Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

B -- Water Sample Chemical Analytical Services

Notice Date
7/16/2020 1:43:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6596
 
Response Due
7/31/2020 12:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
Casey Carlson
 
E-Mail Address
casey.carlson2@navy.mil
(casey.carlson2@navy.mil)
 
Awardee
null
 
Description
N66001-20-Q-6596 Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Offerors shall comply with FAR 52.212-1 in addition to the submission requirements herein. 2. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-20-Q- 6596. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541380, Testing Laboratories and the small business size standard is $16,500,000.00. This procurement is a Total (100%) Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by an Other Than Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS 3. In accordance with the attached Statement of Work (Attachment 1), the Government is seeking to acquire chemical analytical services that characterize water samples in order to evaluate the safety of the water samples for human consumption (full suite analysis and limited suite analysis). To be considered acceptable and eligible for award, quotes with unit prices must be provided for all the items and quantities in Attachment 2 � Price Proposal. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: FULL SUITE Table # Analyte Analytical Method Table 3 1,2,3-Trichloropropane SRL 524M-TCP Table 4 Asbestos, water EPA 100.2 Table 5 Boron EPA 200.7 Table 6 Bromate EPA 300.1 Table 7 Chlorate EPA 300.1 Table 8 Chlorite EPA 300.1 Table 9 Chromium, Hexavalent EPA 218.6 Table 10 Color SM 2120B Table 11 Dioxin 2378TCDD EPA 1613B Table 12 Fumigants (EDB, DBCP) EPA 504.1 Table 13 Organochlorine Pesticides & PCBs EPA 508 Table 14 Chlorinated Acid Herbicides EPA 515.4 Table 15 Nitrosamines EPA 521 Table 16 1,4-Dioxane EPA 522 Table 17 Tert-butyl alcohol EPA 524.2 Table 18 Volatile Organic Compounds EPA 524.2 Table 19 Regulated 3 & 507 compounds EPA 525.2 Table 20 Carbamates EPA 531.2 Table 21 Polyfluoroalkyl Substances (PFAS) EPA 537.1 Table 22 Glyphosate EPA 547 Table 23 Endothall EPA 548.1 Table 24 Diquat & Paraquat EPA 549.2 Table 25 Haloacetic Acids, full list EPA 552.3 Table 26 Aldehydes EPA 556 Table 27 Alcohols EPA 8015B Table 28 Ethylene Glycol EPA 8015B Table 29 Explosives EPA 8330A Table 30 General Minerals & Inorganic Chemicals DEFAULT METHODS Table 31 Gross Alpha EPA 900.0 Table 32 Gross Beta EPA 900.0 Table 33 Heterotrophic Plate Count SM 9215B Table 34 Odor EPA 140.1 Table 35 Perchlorate EPA 314.0 Table 36 Residual Chlorine, Total SM 4500Cl-G Table 37 Total & E.coli - Enumeration Quantitray SM 9223B Table 38 Turbidity EPA 180.1 Table 39 Uranium EPA 200.8 Table 40 Vanadium EPA 200.8 LIMITED SUITE Table # Analyte Analytical Method Table 41 Tert-butyl alcohol EPA 524.2 Table 42 Volatile Organic Compounds EPA 524.2 Table 43 General Minerals & Inorganic Chemicals DEFAULT METHODS Table 44 Gross Alpha EPA 900.0 Table 45 Gross Beta EPA 900.0 Table 46 Heterotrophic Plate Count SM 9215B Table 47 Perchlorate EPA 314.0 Table 48 Total & E.coli - Enumeration Quantitray SM 9223B Table 49 Uranium (pCi/L) EPA 200.8 4. The expected Period of Performance for this effort is: a) Base period of 24 months (Estimated 01 AUG 2020 to 31 JUL 2022); a. Full Suite Analysis: Offerors must be able to perform fourteen (14) water samples. b. Limited Suite Analysis: Offerors must be able to perform eighteen (18) water samples. b) Option period one of 6 months (Estimated 01 AUG 2022 to 31 JAN 2023); a. Full Suite Analysis: Offerors must be able to perform seven (7) water samples. b. Limited Suite Analysis: Offerors must be able to perform nine (9) water samples. c) Option period two of 6 months (Estimated 01 FEB 2023 to 31 JUL 2023); a. Full Suite Analysis: Offerors must be able to perform four (4) water samples. b. Limited Suite Analysis: Offerors must be able to perform five (5) water samples. The anticipated place of performance for the effort is: Contractor's facility. OFFEROR INSTRUCTIONS 5. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: a) General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. b) Technical Documentation Submission Requirements: i. Technical Approach or Specifications: 1) Quote shall positively affirm ability to perform all elements of the Statement of Work (Attachment 1) to include proper QA/QC procedures in accordance with EPA methods, providing reports supporting characterization and determination of potability of the water product, electronic data delivery (EDD) of reports, and analytical narratives, if applicable. 2) Quote shall cite state of certification in quote (contractor laboratory must be certified at a minimum in the state of California for environmental testing). If certified in other states, the contractor is requested to identify those states. 3) Quote shall positively affirm experience and expertise in EPA-approved environmental chemistry chain-of-custody, sample handling, and analytical methods to include specific SOPs and QA/QC in place and a history of performing ultra-low detection limit analysis of constituents. ii. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c) Price Quote: Submit complete unit price information for each individual line listed in the ""ATTACHMENT 2 � PRICE QUOTE"". Note: Ensure FOB Destination shipping costs are included in the pricing. d) Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 6. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Items (Deviation 2018-O0018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS�COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. You may submit your quotation on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, you must submit product samples at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, you must submit these samples at no expense to the Government. We will return product samples at your request and expense, unless they are destroyed during testing. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation that you submit will be evaluated separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation to the Government office designated in the solicitation by the date and time specified in the solicitation (submission deadline). If we did not specify a time elsewhere in this solicitation, then the submission deadline is 4:30 p.m., local time, on the date that quotations are due. (2) We will consider your quotation if we receive it at the Government office designated in the solicitation by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) An emergency or unanticipated event may interrupt our normal processes so that we cannot receive your quotation prior to the submission deadline. In these circumstances, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first work day on which our normal processes resume. (g) Issuance of purchase order. Your quotation should contain your best technical and price terms. We may reject any or all quotations. We may issue a purchase order to a quoter other than the quoter with the lowest priced quotation. We may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro- purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation ""DUNS"" or ""DUNS+4"" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of addendum) EVALUATION FACTORS FOR AWARD: 7. Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate all quotes for responsiveness to the requirements listed under Section 5(b) above. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. Factor III � Past Performance: The Government will evaluate past performance in accordance with DFARS 213.106-2 by reviewing the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/reference.htm). In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier will not be evaluated favorably or unfavorably for its past performance history. Sources for past performance may also include, but are not limited to, information from Government personnel and information from sources such as the Contractor Performance Assessment Reporting System (CPARS). Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. 8. Contractors are required to submit the representations at FAR 52.204-24 and FAR 52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if applicable); 252.225-7974 and 252.225- 7973. Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)�Alternate I (Oct 2014), to be submitted with your quotation. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: Not applicable Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 31 JUL 2020 at 5:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6596. Include RFQ# N66001-20-Q-6596 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 31 JUL 2020 at 5:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-20-Q-6596. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Casey Carlson at Casey.Carlson2@navy.mil. Reference RFQ# N66001-20-Q-6596 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Attachment 01 � Statement of Work 2. Attachment 02 � Price Quote 3. Exhibit A - Contract Data Requirements List (CDRL) APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200605. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2019) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) 52.204-26 Covered Telecommunications Equipment or Services-Representation (DEC 2019) 52.212-3 Offeror Representations and Certifications�Commercial Items (JUN 2020) 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUN 1988) 52.217-5 Evaluation of Options (JUL 1990) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime DEVIATION 2020-O0005 (FEB 2020) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (AUG 2019) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer� System for Award Management (OCT 2018) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2020) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) (DEVIATION 2020-O0008) 52.219-14 Limitations on Subcontracting (MAR 2020) (DEVIATION 2020-O0008) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/361bf92e10f94152bbfb5de2db7b543e/view)
 
Record
SN05723196-F 20200718/200716230157 (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.