Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

R -- Personnel Survivability, Lethality, Vulnerability (SLV) Research and Software/Methodology Development Services

Notice Date
4/19/2023 1:30:41 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-23-R-0030
 
Response Due
5/19/2023 3:00:00 PM
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@army.mil
(adrian.t.barber.civ@army.mil)
 
Description
A. Objective: To find sources that are qualified to meet the supplies/services as listed in section B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Performance Work Statement �Performance Work Statement (PWS) Personnel Survivability, Lethality, Vulnerability (SLV) Research and Software/Methodology Development Services Background The DECOM Analysis Center (DAC) is the Army�s focal point for survivability, lethality, and vulnerability (SLV) and human system integration analysis and expertise. DAC helps the Army, Program Managers (PMs) and Cross-Functional Teams enhance system and soldier survivability/lethality in the systems they are developing. Results of DAC�s efforts, against the full spectrum of battlefield threats, are provided to the PMs, System Evaluators, and Department of the Army decision makers. DAC conducts the necessary investigations, simulations, laboratory/field experiments, and analyses to quantify the SLV of Army and select foreign combat, combat support, and combat service support systems when faced with electronic warfare (EW), information warfare (IW), ballistic, directed energy, nuclear/biological/chemical (NBC) contamination effects, and environmental threats. DAC is in need of additional engineering and analytical support in order to satisfy the needs of its customers. Objective The objective of this task is to provide analytical, technical, development and administrative services for personnel survivability and modeling and simulation (M&S) projects. Scope This section outlines the tasks required to provide engineering, M&S and analysis services. The contractor shall perform tasks requiring the application of established methods, practices, and techniques, and shall recommend new procedures as applicable for Operational Requirement-based Casualty Assessment (ORCA) and personnel survivability and system and squad-level performance projects. The work ranges from specific tasks to complex work for which guidelines and precedents are usually applicable, but interpretation and analysis may be required. Assignment characteristics include gathering, researching, verifying and analyzing facts; skilled use of basic tools and techniques of the field (e.g., surveys, data bases, MS Windows based software, financial systems, data collection methods, JAVA, C); selecting and applying established methods, practices and procedures, requiring only minor changes; supporting the development of work proposal documents using historical data and researching new sources and coordinating with Government managers, employees, or other contractors to obtain information. Work products shall be delivered in both written and electronic format, see DD Form 1423. Work shall be performed at DAC facilities, see C.13. Tasks The contractor shall perform the following tasks: The contractor shall conduct crew casualty assessments (CCA), survivability, and soldier incapacitation analyses for various Army systems being tested using actual or simulated threats. Tasks are collecting data on-site at live fire tests; analysis of data and general analyses using various models and simulations such as Advanced Joint Effectiveness Model (AJEM), the ORCA, Static Dynamic Framework (SDF), Analysis of Manikin Data (AMANDA) and Computer Man models; report generation; and providing briefings on resulting analyses. The contractor shall collect data by traveling to test or meeting sites throughout the United States, see C.12. The contractor shall conduct research and develop methodologies to predict injury, injury severity, and incapacitation, human behavior and performance degradation due to potential combat operations threats/hazards such as the discharge of high voltage electricity, blunt trauma, blast injury, accelerative loading, and penetration. This research may require interaction with various members of the Department of Defense (DoD) research and medical communities along with others in the acquisition communities including the Army Test and Evaluation Command (ATEC), Director of Operational Test and Evaluation representatives (DOT&E), Program Management Offices and Cross Function Teams (CFTs). The contractor shall recommend areas for future experimentation along with creating test and experimentation plans to fill data gaps. The contractor shall develop and conduct presentations at Government or non-Government facilities on technical efforts, findings and recommendations. Results shall be documented and recorded for the production of reports and supporting documentation. In addition, the contractor shall be required to provide training and instructional materials on new or existing methodologies within their expertise. The contractor shall provide technical support to the DAC branch chiefs, team leaders, and project leaders. This task includes attending Integrated Process Team (IPT) and other meetings, either with the government project leader or independently; gathering information from the Program Manager; preparing responses to PM requirements using inputs provided by others; and coordinating technical work. The contractor shall participate in live-fire test(s) or other developmental and operational tests as required. This participation may include any or all of the following tasks: attending meetings, teleconferences, live-fire test events; setting up equipment to capture data from a test; collecting data; analyzing data; drafting presentations and reports; providing presentations and reports to Government personnel for their review and approval; revising presentations and reports based on Government review; and any other tasks needed to support live-fire test(s). The contractor shall prepare briefing materials, technical papers, and plans on DAC programs, processes, and capabilities, for presentation to higher headquarters and customers.� The contractor shall prepare multi-media content for the World Wide Web presence. The contractor shall develop, enhance, and Verify, Validate, and Accredit (VV&A) Army personnel incapacitation and survivability models and simulations such as ORCA and it�s sub models, SDF, AMANDA, the squad performance model, Human Effects Modeling Analysis Program (HEMAP) and other tools and models to include creation of new methods and methodologies, evaluation of existing methodologies, and evaluation of model inputs and outputs for the VV&A of new and existing models. The contractor shall document and report results for the production of reports and supporting documentation. In addition, the contractor shall provide training and instructional materials on new or existing methodologies. The contractor shall develop a data repository that will supply a readily available, standardized and centralized solution for service specific requirements of target vulnerability assessments. The contractor shall utilize advanced development techniques, principles, and methodologies to address current or future issues for data management and work to standardize data approaches (generation, validation, approval, distribution) across working groups. ���The contractor shall support the development and maintenance of computer systems and networks established for software development, hardware integration and testing (e.g., DEVSECOPS). Personnel provided by the contractor for DEVSECOPS infrastructure development shall have the required training and certifications to enable elevated privileges on Army computer systems. The contractor shall support the software development, design, and enhancement of the Mission Operations Support System (MOSS) which supports all DAC operations from G1 through G8 staff offices. The contractor shall leverage open source, open license frameworks to handle user and database access and encryption reliably and securely. The contractor shall record, track, distribute and archive meeting minutes, action items, recommendations, and products from ORCA, SDF, AMANDA and other software-development and management meetings. �The contractor shall integrate Ballistic Research Laboratory � Computer Aided Design (BRL-CAD) geometry and other geometry formats as required into ORCA. The contractor shall develop new user interface techniques for geometric interaction. The contractor shall provide software engineering development and configuration control for computer aided modeling, analysis, animation, and visualization. The contractor shall integrate ORCA into AJEM software project. The contractor shall document and test the combined ORCA & AJEM software. To more effectively design, implement and test ORCA software, the contractor shall investigate ballistic analysis algorithms and processes that are under consideration by the AJEM Project Manager for implementation in AJEM. The contractor shall conduct sensitivity analyses of algorithms and processes to determine limitations of extant personnel SLV analysis methodologies and to provide data on consequences of these limitations in terms of accuracy and precision. The contractor shall draft technical papers documenting methodologies, processes, sensitivity analyses, and associated issues to be reviewed by Government personnel and others; revise the same based on Government personnel and other reviews; and finalize the same. Technical papers shall: (a) document algorithm capabilities and shortcomings; (b) explain, qualitatively, consequences of these algorithm shortcomings; and (c) identify further analyses or experiments to further define the shortcomings and/or develop a solution to mitigate or eliminate the algorithm shortcomings. The contractor shall Conduct CT Scans in support of experimental and test programs as required. This requires travel to either EF-10 or EF-9 depending upon the location of the test.� Support training and maintenance of CT Scanner by providing access to the equipment when necessary. Unless instructed otherwise by the contracting officer representative (COR), all formal materials written under this delivery order shall be marked with the distribution statement listed in section C of the award. Contractor Deliverables � The contractor shall provide: Performance and cost reports monthly (contractor format). The first monthly report shall be provided to the COR one (1) month from time of award, preferably at the end of the month. The subsequent reports shall be provided to the COR in accordance with exhibit A, DD Form 1423 in section J. Progress reports monthly (contractor format). The contractor shall prepare monthly reports covering the current month. Such report shall contain the following information: (1) employee information, (2) description of work and/or completed tasks, and (2) goals for the following month. The first monthly report shall be provided to the COR one (1) month from time of award, preferably at the end of the month. The subsequent reports shall be provided to the COR in every month thereafter. Formal deliverables provided for C.4.1 through C.4.18 marked in accordance with C.4.18 and provided electronically using appropriate operating system and software specified in C.7.1 and C.7.2. The contractor shall submit a draft final technical report thirty (30) days prior to the end of the contract performance period. The Government will review and respond within fifteen (15) days. The Contractor�s final submission is due within fifteen (15) days from receipt of Government remarks. Government Furnished Property, Equipment and Data DAC will provide the contractor with DAC computer and network access (as required) and project-specific licensed software access to perform personnel survivability tasks. When on-site at Aberdeen Area of Aberdeen Proving Ground (APG-AA), the Government will furnish all office furniture and equipment required to accomplish the contractor�s administrative functions in Government-furnished facilities. Such equipment may consist of conference room facilities, computers, workstations, desks, chairs, bookcases, filing cabinets, facsimile and copier machines, and office supplies. DAC will provide each on-site contractor employee with access to DAC's Technical library facilities, collections, equipment, and professional services. These include: books, manuals, indices, technical reports, peer reviewed journals, and archival collections; electronic indices, abstracts, databases, Interlibrary Loan and Document Delivery; copy machines, microfilm and microfiche reader/printers, and digital senders; professionally provided orientation, reference interviews, consultation, and referral services; identification of, and search for, grey and fugitive literature in support of work assigned under this contract. A DAC COR or TPOC is required to sign for all materials that the contractor seeks to borrow from the DAC libraries. The contractor shall promptly return all borrowed DAC library materials to the DAC COR or TPOC. The researcher shall return all borrowed materials within fifteen (15) days prior to the end of the period of performance of this delivery order. Designated employees are required to have a need-to-know form (COSATI) completed by the DAC COR and verified by the DAC Security Office, as well as a favorable National Agency Check (NAC) before any services can be accessed. Software Packages and Methodologies This contract shall be performed using one (1) or combinations of the following software operating systems: Mac OS X (version 10.3 and higher), Microsoft Windows OS (version 2000 and higher), and UNIX variants. (e.g. Linux and IRIX) This contract shall be performed using a combination of the following commercial software packages and tools: Microsoft Office [version 2000 or higher; includes MS Word, MS Excel, MS PowerPoint, MS Access], Concurrent Versions System (CVS); C; C++; CaliberRM; TogetherSoft; SiteScape; GForge; UML [Unified Modeling Language]; Java 5 [with emphasis on code portability, dynamic class loading & class servers]; JNI [Java Native Interface]; Swing; Javadoc; persistence and security through Hibernate and JAAS [JAVA Authentication & Authorization Service]; distributed applications through RMI [Remote Method Invocation], JNDI [Java Naming and Directory Interface], JINI, JavaSpaces, and JERI [JINI Extensible Remote Interface]; and building and testing through Ant [a build system], JUnit [Unit testing framework]), and Emma [Test coverage measurement tool], and the following software packages: SQL, JavaScript, AJAX, HTML5, CSS3, JSON, and XML. This contract shall be performed using one (1) or combinations of the following DAC-owned and maintained software packages, including AJEM, BRL-CAD, and ORCA, SDF and AMANDA. Under no circumstances shall the contractor provide any data or software provided under this task to others without written approval from the COR of this contract. C.8 Contractor Products C.8.1 All products, including materials, software, source code and data, produced through the performance of this contract, and which are entirely Government-funded, shall remain the sole property of DAC. The Contractor shall not use these items for any other purpose without prior written approval from DAC. Upon completion of this delivery order, the Contractor shall return all Government furnished data, information, and materials. �� Security All contractor personnel shall have access to classified information while on-site at APG. The contractor shall ensure all classified information is returned to their Government POC at the end of each work day. No foreign national employees of the contractor shall be permitted to work on this delivery order or otherwise given access to Government Furnished Information (GFI). The employees of the contractor assigned to work on or otherwise given access to contract information will not be provided access to classified information unless the contractor verifies that each employee possesses a security clearance of SECRET or higher prior to being given access. The contractor shall certify an employee�s U.S. citizenship and an employee�s security clearance and/or investigation to the DAC Security Office at APG-AA prior to the employee�s performance of services at DAC�s facilities. Certification shall be written using company letterhead and include the following information. Contract number and its period of performance. Name of individual, social security number, date of birth, place of birth, and citizenship. Level of security clearance, date granted by clearing agent. The place of the investigation, date completed, agency which conducted investigation. DAC point of contact and phone number. Length of time required, not to exceed one (1) year. Facility Security Officer�s (FSO) signature block, phone number, and signature. Contractor employees shall be required to show current state or federally issued picture identification to gain access to APG-AA facilities. Contractor employees granted access to restricted APG-AA facilities shall be issued restricted temporary area badges and are advised of the following procedures: Badges cannot be passed from one individual to another for entry into restricted areas. Badges are to be worn only in the restricted area and removed from sight upon exiting the area. Badges are not to be used as a means of identification outside of the restricted area. Badges are to be protected in such a manner as to preclude unauthorized access by another individual. Cameras are strictly prohibited in the restricted area, unless approved by the COR and DAC APG Site Security Office Team Leader or other appropriate APG-AA official. Memorandum �Use of Portable Electronic Devices (PEDs)� 01 FEB 06. AR 25-2 �Information Assurance (IA)�, 14 Nov 03 One the last day of the contract period or last day of an individual�s employment, whichever occurs first, the contractor shall turn in the security badge(s) to the APG Security Office. As a minimum, the following statements apply for all information that is assigned a distribution statement the performance of tasks in accordance with DoD Directive 5230.24, Distribution Statements on Technical Documents or is CONTROLLED UNCLASSIFIED INFORMATION (CUI)/SENSITIVE UNCLASSIFIED INFORMATION (SUI): Distribution of information/reports of this contract shall be limited to personnel associated with this contract. Electronic files, documents, and government furnished materials which are indicated as unclassified/sensitive and are no longer needed, shall be destroyed by shredding or tearing each page into pieces to preclude reconstruction and placed into regular trash containers. For Official use Only Information. Safeguard in accordance with contract DD 254, DOD Contract Security Classification Specification. VEHICLES. If required by installation procedures, contractor personnel operating private vehicles on the government installation shall register their vehicle with the installation security office. They shall present a valid operator�s license and proof of insurance. Personnel shall follow all highway safety rules, such as obeying the speed limit, etc. All vehicles and personnel are subject to search and seizure of contraband or unauthorized Government property according to AR 190-13. C.11 Travel, Training and Supplies It may be necessary during the course of the contract for work to be accomplished at sites other than APG and the contractor�s facility. The Government estimates twelve (12) trips per year for up to four (4) contractor employees to travel for extended durations from one (1) week up to one (1) month. These sites include, but are not limited to: Dover, Delaware; Charlottesville, Virginia; Ft. Dietrich, Maryland; San Diego, California; State College, Pennsylvania; and, San Antonio, Texas. Travel will be approved by the COR prior to commencement of any travel. Actual travel will be reimbursed in accordance with the DoD Joint Travel Regulation for travel beyond the boundaries of APG, except that reimbursement will not be made for travel within and between the separated areas of APG (a thirty (30) mile radius). The contractor shall use prudent judgments in the accrual of costs associated with travel, such as lodging, board, etc., when performing work at sites other than APG and the contractor�s facility. C.12 Other Direct Costs (ODCs) C.12.1 Actual travel cost in support of the Mobile Computer Tomography (MCT) system will be reimbursed in accordance with the DoD Joint Travel Regulations. Travel will be approved by the COR prior to commencement of any travel in support of the MCT system. The contractor may acquire, with COR approval, minimal operating supplies to perform this contract. Total travel, training, and operating supplies, as well as miscellaneous office expenses (such as office supplies, mailing costs, and phone costs), to execute this delivery order shall not exceed on the average of $1,250.00 per month per person. Work Location: Work shall be performed at a DAC facility located at the APG-AA, Maryland in accordance with this contract section C.4. However, permission to perform outside DAC�s facility will be granted with the COR�s approval. Requests for performance off-site shall be submitted to the COR for approval on a case by case basis. On-site contractors may be required to be present at specific times within the normal duty hours specified in section C.4 to obtain government-furnished data and information (e.g., input from subject matter experts). All Classified work under this statement of work shall be at DAC, Aberdeen Proving Ground, MD. Anti-Terrorism (AT) / Operations Security (OPSEC) C.14.1 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. C.14.2 Locally developed iWATCH Army Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. The contractor and all associated subcontractors shall brief all employees on the local iWATCH Army program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance, with the results reported to the COR NLT 30 calendar days after contract award. C.14.3 For contractors that do not require a CAC but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index(NCIC- III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/ facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.14.4 For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it, and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1. ��������� C.14.4.1 In accordance with DFARS 252.204-7000, Government review and approval will be required prior to any dissemination or publication, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract except within and between the Contractor and any subcontractors, of unclassified and non-fundamental information developed under this contract or contained in the reports to be furnished pursuant to this contract. ��������� C.14.4.2 ������ All reports, deliverables, products, and content shall be marked in accordance with the classification guidance for information associated with that program. All documentation developed during the course of this PWS that are deemed property of the U.S. government shall undergo security review and/or OPSEC review for appropriate distribution statement and dissemination controls. The government program manager and DEVCOM Analysis Center Security Office shall approve any reports, documentation, or presentations to be distributed outside of the government prior to distribution or release of information. The developer shall provide this documentation a minimum of 20 days prior to distribution to allow for review and approval. C.14.5 For contracts that require OPSEC training. Per AR 530-1, Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained with 30 calendar days of their reporting for duty and annually thereafter. C.14.6 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government information system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services and must successfully complete the DoD Information Assurance Awareness prior to access to the Information System and annually thereafter. C.14.7 Information assurance/information technology training. All contractor employees and associated subcontractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M, and AR 25-2 within six months of appointment to IA/IT functions. C.14.8 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.14.9 For contractors requiring Common Access Cards (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated national Agency Check with Inquiries (NACI) or an equipment or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. C.14.10 For contracts that require handling or access to classified information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified ""Confidential,"" ""Secret,"" or ""Top Secret"" and requires contractors to comply with: (1) The Security Agreement (DD Form 441), including the 32 CFR Part 117, National Industrial Security Program Operating Manual (NISPOM) and, (2) any revisions therein, notice of which has been furnished to the contractor. C.14.10a DD Form 254.� Contractor shall comply with the security requirements listed in the DD form 254 for contracts requiring access to classified information. C.14.10b �Secure telecommunications� at contractor facilities. If secure telecommunication requirements apply, include clause 252.239-7016 and follow guidance at 239.74. (IAW DFAR 239.7401) C.14.11 Controlled Unclassified Information (CUI). Include DFARS clause 252.204-7012, which requires the contractor to comply with NIST 800-171. Also include DFARS provision 252.204-2019 into solicitations. Acquisition officials should follow procedures outlined in DFARS 204.73 and verify vendors have an adequate NIST SP 800-171summary assessment score within the Supplier Performance Risk System (within PIEE). If the score doesn�t show a medium- or high-level assessment with a score of 110 or better (as described in the �NIST SP 800-171 DoD Assessment Methodology�), include clause 252.204-7020 and obtain the vendor�s �system security plan� and �plan of action� for NIST SP 800-171 verification and assurance by Army security officials. C.14.12 Threat Awareness Reporting Program Training. For all contractors with security clearances. Per AR 381-12, Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. C.15 OCONUS Travel C.15.1 U.S. based contractor employees and associated sub-contractor employees who shall perform work Outside the Continental United States (OCONUS) will receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13 and meet all country clearance requirements per the Personnel Policy Guidance (PPG) and local deployment requirements and documentation. This information is provided by the COR as GFI at contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The COR is responsible to ensure that all requirements are met and provided to the DAC Deployment POC at usarmy.adelphi.arl.mbx.arleoc@mail.mil for clearance/approval to proceed. C.15.2 AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language requires U.S. based contractor employees and associated subcontractor employees to make available and to receive government provided area or responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander, with the unit ATO being the local point of contact. Information Assurance (IA) Contractor Employees and associated sub-contractor employees who require access to Government Information Systems must...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a06911d736d4dbba6bf9cbc04d3b4ab/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06656393-F 20230421/230419230119 (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.