SOLICITATION NOTICE
56 -- Installation of Interior Storm Windows
- Notice Date
- 7/28/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238350
— Finish Carpentry Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050
- ZIP Code
- 33131-3050
- Solicitation Number
- 23082887N1431
- Archive Date
- 9/12/2008
- Point of Contact
- Jason Self,, Phone: 843-724-7677, Ashton Lee,, Phone: 843-724-7698
- E-Mail Address
-
jason.t.self@uscg.mil, ashton.m.lee@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offer (s) being requested and a written solicitation will NOT be issued. The solicitation number is 23082887N1431. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) code is 238350. The contract will be awarded using simplified acquisition procedures in accordance with 1:AR 13. 1.0 Scope of Work: Installation of energy effiecient interior storm windows to two historical buildings in Charleston, SC. Energy efficiency to provide a U value of at least.125 to.071, R value 8 to 14, UV spectrum reduction of 95%. a. Statement of Work for: CG SECTOR CHARLESTON, SOUTH CAROLINA, COMMAND HEADQUARTERS CG POINTS OF CONTACT (POC) FOR THE ENERGY EFFICIENT FRAME AND WINDOW PANE INSTALLATION PROJECT: CWO J. Self Phone Number: (843) 724-7677, Mr. A. Lee Phone Number: (843) 724-7698 and Mr. D. Isenbarger Phone Number: (843) 720-7703. ENERGY EFFICIENT FRAME AND WINDOW PANE CONSTRUCTION AND COMPONENTS: • Window should be able to be mounted without removal of existing window frame. Due to building being a listed historical site, exterior windows cannot be altered; ergo energy efficient frame and windows should be able to be installed on the interior of existing windows. • Glazing: Window glazing should be in compliance with ANSI Z97.1 & Z26.1 • Installed windows should have some form of weather stripping barrier between installed energy efficient frame and windows and existing windows. • Energy efficient windows should be installed in such a manner that is least destructive to existing windows. • Frame construction should be comprised of sufficient material to ensure longevity of project. ENERGY EFFICENT FRAME AND WINDOW PANE COMPONENT SPECIFICATIONS: • Acrylic Sheet: 1. Light Transmittance: In accordance with ASTM D 1003, installation should meet or exceed 90% 2. Sound Transmittance: In accordance with ASTM E 90, installation should meet or exceed 25db. 3. Tensile Impact Strength: In accordance with ASTM D 1822, installation should be of such a nature to ensure longevity. ENERGY EFFICENT FRAME AND WINDOW PANE PREFORMANCE EQUIVALENT FACTORS AS INSTALLED: 1. Installed windows should attest to a sufficient reduction in energy usage. Furthermore, should provide a significant reduction in UV transmittance, as well as, a shading coefficient of at least 20%. CG SECTOR CHARLESTON COMMAND HEADQUARTERS 1st FLOOR: Install: 18 each 44” X 62” White Interior Energy Efficient Frame and Window Pane 1 each 28” X 36” White Interior Energy Efficient Frame and Window Pane 3 each 29” X 50” White Interior Energy Efficient Frame and Window Pane CG SECTOR CHARLESTON COMMAND HEADQUATERS 2nd FLOOR: Install 20 each 44” X 86” White Interior Energy Efficient Frame and Window Pane 2 each 28” X 36” White Interior Energy Efficient Frame and Window Pane TOTAL SQUARE FEET: 942 INSTALLATION: Vendor will install in accordance with following listed procedures. • Maintain alignment with adjacent work. Secure assembly to framed openings, plumb and square without distortion. • Vendor will accommodate the following tolerances: Vertical Dimensions between High and Low Points: Plus 1/16 inch or minus 0 inch. Width dimensions: Plus 1/16 inch or minus 0 inch. • If required; Vendor will move and replace CG Sector Charleston office furniture to ensure proper installation. • Re-adjustment of CG Sector Charleston window blinds will be completed by vendor. • Vendor will clean window frames and plastic glazing. Vendor will remove labels and all visible markings from Interior Energy Efficient Frame and Window Pane. WARRANTY (Limited) The vendor will warrant for ten (10) years from the date of installation to be free from defects on all component parts to include acrylic panels for yellowing and/or crazing. Vendor will agree to repair or replace at their expense, any part of the installation specified in the proposal, which proves to be defective in materials and/or workmanship. The does not obligate vendor to replace or refund items not defective at the time of installation, but damaged subsequently by misuse, unauthorized repairs, alterations or Acts of God. STATEMENT OF WORK: CG SECTOR CHARLESTON, SOUTH CAROLINA RICE MILL BUILDING CG POINTS OF CONTACT (POC) FOR THE ENERGY EFFICIENT FRAME AND WINDOW PANE INSTALLATION PROJECT: CWO J. Self Phone Number: (843) 724-7677, Mr. A. Lee Phone Number: (843) 724-7698 and Mr. D. Isenbarger Phone Number: (843) 720-7703. ENERGY EFFICIENT FRAME AND WINDOW PANE CONSTRUCTION AND COMPONENTS: • Window should be able to be mounted without removal of existing window frame. Due to building being a listed historical site, exterior windows cannot be altered; ergo energy efficient frame and windows should be able to be installed on the interior of existing windows. • Glazing: Window glazing should be in compliance with ANSI Z97.1 & Z26.1 • Installed windows should have some form of weather stripping barrier between installed energy efficient frame and windows and existing windows. • Energy efficient windows should be installed in such a manner that is least destructive to existing windows. • Frame construction should be comprised of sufficient material to ensure longevity of project. ENERGY EFFICENT FRAME AND WINDOW PANE COMPONENT SPECIFICATIONS: • Acrylic Sheet: 1. Light Transmittance: In accordance with ASTM D 1003, installation should meet or exceed 90% 2. Sound Transmittance: In accordance with ASTM E 90, installation should meet or exceed 25db. 3. Tensile Impact Strength: In accordance with ASTM D 1822, installation should be of such a nature to ensure longevity. ENERGY EFFICENT FRAME AND WINDOW PANE PREFORMANCE EQUIVALENT FACTORS AS INSTALLED: 1. Installed windows should attest to a sufficient reduction in energy usage. Furthermore, should provide a significant reduction in UV transmittance, as well as, a shading coefficient of at least 20%. CG SECTOR CHARLESTON RICE MILL 1st FLOOR: Install 12 each 42” X 60” White Interior Energy Efficient Frame and Window Pane 3 each 16” X 47” White Interior Energy Efficient Frame and Window Pane 3 each 7” X 52” White Interior Energy Efficient Frame and Window Pane 1 each 8” X 36” White Interior Energy Efficient Frame and Window Pane CG SECTOR CHARLESTON RICE MILL 2nd FLOOR: Install 19 each 42” X 60” White Interior Energy Efficient Frame and Window Pane CG SECTOR CHARLESTON RICE MILL 3rd FLOOR: Install 19 each 42” X 60” White Interior Energy Efficient Frame and Window Pane TOTAL SQUARE FEET: 907 INSTALLATION: Vendor will install in accordance with the following listed procedures. • Maintain alignment with adjacent work. Secure assembly to framed openings, plumb and square without distortion. • Vendor will accommodate the following tolerances: Vertical Dimensions between High and Low Points: Plus 1/16 inch or minus 0 inch. Width dimensions: Plus 1/16 inch or minus 0 inch. • If required; Vendor will move and replace CG Sector Charleston office furniture to ensure proper installation of Interior Frame and Window Pane. • Re-adjustment of CG Sector Charleston window blinds will be completed by vendor. • Vendor will clean window frames and plastic glazing. Vendor will remove labels and all visible markings from Interior Energy Frame and Window Pane. WARRANTY (Limited): The vendor will warranty sufficient to cover any defects in product or installation for a period of not less than 10 years. Vendor will agree to repair or replace at their expense, any part of the installation specified in the proposal, which proves to be defective in materials and/or workmanship. The does not obligate vendor to replace or refund items not defective at the time of installation, but damaged subsequently by misuse, unauthorized repairs, alterations or Acts of God. CG SECTOR CHARLESTON HOURS OF OPERATION: 1. WORK HOURS: Accomplish work during normal unit operational hours of 7:00 a.m. to 4:00 p.m., Monday through Friday unless otherwise approved by the Coast Guard. Note any departures from these work hours on the Daily Reports. 2. SATURDAY, SUNDAY AND HOLIDAYS: The contractor shall provide the Contracting Officer's Technical Representative at least forty-eight hours advance notice prior to working on weekends or Federal holidays. The Government may reject any such request without impacting the completion time of the contract. 3. ACCESS TO CG SECTOR CHARLESTON: Vendor will provide a list of names to the POC of company employees completing the Installation Project. Company employees will be required to have a photo identification card; i.e. State Drivers License or State Photo ID Card. Employees will not be granted access to CG Sector Charleston, SC without proper Photo ID. 4. CONTRACT COMPLETION: The contractor shall complete work within the time frame indicated upon issuance of the Notice to Proceed. Limitations imposed by these work hours will not entitle the Contractor additional time to complete the project. Refer to FAR Clause 52.211-10 "Commencement, Prosecution and Completion of Work". PRE-BID SITE VISITS: 1. GENERAL: Bidders are responsible for visiting the site to field verify existing conditions and determine actual dimensions and the nature of the work required. Failure to visit the site does not relinquish the bidder from determining the extent and scope of the work required and estimating the difficulty and cost to complete the project. Requests for equitable adjustments, in either time or money, arising from failing to field verify site conditions may be denied. Provisions regarding the site visit requirements are outlined in FAR Clause 52.236-3 “Site Investigation and Conditions Affecting the Work” 2. SITE VISIT: Arrange pre-bid site visits to verify existing conditions CWO J. Self (843) 724-7677, Mr. A. Lee (843) 724-7698 or Mr. D. Isenbarger: (843) 720-7703 at U.S. Coast Guard Sector Charleston. PRE-CONSTRUCTION SITE CONDITIONS: 1. SITE CONDITION VERIFICATION: The Contractor shall verify the conditions of the existing site, equipment and facilities potentially affected by the work under this contract and photograph and/or videotape the conditions in order to document their pre-construction condition. Copies of the photos and videos shall be submitted to the Contracting Officer’s Technical Representative prior to starting work. COORDINATION: 1. INTERFERENCE WITH COAST GUARD OPERATIONS: Accomplish work in a manner that causes minimal impact on normal operations. Notify the Contracting Officer’s Technical Representative at least one week prior to beginning construction. 2. MILITARY STATION REGULATIONS: 1. The Contractor, his employees, and subcontractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work and avenues of ingress and egress, and shall not enter any other areas outside of the site of the work unless required to do so in the performance of their duties. The Contractor's equipment shall be conspicuously marked for identification. 2. There shall be NO SMOKING in any Coast Guard building. 3. Storage Areas: The Contracting Officer’s Technical Representative will determine exact location and boundaries of staging areas. Under no circumstances shall materials be stored in areas that will interfere with USCG operations. 4. Storm Protection: If a gale force wind warning or higher is issued, take precautions to minimize any danger to persons and protect the work and nearby Government property. Precautions shall include, but not be limited to, closings, removing loose materials, tools and equipment, from exposed locations. Remove and secure scaffolding and temporary work. Close openings in the work area if storms of lesser intensity are imminent. FIELD ADJUSTMENTS: 1. The Contracting Officer’s Technical Representative may authorize field adjustments. Field adjustments are those alterations that do not affect time, price, or intent of the contract documents. All field adjustments shall be documented in the Daily Reports and on the As-Built Drawings. BUILDING PERMITS: 1. NO BUILDING PERMITS from state or local governments are required for work performed on federal property. Courtesy permits may be obtained at the Contractor's option. No payment will be made to the Contractor for any permit cost. Design changes to obtain courtesy permits, even at no cost, will not be allowed without written approval of the Contracting Officer. ENVIRONMENTAL PERMITS: 1. Unless directed by other sections of this specification, the Contractor will not be responsible for obtaining environmental permits. PROJECT MEETINGS: 1. LOCATION: Project meetings will be conducted either on-site or with a conference call. The following meetings may be held: 1.1 Pre-Construction Conference: After award of a contract, the Coast Guard will arrange a conference with the contractor, and necessary Coast Guard personnel. The purpose of this conference is to orient the Contractor to Government procedures for wage rates, contractual and administrative matters, and to discuss specific issues regarding actual construction. 1.2 Progress and Technical Review Meetings: These meetings generally take place at the project site. Either party may request a meeting to review the progress of the project and/or review or clarify the technical requirements of the specifications. SUBMITTALS: 1. GENERAL: The Contractor shall submit to the Contracting Officer (4) copies of submittals required by this specification and/or itemized on the "List of Submittals" found at the end of this division. 2. DEFECTIVE WORK: Acceptance of Submittals does not restrict the Government's right to reject departures from contract requirements, use of damaged or improperly installed items/materials, or latent defects, nor does it prejudice the Government's rights of rejecting any work found defective at Final Inspection and Acceptance. CONSTRUCTION SCHEDULE, SCHEDULE OF VALUES, AND PROGRESS SCHEDULE: 1. In accordance with the Notice to Proceed letter, the Contractor shall submit the following: a. Construction Schedule-This schedule shall be prepared using a horizontal bar graph with time scale. It shall be in an industry accepted Project Management format and shall accurately display: 1. All major categories of work to be performed within the required contract completion date broken out in sufficient detail to track progress throughout the life of the contract. Major work categories should include but are not limited to mobilization, carpentry, plumbing, mechanical, electrical, roofing, concrete, site work, and demobilization. In addition to construction activities, procurement times for critical items, submittal turnaround time, mobilization, final inspection, punch list work, and demobilization shall be shown on the schedule. 2. The duration of each work category. 3. Any concurrent work categories. b. Schedule of Values-This schedule shall be prepared as a cost breakdown of the contract price and be submitted with the Construction Schedule. This schedule shall include but not be limited to costs of materials, equipment, and labor for all major work categories shown on the Construction Schedule. The Contractor shall adhere to the following guidelines when developing the Schedule of Values. 1. Format - The line items in the Schedule of Values shall be the same as that of the Construction Schedule. 2. Bonds - Bonding costs will only be paid in a lump sum if they are broken out separately and included with the schedule of values. The Contractor shall provide evidence that he has furnished full payment to the surety. 3. Materials - To request progress payments for materials delivered to the construction or fabrication site, the particular category of work associated with the materials must be broken down into separate material and labor costs. TEMPORARY UTILITIES: 1. GENERAL: All temporary utility connections shall be compatible with existing materials and equipment to provide safe and efficient installation, operation and removal. 2. ELECTRICITY AND WATER: Electrical power and water are available on the site. The Contractor will be permitted to utilize these utilities in performing the work, provided that the existing systems are not overloaded. The Contractor is responsible for installing and removing all connections to existing systems and shall ensure work and materials are in accordance with local codes. The use of the electricity shall be limited to tools that can be operated on 60 Hertz, single phase, 20 ampere, 120 volt circuits. 3. TELEPHONE: Telephone services will not be available for use by the Contractor. 4. WATER HOOKUP: All connections to the water system shall be equipped with back flow protection. Temporary potable water pipes and hoses shall be sterilized before being placed in operation and every time the system is opened to the atmosphere for repair or relocation. 5. SANITARY FACILITIES: It shall be the Contractor's responsibility to furnish and maintain approved portable toilet facilities for all Contractor personnel. The On-Site Representative will designate the physical location for the facility and the Contractor shall maintain the toilet facility to the satisfaction of the Government. Contractor personnel are forbidden to use toilet facilities within existing buildings. SAFETY PROGRAM: 1. GENERAL: The Contractor is wholly responsible for work site safety. The Contractor shall implement a safety program that protects the lives and health of personnel in the construction area, prevents damage to property, and avoids work interruptions. The Contractor shall provide appropriate safety barricades, signs, signal lights, etc. as well as complying with the requirements of all applicable Federal, State and Local safety laws, rules and regulations. PERSPONAL PROTECTIVE EQUIPMENT (PPE): Proper PPE is required to worn by Company Employees during installation process. This includes but not limited to the following: • Safety Boots/Shoes that meet OSHA/ANSI Standards • Safety Glasses that meet OSHA/ANSI Standards • If lift operations are required for installation; A Hard Hat and attached Safety Harness or Fall Assist System is required to worn by Company Employees that meet OSHA /ANSI Standards MATERIAL SAFETY DATA SHEETS AND MATERIAL HANDLING PROCEDURES: 1. MSDS SHEETS: Submit a Material Safety Data Sheet (MSDS) for any materials containing hazardous substances required for contract execution. Information provided in MSDS’s shall meet the requirements of 29 CFR 1910.1200. MSDS’s require Contracting Officer review and acceptance prior to bringing these materials on site. 2. MATERIAL STORAGE: Limit the quantity of these materials stored on site to the amount needed for execution of work. Storage of excess materials will not be permitted. Assure that the storage of these materials comply with all applicable federal, state, and local laws and regulations and provide additional storage facilities (paint lockers, etc.) as required for the storage of such materials. Coordinate the physical location of storage areas with the On-site Representative prior to bringing these materials on site. 3. PROTECTIVE MEASURES: The Contractor shall take all protective measures outlined on the MSDS’s and as required by federal, state and local regulations to protect all personnel in the vicinity of the work area from exposure to these materials. The Contractor shall include any required protective measures in the Safety Plan (See SECTION 01540). The Contracting Officer's Technical Representative shall review protective measures prior to allowing use of these materials. 4. DISPOSAL OF EXCESS MATERIAL: The Contractor shall dispose of all excess hazardous materials as required by the MSDS and all applicable federal, state, and local laws and regulations. TEMPORARY FIRE PROTECTION: 1. TEMPORARY FIRE PROTECTION: Maintain temporary fire-protection facilities to protect against predictable and controllable fire loss. Comply with NFPA 10 "Standard for Portable Fire Extinguishers" and NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations". ACCESS ROADS AND PARKING: 1. ACCESS: Access to the site is available from public roads. 2. PARKING: Vehicular operations and parking shall comply with all applicable government orders and regulations. All driveways and entrances serving the Government shall be kept clear and available to emergency vehicles at all times. 3. VEHICLE AND VEHICLE OPERATION: All vehicles, owned by the Contractor or employees of the Contractor, and operators of these vehicles, shall meet all state regulations for safety, noise, loading and minimum liability insurance. All vehicle operators demonstrating reckless or careless operation in the opinion of the Government shall not be allowed to operate vehicles on government property for the duration of the contract. 4. VISITORS: No visiting vehicles will be permitted on government property unless the operator is employed by a subcontractor or supplier. GENERAL CLEANUP & SITE RESTORATION OF WORK AREAS 1. GENERAL: The Contractor shall remove and properly dispose of all trash and debris incidental to the contract work from the limits of government property, as well as all adjacent affected areas. The Contracting Officer shall determine the extent and interval of these cleanups. 2. WORK AREA CLEANUP: At the end of each day the entire work area and all adjacent affected areas shall be thoroughly cleaned by removing all trash, debris, dust, etc. caused by the contract work. Any floor, wall or ceiling surfaces that may have been stained or soiled by the contract work shall be restored to pre-construction condition. 3. SITE RESTORATION: If at any time while performing the contract the Contractor causes damage or destruction to any portion of any Government facility or grounds; e.g., bulkheads, pavement, lawns, shrubbery, etc., it shall be the Contractor's responsibility to replace and/or restore the damage as approved by the Contracting Officer’s Technical Representative at no additional cost to the Government. 4. POST CONSTRUCTION CLEANUP: Upon completion of the job, the Contractor shall clean up the job site, returning it to a state of cleanliness equal to or exceeding that in which it was found. The Contractor shall properly dispose of any trash, extra materials, dirt, debris, or other litter that remains. If the job site appearance is not to the satisfaction of the Contracting Officer’s Technical Representative, final acceptance will not be approved. POLLUTION CONTROL: 1. VOLATILE ORGANIC COMPOUND (VOC) REGULATIONS: Contractors are required to comply with local, state and federal VOC compliance laws and regulation HAZARDOUS WASTE: 1. The Contractor shall comply with all federal, state, and local environmental regulations dealing with the generation, management, storage, and disposal of solid, toxic, and hazardous wastes. The Contractor shall ensure that all wastes are properly containerized, labeled and placarded, managed, tested, stored, transported and disposed of in accordance with all applicable regulations. STAGING AREAS AND ACCESS: 1. The contractor shall provide and maintain all warning lights, sign, and barriers to insure the safety of pedestrians or vehicles traveling near or through any hazardous area caused by the execution of the Contract work. STAGING AREAS AND ACCESS: 1. LOCATION: The Contractor shall store materials and operate equipment within the confines of the staging area identified by the Government. Storage of materials outside of the staging area will not be permitted. LIST OF SUBMITTALS: SECTPARAITEMGENERAL USE COLUMN 010402.3Pre-work pictures or vide 013101.aConstruction Schedule 1.bSchedule of Values 2Progress Payment Schedule 015421MSDS (if applicable) The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http:/lwww.amet.gov/far. FAR 52.213-4 Terms and conditions - Simplified Acquisition (FEB 2006) FAR 52.219-3 Notice of Total Hub Zone Set-Aside (JAN 1999) FAR 52.219-1 Small Business Program Representations (APR 2002) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-7 Notice of Patial Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002) FAR 52.225-1 Buy American Act, Supplies (JUN 2003) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JAN 2004) FAR 52-225-9 Buy American Act Construction Materials (JAN 2005) FAR 52.225-10 Buy AMerican Act Requirement Construction Materials (MAY 2002) FAR 52.225-11 Buy American Act Construction Materials under Trade Agreement (JUN 2006) FAR 52.225-12 Notice of Buy American Act Requirements Construction Material Under Trade Agreement (JAB 2005) FAR 52.232-27 Prompt Payment for Construction Contracts (SEP 2005) FAR 52.222-6 Davis-Bacon Act (JUL 2005) FAR 52.222-11 Subcontracts Labor Standards (JUL 2005) FAR 52.222-13 Compliance with Davis-Bacon and related Act Regulations (FEB 1988) FAR 52.222-16 Approval of Wage Rates (FEB 1988) FAR 52.222-17 Labor Standards for Construction Work FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (OCT 2003) The following Homeland Security Acquisition Regulations (HSAR) is incorporated as addenda to this solicitation: HSAR 3052.242-72 Contracting- Officer's Technical Representative (DEC 2003.) Company quotes should include the solicitation number; the time specified in the Solicitation for receipt or offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of quote is 28 August 2008, at 3:00 pm. (EST) to Commanding Officer, USCG ISC Miami (fp), 909 SE 1st Ave., Room #512, Miami, F1, 33131-3050, Attn: Evelyn Rawls; e-mail address: evelyn.p.rawls@uscg.mil or fax to 305-415-7092. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in FedBizOpps (www.eps.gov) via an amendment (s).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1df27f6a8c08e6726f2abada71c567d1&tab=core&_cview=1)
- Place of Performance
- Address: USCG SECTOR CHARLESTON, 196 TRADD ST, CHARLESTON, South Carolina, 29401, United States
- Zip Code: 29401
- Zip Code: 29401
- Record
- SN01624738-W 20080730/080728223017-1df27f6a8c08e6726f2abada71c567d1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |