Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOLICITATION NOTICE

S -- Copy of New Albany Natl Cemetery - Grounds maintenance

Notice Date
7/22/2020 9:08:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0140
 
Response Due
8/10/2020 8:00:00 AM
 
Archive Date
09/24/2020
 
Point of Contact
Tracy J Williams, tracy.williams6@va.gov, Phone: 703-630-9365
 
E-Mail Address
tracy.williams6@va.gov
(tracy.williams6@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 12 0001 N/A 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services 18434 Joplin Road Triangle VA 22172 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services 18434 Joplin Road Triangle VA 22172 To all Offerors/Bidders 36C78620Q0140 X x x 1 Closing Date: 10 Aug 2020@11:00AM, EST x 1 The purpose of this amendment to solicitation referenced in box 9a is to incorporate the following: [1] Provide copy of most current SCA Wage Determination No: 2015-4718, REV 14, DATED: 06 May 2020. [2] Provide updated NAICS Code Size Standard (in Dollars), 561730, Landscaping Services, $8.0 million. [3] Change contract type from ""Firm-Fxed Price"" to ""Indefinite Delivery/Indefinite Quantity (IDIQ)"". [4] Change of Period of Performance dates for base year only to base year plus four option year, if exercised. [5] Updated Solicitations Provision and Contract Clauses Please see attachments with corrected SCA Wage Determination and amended solication with highlighted corrections. CLOSING DATE FOR THIS ANNOUNCEMENT IS NOT EXTENDED AND WILL STILL CLOSE ON 10 AUG 2020 AT 11:00AM, EST. Please see attachments TRACY J. WILLIAMS CONTRACTING OFFICER CONTINUATION PAGE RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0140 Post Date: 07/16/2020 Original Response Date: 08/07/2020 @10:00am, EST Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: Date of Award through 30 Sept 2020 with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: New Albany National Cemetery 1943 Ekin Avenue New Albany, IN 47150 Attachments: A Performance Work Statement B Wage Determination No. 2015-4717, Revision 13 C Price/Cost Schedule D Past Performance Questionnaire E- List of References This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0140. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-06 (effective 6/5/2020). This is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $8 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. Scope: The contractor shall be responsible for providing mowing & trimming and grounds maintenance services at New Albany National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grounds, tree and maintenance services for New Albay National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended price and the total of the CLINs will be recomputed accordingly. PERIOD OF PERFORMANCE: Base Period September 1, 2020 through August 31, 2021 Option Year One September 1, 2021 through August 31, 2022 (if exercised) Option Year Two September 1, 2022 through August 31, 2023 (if exercised) Option Year Three September 1, 2023 through August 31, 2024 (if exercised) Option Year Four September 1, 2024 through August 31, 2025 (if exercised) Six (6) Months extension, September 1, 2015 through February 28, 2026 (if exercised) CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT C Total $___________ Total Estimated Price Base and all Option periods $______________ Services to be Provided: See Attachment A Statement of Work SITE VISIT: Quoters are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the New Albany National Cemetery, YOU MUST be present of the following date: Tuesday, 21 July 2020, Time: 11:30am- 1:30pm, EST. (Alternate date: 22 July 2020, time 11:30am- 1:30pm, EST) New Albany National Cemetery POC: Mr. Daniel Ferguson, (352) 201-5264; Email: Daniel.ferguson4@va.gov Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 10 August 2020, at 11:00AM, EST. Responses to this announcement will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Quoters are responsible for obtaining any and all amendments or additional information concerning this announcement at https://beta.sam.gov/ All questions regarding this solicitation are to be submitted to the contracting officer, via email, tracy.williams6@va.gov no later 10:00am, 29 July 2020 (EST). Questions will not be addressed using the telephone. QUOTATION PREPARATION INSTRUCTIONS: Quote Format and Submission Information: Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website https//www.vendorportal.ecms@va.gov to be considered. Offer packages that do not contain all the above materials will be rejected as non-responsive. Offeror will be responsible for ensuring that their complete proposal and all Volumes have been received the Contracting Officer by the designated deadline. Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in https://beta.sam.gov/ ) DUNS Number Point of Contact Name Telephone number Email Address Company Capability Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at https://beta.sam.gov/ (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Company relevant experience descriptions. Managerial & Technical Qualifications of key personnel Identification of all Subcontractors anticipated to perform work under this contract and percentage of work subcontractors will perform. Relevant work qualifications of proposed sub-contractors. Employees resumes, CV s, additional experience related information etc., Limitations on Subcontracting plan of compliance (see Veteran Affairs Acquisition Regulation (VAAR Clause 852.219-10). Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment D) AND at least three (3) Past Performance References for related Grounds Maintenance Services work performed. In addition to the past performance questionnaires, the Quoter is responsible for providing a completed copy of the List of References (Attachment E) to the Contracting Officer. The completed list of references list of references shall be included in Volume C of the Quoter s proposal submission. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment C). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment C. **NOTE: Attachment C is provided in MS Word format for ease of Quoter completion. Finalized proposed quote costs provided in Volume D must be in .pdf format. Offers and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website https//www.vendorportal.ecms@va.gov to be considered. Offer packages that do not contain all the above materials will be rejected as non-responsive. Offeror will be responsible for ensuring that their complete proposal and all Volumes have been received the Contracting Officer by the designated deadline. Evaluation Process: The Government intends to award an IDIQ contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations having the highest past performance rating possible represents the best benefit to the government. The Government will use information submitted by the offeror and other additional sources such Federal Agencies as well as commercial sources in order to access past performances. In addition, the Government will also validate past performance information by utilizing the Federal Government s Contractor Performance Assessment Reporting System (CPARS). The questionnaire in conjunction with the CPARS and other allowable information will be utilized in validating an offeror s past performance acceptability rating. Offerors are to demonstrate successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, price, and complexity to the subject requirement. In cases where an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorable or unfavorable, but will be given a neutral rating. BASIS FOR CONTRACT AWARD In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the Government in terms of the information provided in response to the non-priced factors while also providing a competitive price. Comparative Evaluations is the act of comparing two or more Quotations or proposal in response to the RFQ. Quotations will be evaluated by performing a direct comparison of one Quotation with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each Quoter to one another to determine which provides the best benefit to the government. The government reserves the right to consider a response that Quotations more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced Quoter that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/Quotations having the highest past performance rating possible represents the best benefit to the government. Moreover, the Government is not assigning weight to the factors or listing them in any order of importance. A comparative evaluation of Quotations will be conducted using the following segments of the contractors quotation: (1) Price, (2) Past Performance, (3) Socio-economic status, and (4) Quality Control Plan. The Government will evaluate for the following: Price- The Government is evaluating unit pricing and the total overall price to determine price fair and reasonableness. The evaluation will also consider the possibility that FAR 52.217-8 Option to Extend Services can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. Past Performance - The Government is evaluating the Contractor s past performance to determine is previous experience if both recent and relevant to the needs of the Government as stated in the Performance Work Statement. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. The Quoter is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment D) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: tracy.williams6@va.gov no later than the solicitation s closing date and time. The references chosen by the Quotation should be selected based on past projects of the same or similar work. Technical Acceptability/ Quality Control Plan Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Subcontractors in accordance with VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (Jul 2018) Quality Control Plan - The Government is evaluating whether the Contractor understands the requirement and has the quality measures in place to ensure compliance with the Scope of Work and Quality Assurance DIGNITY CLAUSE Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Use care not to scratch or damage markers in any manner. Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin. Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) Addendum to FAR 52.212-4 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR Clauses FAR 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.216-18 Ordering (OCT 1995) FAR 52.216-19 Ordering Limitations (OCT 1995) FAR 52.216-21 Requirements (OCT 1995), Alternate I (OCT 1995) FAR 52.217-8 Option to Extend Services (NOV 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (30 days) (shall not exceed 5 years and 6 months) FAR 52.219-14 Limitations on Subcontracting (MAR 2020) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997), CL-120 Supplemental Insurance Requirements FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.237-3 Continuity of Services (JAN 1991) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.232-72, Electronic Submission of Payment Requests (NOV 2018) 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71, Alternate Protest Procedure (OCT 2018) 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.237-75, Key Personnel (OCT 2019) (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2020) FAR Provisions 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) Addendum to FAR 52.212-1 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7, System for Award Management (OCT 2018) 52.209-7, Information Regarding Responsibility Matters (OCT 2018) 52.216-1, Type of Contract (APR 1984) 52.223-1, Biobased Product Certification (MAY 2012) 52.233-2, Service of Protest (SEPT 2006) VAAR Provisions 852.215-72, Notice of Intent to Re-solicit (OCT 2019) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2020) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2020) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: :(b)(1),(b)(2),(b)(4),(b)(6),(b)(8),(b)(9), (b)(14)(i),(b)(16),(b)(22), (b)(27),(b)(28), (b)(29),(b)(30), (b(31),(b)(32)(i),(b)(33),(b)(34),(b)(35),(b)(36), (b)(44),(b)(49),(b)(51),(b)(57),(b)(58),(c)(2),(c)(3),(c)(4),(c)(8), and (c)(9). End of Document See attached document: 36C78620Q0140 SOW Grounds Maintenance See attached document: 36C78620Q0140 PRICE/COST Schedule See attached document: 36C78620Q0140 Wage Determination 2015-4718 Rev 14. See attached document: 36C78620Q0140 Past Performance Questionnaire _ List of references. See attached document: ATTACHMENT B SCA WD 2015-4718 REV 14 DATED 06 MAY 2020. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ed85243c28804bedb116d643ddacf67d/view)
 
Place of Performance
Address: 1943 Ekin Avenue, New Albany, IN 47150-1749, USA
Zip Code: 47150-1749
Country: USA
 
Record
SN05729360-F 20200724/200722230143 (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.