaterally modify or cancel all or portions of this contract to protect an area, object of antiquity, artifact, or similar object which is or may be entitled to protection under these Acts regardless of when the area, object, or artifact is discovered or identified.� Discovery of such areas or objects by either party shall be promptly reported to the other party. The Contractor shall protect Controlled Areas (CA) by AVOIDANCE, unless treatment of site is directed by Contracting Officer and a cultural resource specialist is present. Contractor shall protect all known and identified, or discovered, historic or prehistoric sites, buildings, objects, and properties related to American history, architecture, archaeology, and culture against destruction, obliteration, removal, or damage during the Contractor's operations.� The Contractor shall immediately halt and notify the Forest Service if damage occurs to any cultural resources and immediately halt operations in the vicinity of the resource where damage occurred until the Forest Service authorizes the Contractor to proceed.� If such damage is negligently or willfully caused by the Contractor's operations, the Contractor shall bear costs of investigation and restoration in accordance with 36 CFR 296.14(c), provided that such payment shall not relieve the Contractor from civil or criminal remedies otherwise provided by law. Wheeled or track-laying equipment shall not be operated within such areas except on roads, landings, tractor roads, or skid trails approved by the Contracting Officer.� The Contractor may be required to restore disturbed areas where incursion has been approved by the Contracting Officer. Track-laying equipment shall not be operated through cultural resource sites on Forest Roads, unless otherwise approved by the District Archeologist. All known Controlled Areas are either identified on the project map and/or on the ground with flagging.� The sites may be reflagged immediately prior to operations.� Refer to the maps in Section J for Control Area locations within the units. Protection of Sensitive Plant Populations:� Known populations of sensitive plants occur within or adjacent to the designated units. No operations are permitted within CA-2 sites. Unless otherwise agreed, no Contractor Operations are permitted within CA-9 (Clarkia spp.) areas during the growing season (from appx Dec 1 - July 15). After the dry season begins, tracked equipment is allowed. Avoid turning and dragging through the site. Any slash or debris resulting from tree felling operations occurring within flagged perimeters is to be removed by Contractor. No piling within sites. Control of Dust Near Sensitive Areas:� The Contracting Officer may require the Contractor to cease operations when the wind speed is such that dust from operations will blow into sensitive areas.� Sensitive areas are those occupied by the public including developed campgrounds and residences.� Periods of shut down will not count against the Contractor's time. Road Maintenance: Contractor maybe required to furnish equipment to abate dust on roads with water; this treatment may require multiple applications daily. Water source location(s) shall be determined by Contracting Officer. Contracting Officer shall determine if dust abatement is necessary. The Contractor shall remove all trash from the work site. �Contractor-Furnished Equipment Contractor shall be required to have a Global Positioning System (GPS) and a mobile electronic device with GPS capabilities (i.e. smart phone, tablets) with a program capable of reading a .pdf map for each piece of equipment and/or crew. A good program example is Avenza.� Devices using GPS must have sub-meter accuracy and be capable of accepting/uploading shapefiles or track logs compatible with ARCGIS 10.3 or newer. Polyethylene sheeting 4 mil thick. Government-Furnished Equipment Maps, electronic shapefiles or track logs for uploading in GPS or mobile electronic device (smart phone, tablets). INSPECTION AND ACCEPTANCE ������������������������������������ Contractor Inspection Requirements (FAR 52.246-01)(APR 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts.� This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. Inspection of Services�Fixed-price (FAR 52.246-04)(FEB 1992) Definitions. ""Services,"" as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. � The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract.� Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. � The Government has the right to inspect and test all services called for by the contract, to the extent practicable, at all times and places during the term of the contract.� The Government shall perform inspections and tests in a manner that will not unduly delay the work. � If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, without additional charge, all reasonable facilities and assistance for the safe and convenient performance of these duties. � If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. � If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. See attached full Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a036200d8e6940a0a7a5401c2aac4ec0/view)
 
Place of Performance
Address: Groveland, CA 95321, USA
Zip Code: 95321
Country: USA
 
Record
SN05574142-F 20200229/200227230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.