Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

53 -- Abrasive Ferrous Metallic Grit

Notice Date
4/15/2020 5:23:12 AM
 
Notice Type
Solicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM320Q6023
 
Response Due
4/24/2020 10:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
steven bonavita
 
E-Mail Address
steven.1.bonavita@dla.mil
(steven.1.bonavita@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to BetaSAM (formerly known as FEDBIZOPS).� The RFQ number is SPMYM3-20-Q-6023. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Change Notice 20200123.� 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/html/current/252201.htm .� The NAICS code is 327910 and the Small Business Standard is 750 Employees.� This requirement is a 100% Small Business Set-Aside.� ���� Requirements Place of Manufacture / Country of Origin Required. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility. � Potential contractors will be screened for responsibility in accordance with FAR 9.104. Quotes must be e-mailed to steven.1.bonavita@dla.mil A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ����������� ����� ������������������������������������������������������ MATERIAL INFORMATION ITEM����� �DESCRIPTION������� ������������������������� 0001 ����� Grit in Accordance with Attachment 1: Item Description/Specifications. ������ ��� 0002 ����� See Sequence A0001: Certification of Quality of Conformance. Certification required to ensure the��� �������������� steel grit meets the qualification of SSPC-AB3. ��������������� Provide Pricing for the Following: ��������������� Unit ��������������������������������������������������������������������� Quantity Needed��������������� Price Per Drum* ��������������� Drum, 55 Gallon (1,700 lbs per drum)�������� 50 drums ���������������������������� ��������������� *pricing will include delivery to Portsmouth Naval Shipyard, Kittery Maine 03904. Specifications: Applicable Contract Terms and Conditions 52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.204-26� Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors� 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.215-9023, Reverse Auction 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B�Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, �Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003. Control of Government Personnel Work Product 252.204-7008 DEV� Compliance With Safeguarding Covered Defense Information Controls 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001� Buy American Act & Balance of Payments Program 252.225-7002� Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items� including: �52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations � Representation, 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment� 52.219-6 ALT 1 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor � Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 �Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. � Additional contract terms and conditions applicable to this procurement are:� 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 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.225-7048� Export � Controlled Items DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023� Transportation of Supplies By Sea DLAD Clauses : 52.233-9001 Disputes � Agreement to Use Alternative Dispute Resolution (ADR). C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) The contractor shall notify the contracting officer immediately upon determining the unavailability of obsolete materials or components. The contractor may recommend a solution to include the impact on the contract price and delivery. The contractor shall not initiate any item redesign or incur any additional costs without the express, written authorization of the contracting officer. In the event that manufacturing phase-out or discontinuance of production of such items is contemplated, the contractor is required to notify the contracting officer and publish the discontinuance in the Government-Industry Data Exchange Program (GIDEP), where feasible; and to provide immediate advance notice of production phase-out to DLA DMSMS at dscc.dmsms@dla.mil. C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) (1) By submitting a quotation or offer, the contractor agrees that, when the contractor is not the manufacturer of the item, it is confirming that it currently has or will obtain before delivery and shall retain documented evidence (supply chain traceability documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract. (2) At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source�s Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer's batch identification for the item(s), such as date codes, lot codes, or serial numbers. (3) Examples of acceptable supply chain traceability documentation can be found at: http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/ (4) The contractor shall immediately make available documentation upon request of the contracting officer. The contracting officer determines the acceptability and sufficiency of documentation. If the contractor fails to retain or provide the documentation or the contracting officer finds the documentation to be unacceptable, corrective action may be taken including, but not limited to, cancellation of undelivered orders or rejection of delivered supplies. C04 Unused Former Government Surplus Property (DEC 2016) To be considered for award, the offeror must complete and submit the following representation with their offer. Additional supporting documentation to demonstrate the surplus material offered was previously owned by the Government and meets solicitation requirements must be provided within 24 hours of request by the contracting officer. (1) The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or safety. Yes __ No __ The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and Government Entity (CAGE) Code and part number, specification, etc.). Yes __ No __ The material conforms to the revision letter/number, if any is cited. Yes __ No __ Unknown __ If No, the revision does not affect form, fit, function, or interface. Yes__ No __ Unknown __ The material was manufactured by: (Name): ______________________________________________________________________ (Address): _____________________________________________________________________ (2) The offeror currently possesses the material Yes __ No __ If yes, the offeror purchased the material from a Government selling agency or other source. Yes __ No __ If yes, provide the following: Government Selling Agency: ______________________________________________________ Contract Number: _______________________________________________________________ Contract Date: (Month, Year): _____________________________________________________ Other Source: __________________________________________________________________ Address: ______________________________________________________________________ Date Acquired: (Month/Year) _____________________________________________________ (3) The material has been altered or modified. Yes __ No __ If Yes, the offeror must provide the name of the company that performed the alteration or modification and attach or forward to the contracting officer a complete description of the alterations or modifications. (4) The material has been reconditioned. Yes __ No __ If Yes, (i) the price offered includes the cost of reconditioning /refurbishment. Yes __ No __; and (ii) the offeror must provide information on the company that reconditioned the material with the certifications and attach or forward to the contracting officer a complete description of any work done or to be done, including the components to be replaced and the applicable rebuild standard. The material contains cure-dated components. Yes __ No __ If Yes, (i) the price includes replacement of cure-dated components. Yes __ No __; and (ii) provide cure date to the contracting officer. (5) The material has data plates attached. Yes __ No __ If Yes, the offeror must state below all information contained thereon, or forward a copy or facsimile of the data plate to the contracting officer. ___________________________________________________ (6) The offered material is in its original package. Yes __ No __ If yes, the offeror has stated below all original markings and data cited on the package; or has attached or forwarded to the contracting officer a copy or facsimile of original package markings: Contract Number ____________________________________________________________________ NSN____________________________________________________________________________ CAGE Code__________________________________________________________________________ Part Number ________________________________________________________________________ Other Markings/Data___________________________________________________________ (7) The offeror has supplied this same material (National Stock Number) to the Government before. Yes __ No __ If Yes, (i) the material being offered is from the same original Government contract number as that provided previously. Yes __ No __; and (ii) state below the Government Agency and contract number under which the material was previously provided: Agency _________________________________________________________________________ Contract Number_________________________________________________________________ (8) The material is manufactured in accordance with a specification or drawing. Yes __ No __ If Yes, (i) the specification/drawing is in the possession of the offeror. Yes __ No __; and (ii) the offeror has stated the applicable information below, or forwarded a copy or facsimile to the contracting officer. Yes __ No __ Specification/Drawing Number _____________________________________________________ Revision (if any) _________________________________________________________________ Date___________________________________________________________________________ (9) The material has been inspected for correct part number and for absence of corrosion or any obvious defects. Yes __ No __ If Yes, (i) material has been re-preserved. Yes __ No __; (ii) material has been repackaged. Yes __ No __; (iii) percentage of material that has been inspected is ____%; and/or (iv) number of items inspected is _______; and (v) a written report was prepared. Yes __ No __; and if Yes, the offeror has attached the written report or forwarded it to the contracting officer. Yes__ No__ The offeror agrees that in the event of award and notwithstanding the provisions of the solicitation, Inspection and acceptance of the surplus material will be performed at source or destination subject to all applicable provisions for source or destination inspection. The offeror has attached or forwarded to the contracting officer one of the following, to demonstrate that the material being offered was previously owned by the Government (offeror check which one applies): ___ For national or local sales, conducted by sealed bid, spot bid or auction methods, a solicitation/Invitation For Bid and corresponding DLA Disposition Services Form 1427, Notice of Award, Statement and Release Document. ___ For DLA Disposition Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass document and invoices/receipts used by the original purchaser to resell the material. ___ When the above documents are not available, or if they do not identify the specific NSN being acquired, a copy or facsimile of all original package markings and data, including NSN, commercial and Government entity (CAGE) code and part number, and original contract number. (This information has already been provided in paragraph (c)(6) of this clause. Yes __ No __.) ___ When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe and/or attach. This only applies to offers of Government surplus material. Offers of commercial surplus, manufacturer�s overruns, residual inventory resulting from terminated Government contracts, and any other material that meets the technical requirements in the solicitation but was not previously owned by the Government will be evaluated in accordance with the DLAD procurement note L04, Offers for Part Numbered Items. If requested by the contracting officer, the offeror shall furnish sample units, in the number specified, to the contracting officer or to another location specified by the contracting officer, within 10 days after the contracting officer's request. The samples will be furnished at no cost to the Government. All such samples not destroyed in evaluation will be returned at the offeror's expense. The samples will be evaluated for form, fit, and function with subassembly, assembly, or equipment with which the items are to be used. End items furnished under any contract award to the offeror furnishing the samples can include the returned samples, and all acceptable end items will have a configuration identical to the samples. If specific tests of the samples' performance are made by the Government, the offeror will be furnished the results of such tests prior to a contract being entered into. In addition to any other inspection examinations and tests required by the contract, the performance of the end items will be required to be as good as that of the samples submitted. In the event of award, the contractor will be responsible for providing material that is in full compliance with all requirements in the contract or order. The surplus material to be furnished must meet the requirements of the current contract or order, whether or not the material met Government requirements in existence at the time the material was initially manufactured or sold to the Government. If higher-level contract quality requirements apply to the material being acquired, those requirements do not apply to surplus material furnished under this contract. C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) The Government may correct packaging or labeling deficiencies if the estimated costs of the corrections are $300 or less ($500 for C&T items). The contracting officer will advise the contractor of the discrepancy and that the Government has completed the repackaging or relabeling. Upon receipt of notice from the contracting officer, the contractor shall reimburse the Government for the costs incurred by the Government to correct the deficiencies. If the estimated costs of repackaging or relabeling are more than $300 ($500 for C&T), the contracting officer may advise the contractor of the discrepancy and have the material returned to the contractor for correction/resubmittal; or, if there are urgent requirements, have the Government remediate the discrepancy at the contractor�s expense. Upon receipt of notice from the contracting officer, the contractor shall reimburse the Government for the costs incurred by the Government to correct the deficiencies. C20 Vendor Shipment Module (VSM) (AUG 2017) (1) DLA�s Vendor Shipment Module (VSM) is a web-based system available to DLA contractors for the purpose of obtaining current shipping addresses, two-dimensional bar coded shipping labels in accordance with MIL-STD-129P, bills of lading, packing lists, and other shipping documentation. VSM replaces the need for the contractor to contact the transportation office prior to shipping items. The use of VSM for f.o.b. destination contracts allows for the printing of labels and can also be used to print labels and arrange for shipping on f.o.b. origin contracts. (2) To obtain information for contracts administered by DLA or to register as a VSM user, contact the DLA VSM Helpdesk at (800) 456-5507 or via email to delivery@dla.mil. (a) Prior to contacting the Government that material is ready to ship, the contractor shall complete their VSM profile, to include regular business hours and observed holidays. The Government may request reimbursement for occurrences when the Government sends carrier equipment but is unable to pick-up a shipment due to the material not being available or the contractor being closed. (3) To obtain information for contracts administeredby DCMA, contact the DCMA VSM Helpdesk at (314) 331-5573 or vsm.shipments@dcma.mil E05 Product Verification Testing (JUN 2018) (1) Product verification testing (PVT) may be invoked at contract award or after contract award. If PVT is invoked at contract award, the contract will explicitly state this testing requirement and a QALI will be generated. If PVT is invoked after contract award, a QALI will be created and the DCMA quality assurance representative (QAR) will notify the contractor that testing will be performed. The PVT testing will be performed at a Government-designated testing laboratory. (a) The contractor shall not ship or deliver any material unless directed to do so in writing by the contracting officer or until notified of acceptable PVT results. (b) PVT results will be provided in 20 working days after receipt at the Government testing facility, unless otherwise specified in writing by the Government. (2) The QAR will select a random sample from the contractor�s production lot. Selected PVT samples are to be shipped by the contractor with a copy of the Department of Defense DD Form 250 and the completed DD Form 1222. The packaging will be marked �Product Verification Test Samples, Contract number __________, lot/item number ________."" (3) Test results will indicate one of the following: (a) Samples that pass testing and are not destroyed during evaluation will be returned to the contractor at the Government's expense and will be included as part of the total contract quantity. The contractor and Government may agree to dispose of samples not destroyed when the cost of the item does not justify the shipping expense. Samples that pass testing and are not returned to the contractor will be considered part of the contract quantity for payment and delivery. The contractor will deliver the remaining lot quantity minus sample units. (b) If samples fail testing, such failure will result in rejection of the entire contract lot from which the samples were taken. At the Government�s discretion, parts failing any test criteria may be retained and not be returned to the contractor. E07 Evaluation Factor for Origin Inspection (JAN 2018) This solicitation contemplates an award based on destination inspection. If an offeror proposes inspection and acceptance at origin, the Government will add an evaluation factor of $2,500 to the offeror�s quoted/offered price for each origin inspection required. If phased deliveries are required or offered, the Government will consider each phase of delivery to result in one inspection for evaluation purposes. G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017) Contractors shall include the Transportation Control Number (TCN) and carrier shipment tracking information when submitting the DD250/iRAPT Receiving Report in Wide Area Workflow (WAWF) in order to assist with material inspection and acceptance. H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) Awardee has confirmed it will not require access to DLA controlled technical data or information for contract performance, and it will provide items that conform to the current revision of applicable technical data. L01 Electronic Award Transmission (SEP 2016) Notice of awards are provided to suppliers by either: Electronic email containing a link to the electronic copy of the Department of Defense (DD) Form 1155, Order for Supplies or Services, on the DIBBS; or Electronic Data Interchange (EDI) 850 utilizing American National Standards Institute (ANSI) X12 Standards through a DLA transaction services approved Value Added Network (VAN). Information regarding EDI, ANSI X12 transactions and DLA transaction services approved Value Added Networks (VANs) can be obtained at https://www.transactionservices.dla.mil/daashome/edi- vanlistdla.asp. Questions concerning electronic ordering should be directed to the appropriate procuring organization point of contact below: DLA Land and Maritime, Helpdesk.EBS.L&M.LTCs@dla.mil DLA Troop Support, dlaedigroup@dla.mil DLA Aviation, avnprocsysproceddiv@dla.mil, phone # 804-279-4026 L06 Agency Protests (DEC 2016) Interested parties may file an agency level protest with the contracting officer or may request an independent review by the chief of the contracting� office� (CCO). Independent review by the� CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer. L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018) (1)������� The Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil) (formerly Past Performance Information Retrieval System � Statistical Reporting (PPIRS-SR)) will be used in the evaluation of suppliers� past performance. (2)������� SPRS collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier�s� performance history� by Federal supply class (FSC) and product or service code (PSC). The SPRS application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the FSC and PSC of the supplies being purchased. (3)������� The quality and delivery� classifications� identified� for a supplier� in� SPRS will� be used by the contracting officer to evaluate a supplier�s past performance in� conjunction with� the supplier�s� references (if� requested). The Government� will� use this� past performance information in� accordance with the basis for award stated in the solicitation. L31 Additive Manufacturing (JUN 2018) (1)������� Additive manufacturing (AM) is a process of joining materials to make objects from three- dimensional (3D) model data, usually layer upon layer, as opposed to subtractive manufacturing methodologies, which remove material from areas where it is not desired, or other traditional manufacturing technologies, such as molding or stamping. (2)������� Unless AM is specifically authorized� in� the solicitation/contract,� quotes/offers may not� include� parts or supplies made using the additive manufacturing process. The Government will not evaluate offers that include an item or items produced using AM, and such offers are not eligible for award for the current procurement. A quoter/offeror proposing to supply an AM-produced item may submit a request to the contracting officer for approval of the item for evaluation by the Engineering Support Activity (ESA) for acceptability for future procurements of the same items. (3)������� If an item produced using AM is presented to the Government for inspection and acceptance that was not authorized in the solicitation/contract, the Government may reject the item as nonconforming. M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) (1)������� All offers for unused former Government surplus property shall have a $200 evaluation factor. (2)������� All offers for CSI require evaluation by the ESA(s). An evaluation factor of $600 shall be applied for coordination with each ESA. (3)������� If the contracting officer cannot determine acceptability and coordinates with the ESA(s) on other than CSI, an evaluation factor of $600 shall be applied for each ESA. Local Clauses: YM3 A1:� Additional Information YM3 C500:� Mercury Control (Supplies) YM3 C528:� Specification Changes YM3 D2:� Marking of Shipments YM3 D4:� Preparation for Delivery (Commercially Packaged Items) YM3 D8:� Prohibited Packing Materials YM3 E2:� Inspection and Acceptance (Destination) YM3 F500:� Consignment Instructions for Deliveries to Portsmouth Naval Shipyard��� This announcement will close at� 1:00PM �(Eastern Standard Time) on� April 24th, 2020� The Point of Contact for this solicitation is Steven Bonavita who can be reached at email steven.1.bonavita@dla.mil.� [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]� All responsible sources may submit a quote which shall be considered by the agency.��� 52.212-2, Evaluation - Commercial Items is applicable to this procurement.� While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM).� Quoters must be registered in the SAM database to be considered for award.� Registration is free and can be completed online at http://www.sam.gov/. If� not the actual� manufacturer �� Manufacturer�s Name Location and Business Size must be provided. All quotes shall include price(s), FOB point, a point of contact, name, phone number, email, delivery days after receipt of order, GSA contract number if applicable, business size, and payment terms.�� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c2a035c44bf149c4b74fbe6e7f1b685b/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05622223-F 20200417/200415230159 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.