Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2020 SAM #6829
MODIFICATION

66 -- Illumina NextSeq 2000 Sequencing System or Equal

Notice Date
8/8/2020 1:55:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-75N95020Q00174
 
Response Due
8/24/2020 6:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Rieka Plugge, Phone: 3018277515
 
E-Mail Address
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
 
Description
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. The solicitation number is HHS-NIH-NIDA-CSS-75N95020Q00174 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, dated 2 Jul 2020. The solicitation is unrestricted and open to all offerors.� The associated NAICS code is 334516 and the small business size standard is 1000 employees. Supplies or Services and Prices The purpose of this acquisition is to obtain one (1) x Illumina NextSeq2000 Sequencing System or equal for the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). The Sequencing System is an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. Delivery is expected within 60 days after contractor receipt of award. �Delivery and installation must be performed at 9800 Medical Center Drive, Bldg. 9800B, Room 219, Rockville, MD, 20850-6386 �between the hours of 8:00 am and 5:00 pm, local prevailing time, Monday through Friday. Price Schedule Line Item: 0001 Item: �Product Code 20038897 � NextSeq 2000 Sequencing System Quantity: 1 Total Price: $__________ Line Item: 0001A Item: �Equal Product Code ________ � Equipment Name__________ Quantity: 1 Total Price: $__________ Total Price: $__________ Background and Requirement One of the major SCTL goals is to perform deep characterization of a large number of human pluripotent stem cell lines in order to gain better understanding of the heterogeneity within the pluripotent phenotype, as part of the Helping to End Addiction Long-term (HEAL) Initiative. The SCTL group currently has a NovaSeq 6000 and NextSeq 550 sequencing system. The NovaSeq 6000 is intrinsically designed for large scale projects and the NextSeq 550 is for small projects but as an older model with different flow cell and optics design. This effort requires a new system which provides an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. The purpose of this acquisition is to obtain one (1) x Illumina NextSeq2000 Sequencing System or equal for the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). The Sequencing System is an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. Salient characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: The Sequencing System will serve as the development stage of SCTL sequencing experiments, therefore, it is imperative that this system is compatible in all aspects (form, fit, and function) with existing systems presently installed. Specifically, the system must be compatible with the 10x Genomics Chromium Controller which is used for single-cell RNA sequencing and single-cell DNA copy number variant sequencing. The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: System must be compatible with the 10x Genomics Chromium Controller. The latest advances in optics (Blue-green 2 channel SBS chemistry). Multiple flow cell configurations enable sequencing from 20 Gb to 300�Gb per run, providing adjustable output based on project needs including complex application and mid-scale developmental stage experiments. Provide an integrated cartridge that includes reagents, fluidics, and the waste holder, simplifying library loading and instrument use. Reduce the waste and storage for reagents. Streamlined workflows, automated onboard cluster generation, including automated exclusion amplification (ExAmp) chemistry ensure consistent, reproducible run performance RFID-encoded consumables and load-and-go reagent cartridges for user-friendly experience; reliability of matching run configurations with proper flow cell and consumable kit minimizes potential incompatibilities. System must enable user access to hardware accelerated pipelines.� Simultaneously perform secondary analysis on one run while starting a second separate sequencing run Output Range: �per run depending on flow cell type, number of flow cells, and read length options. Up to 1 billion clusters and up to 300 Gb of output per 2 � 150 bp run Sequencing Flexibility: Ability to run one or two flow cells at a time, choose between four independently, choose from multiple read length kit configurations for each flow cell type, and run any read length up to the maximum number of cycles per kit. Performed sequencing methods must include: whole-genome resequencing, targeted resequencing, whole-genome de novo sequencing, sequencing of bisulfite-treated DNA, RNA sequencing, genotyping by sequencing, nucleosome positioning and chromatin structure studies, ChIP-Seq, sequencing of ancient DNA samples, single-cell applications, linked long-read applications, and additional applications as developed. Contract Type and Period of Performance It is the Government�s intent to issue a Firm Fixed Price Purchase Order.� Delivery is expected within 60 days after contractor receipt of award. �Delivery, installation and training must be performed at 9800 Medical Center Drive, Bldg 9800B, Room 219, Rockville, MD 20850 between the hours of 8:00 am and 5:00 pm, local prevailing time, Monday through Friday. Place of Performance National Institutes of Health National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) 9800 Medical Center Drive, Bldg 9800B, Room 219 Rockville, MD 20850 (FOB Destination) Contracting Officer's Representative (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: [To be specified at time of award] The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition and is incorporated by reference.��� The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable.� Technical acceptability will be evaluated based upon the following: � The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation. Or Equal equipment must meet or exceed each salient characteristic in the table below. Brand Name or Equal Illumina NextSeq 2000 Sequencing System. Salient characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Must meet functional specifications of Illumina NextSeq 2000 Sequencing System. Check: Yes or No Comment/Reference: ______________________________ System must be compatible with the 10x Genomics Chromium Controller. Check: Yes or No Comment/Reference: ______________________________ The latest advances in optics (Blue-green 2 channel SBS chemistry). Check: Yes or No Comment/Reference: ______________________________ Multiple flow cell configurations enable sequencing from 20 Gb to 300�Gb per run, providing adjustable output based on project needs including complex application and mid-scale developmental stage experiments. Check: Yes or No Comment/Reference: ______________________________ Provide an integrated cartridge that includes reagents, fluidics, and the waste holder, simplifying library loading and instrument use. Reduce the waste and storage for reagents. Check: Yes or No Comment/Reference: ______________________________ Streamlined workflows, automated onboard cluster generation, including automated exclusion amplification (ExAmp) chemistry ensure consistent, reproducible run performance. Check: Yes or No Comment/Reference: ______________________________ RFID-encoded consumables and load-and-go reagent cartridges for user-friendly experience; reliability of matching run configurations with proper flow cell and consumable kit minimizes potential incompatibilities. Check: Yes or No Comment/Reference: ______________________________ System must enable user access to hardware accelerated pipelines.� Simultaneously perform secondary analysis on one run while starting a second separate sequencing run. Check: Yes or No Comment/Reference: ______________________________ Output Range: �per run depending on flow cell type, number of flow cells, and read length options. Up to 1 billion clusters and up to 300 Gb of output per 2 � 150 bp run. Check: Yes or No Comment/Reference: ______________________________ Sequencing Flexibility: Ability to run one or two flow cells at a time, choose between four independently, choose from multiple read length kit configurations for each flow cell type, and run any read length up to the maximum number of cycles per kit. Check: Yes or No Comment/Reference: ______________________________ Performed sequencing methods must include: whole-genome resequencing, targeted resequencing, whole-genome de novo sequencing, sequencing of bisulfite-treated DNA, RNA sequencing, genotyping by sequencing, nucleosome positioning and chromatin structure studies, ChIP-Seq, sequencing of ancient DNA samples, single-cell applications, linked long-read applications, and additional applications as developed. Check: Yes or No Comment/Reference: ______________________________ To be considered technically acceptable; For all submissions, respondents must complete the table above and provide brochures and/or published technical specifications that provide evidence of meeting the specifications in the table. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition and is incorporated by reference.� Addendum to FAR clause 52.212-4, Contract Terms and Conditions�Commercial Items applies to this acquisition.� The additional contract terms and conditions are as follows. 52.204-7 System for Award Management�(Oct 2018) 52.204-13 System for Award Management Maintenance.�(Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting�(Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance�(Jul 2016) 52.204-20 Predecessor of Offeror�(Jul 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Dec 2019) 52.242-15 Stop-Work Order (Aug. 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor�s cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of Clause) FAR 52.211-6 Brand Name or Equal�(Aug 1999) �If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b)�To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1)�Meet the salient physical, functional, or performance characteristic specified in this solicitation; �����������(2)�Clearly identify the item by- ����������������(i)�Brand name, if any; and ����������������(ii)�Make or model number; (3)�Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4)�Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c)�The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d)�Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.204-24�Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at�52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items. ������(a)�Definitions.�As used in this provision� ������Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� �����������(1)�A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or �����������(2)�Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ������(d)�Representation.�The Offeror represents that it�?�will,�?�will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. ������(e)�Disclosures.�If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer� �����������(1)�A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); �����������(2)�Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; �����������(3)�For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and �����������(4)�For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) 52.204-25�Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) ������(a)�Definitions.�As used in this clause� ������Covered foreign country�means The People�s Republic of China. ������Covered telecommunications equipment or services�means� �����������(1)�Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); �����������(2)�For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); �����������(3)�Telecommunications or video surveillance services provided by such entities or using such equipment; or �����������(4)�Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. ������Critical technology�means� �����������(1)�Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; �����������(2)�Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- ����������������(i)�Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or ����������������(ii)�For reasons relating to regional stability or surreptitious listening; �����������(3)�Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); �����������(4)�Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); �����������(5)�Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or �����������(6)�Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). ������Substantial or essential component�means any component necessary for the proper function or performance of a piece of equipment, system, or service. ������(b)�Prohibition.�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation�4.2104. ������(c)�Exceptions.�This clause does not prohibit contractors from providing� �����������(1)�A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or �����������(2)�Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(d)�Reporting requirement.� (1)�In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at�https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at�https://dibnet.dod.mil. �����������(2)�The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause ����������������(i)�Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. ����������������(ii)�Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. ������(e)�Subcontracts.�The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. (End of clause) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and is incorporated by reference.� The following clauses listed in FAR clause 52.212-5 that are applicable to the acquisition are: 52.209-6 Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Jan 2020) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American � Supplies (May 2014) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct. 2018) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. All questions shall be received via email to Rieka Plugge at rieka.plugge@nih.gov before 9:00 a.m., Eastern Standard Time, on 8/13/2020.�� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria.� In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.� All responses must be received on or before 8/24/2020 by 9:00 a.m., Eastern Standard Time and reference RFQ number HHS-NIH-NIDA-CSS-75N95020Q00174.� Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).� Responses shall be submitted electronically to the Contract Specialist at rieka.plugge@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9634b8067d94c90afa5e4fbd24a2636/view)
 
Record
SN05750046-F 20200810/200808230146 (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.