SOLICITATION NOTICE
C -- Nationwide 3D Laser Scanning Services
- Notice Date
- 5/8/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 1800 F Street, NW, Room 4302 Washington DC 20405
- ZIP Code
- 20405
- Solicitation Number
- GS-00P-09-CYD-0137
- Response Due
- 6/8/2009
- Point of Contact
- Paris N Marshall, Contract Specialist, Phone 202-219-1368, Fax 202-501-3836, - Regina R. Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 501-3836
- E-Mail Address
-
paris.marshall@gsa.gov, regina.crews@gsa.gov
- Small Business Set-Aside
- Partial Small Business
- Description
- The General Services Administration (GSA), Public Buildings Service (PBS) Contracting and Facilities Division (PGE) is seeking contractors to provide Nationwide Laser Scanning and Related Professional Services. The Government intends to award five National Indefinite Delivery - Indefinite Quality (IDIQ) contracts pursuant to procedures established by the Brooks Act and FAR Subpart 36.6, with a base year and four 1-year options, for a total of five (5) years. Of the five potential awards, up to three awards will be awarded to Unrestricted Businesses and up to three awards will be 100% Set-Aside for Small Businesses. Each contract, whether Unrestricted or Small Business ventures would require numerous specialty consultants and subcontractors. The contracts would be nationwide in geographic scope (i.e. all States and US Territories). The Government reserves the right to make multiple awards. Market Analysis. A Sources Sought Notice (GS-00P-09-CY-0076) was published in FedBizOpps on February 4, 2009, inviting contractors to participate in a market analysis to determine the capability and availability of small business firms to provide nationwide Laser Scanning Services for the Public Buildings Service (PBS). A total of 32 firms responded by the closing date of February 19, 2009. As a result, it has been determined that this requirement can be partially set-aside for small businesses. Background. In July 2003, the General Services Administration (GSA), Public Buildings Service (PBS), Office of the Chief Architect and Construction Programs (OCA-CP) established the National 3D-4D-BIM Program. To date, OCA-CP has initiated over 70+ capital projects across the nation using an array of 3D, 4D, and Building Information Modeling (BIM) technologies in support of GSA business needs. BIM visualization, coordination, simulation, and optimization from three-dimensional (3D), four-dimensional (4D), and BIM computer technologies serve GSA in meeting customer design, construction, and program requirements. GSA is committed to a strategic and incremental implementation of 3D, 4D, BIM technologies. Further information on GSA’s BIM Program can be found at www.gsa.gov/bim. GSA renovation and new construction projects are located throughout the United States and may include: Federal Office Buildings, Federal Courthouses, Border Stations, Laboratories, Warehouses, Childcare Facilities, and other types of real property. Although not required, it is considered advantageous for the prime contractor (or its subcontractors) to have an office located near the GSA Regional Offices before contract award. The GSA Regions are (1) New England, Boston, MA; (2) Northeast & Caribbean, New York, NY; (3) Mid Atlantic, Philadelphia, PA; (4) Southeast-Sunbelt, Atlanta, GA; (5) Great Lakes, Chicago, IL; (6) The Heartland, Kansas City, MO; (7) Greater Southwest, Fort Worth, TX; (8) Rocky Mountain, Denver, CO; (9) Pacific Rim, San Francisco, CA; (10) Northwest/Arctic, Auburn, WA; (11) National Capital, Washington, DC. Disciplines. The Government has determined the following disciplines and/or consultants might be required: Principal, Senior Project Manager, Project Manager, Senior Project Engineer, Project Engineer, Architect, BIM Modeler, BIM Analyst, BIM Integrator, Laser Scanning Technician, Laser Scanning Analyst and BIM Application Developer. Description of Services. Professional 3D Laser Scanning services will be rendered under this contract on an as-required basis for all Government Agencies administering or funding, in whole or part, design and/or construction programs. 3D Laser Scanning services may be required at any time during a project/properties development and delivery, including: planning, design, construction, operations, facility management and or disposal. Services shall be performed for many project types, including, but not limited to: new construction, renovations, and modernizations. The Selected Contractor shall provide all management, supervision, manpower, administrative support, materials, supplies, and equipment for carrying out all services contained in this statement of work (SOW). The Contractor shall plan, schedule, coordinate and ensure the full, effective, efficient, and economical performance of all services ordered under this contract. The Contractor must respond to Government contacts/communications within three business days. This contract requires computerized 3D laser scanning and BIM capabilities of the Contractor. The Contractor is required to provide its own office equipment and hardware/computer equipment adequate to fully satisfy all operational requirements of this contract using existing resources. This should be considered in developing the fee proposal as no reimbursement is authorized for such items relative to the solicitation or resulting contract. This contract may be used to order services required in the design and implementation of 3D laser scanning and BIM. These services include, but are not limited to the following: 1) Exterior & Interior 3D-Laser Scanning 2) Transform 3D laser scanning point cloud data to BIM models 3) Professional BIM Modeling Services based on 3D laser scanning data including, but not limited to: a. Architectural b. Structural c. MEP d. Civil 4) 3D Laser Scanning-based analysis & applications including, but not limited to: a. Visualization b. Clash Detection c. Constructability analysis 5) Integration of multiple 3D Laser Scanning Data, BIMs & analyses 6) Integration between multiple 3D Laser Scanning Data and BIM softwares 7) 3D Laser Scanning Implementation Support, including: a. Development of 3D Laser Scanning assessment and project implementation plans b. Selection of VDC software c. Support to project design and construction firms d. Review of BIM models & analysis completed by other service providers 8) Development of Best Practice Guidance, Case Studies, Procedures and Training Manuals 9) Development of long- & short-term 3D Laser Scanning implementation strategies, 10) Development of benchmarking and measurement standards and programs 11) 3D Laser Scanning and Modeling Training, including: a. Software specific training b. Best Practices Required Skills. The required expertise for this contract will be based on the skill and experience set of the full team making the proposal. The prime firm will be the designated 3D Laser Scanning Contractor that will coordinate the 3D Laser Scanning services from the technical perspective. The 3D Laser Scanning Contractor must have significant 3D Laser Scanning experience, including technical and management expertise. If the 3D Laser Scanning Contractor does not have sufficient skills to provide a specific service, the prime firm shall subcontract with a qualified party to do so. Subcontractor qualifications shall be included and clearly designated in the response to this performance work statement. The Contractor (i.e., prime and subcontractor firms collectively) shall satisfy the following requirements: 1.1. All key personnel shall have extensive experience (atleast 5 years) and expert command in the areas of 3D laser scanning for both building exterior and interior locations, creating BIM models from scan data, QA/QC principles to ensure accurate data. 1.2. The Contractor shall have been the principal 3D Laser Scanning service provider for at least three projects of comparable size, type, scope, and complexity as typical GSA projects. 1.3. The Contractor shall be familiar with all references and standard information exchanges. The contractor shall use the versions/ revisions in effect as of the effective date of each task order issued under this contract, and the contractor is required to comply with the policies and procedures set forth in all such references. References and information exchanges shall include, but are not limited to: 1.3.1. GSA BIM Guide Series (www.gsa.gov/bim) 1.3.2. Industry Foundation Classes 1.3.3. COBIE 1.3.4. OmniClass 1.3.5. National CAD Standard 1.3.6. National BIM Standard 1.4. Contractor shall be able to provide any level of 3D Laser Scanning services, from total support to specialty services needed to augment existing Government capabilities. 1.5. The Contractor shall provide in-house personnel or subcontract personnel who conduct these services with the following qualifications: 1.5.1. The contractor shall ensure that all personnel or subcontract personnel have the required security clearances necessary for the specific task orders issued under this contract. 1.5.2. The contractor shall provide resumes for all key personnel and sub-consultants. (Note: Key personnel shall be subject to approval by GSA). The resumes shall include specific information about expertise in providing 3D Laser Scanning and BIM services. 1.5.3. If the Contractor’s personnel or sub-consultants change for this project, replacement personnel shall have, at a minimum, equivalent qualifications as the original personnel. (Note: Key personnel shall be subject to approval by GSA). 1.6. Contractors must be able to facilitate and present integrated decisions for a wide array of involved technology applications and building systems and support all activities/deliverables related to project quality assurance and quality control. Presentation deliverables may include, but are not limited to the following: guidelines, reports, and presentations to GSA associates and project teams. 1.7. Contractor must possess knowledge must include not only an expert command of 3D Laser Scanning principles and methods, but domain expertise. Contractor shall have expertise in the domain of the required modeling, including, but not limited to: Architecture, Interior Design, Structural and Geotechnical, Civil, HVAC, Plumbing, Fire Safety, Elevator, Electrical (Power and Lighting), and Construction. 1.8. Contractor must possess skill sets to understand and improve on current GSA business processes, identify opportunities, facilitate integrated discussions/decision making, and communicate clearly (both in writing and orally). All team members must understand Virtual Design & Construction analyses and methods. Architecture and Engineering (A/E) Services require performance by licensed architects and/or registered engineers or their employees. Deliverables. The Contractor shall be able to provide the following deliverables: Submission schedule and project-specific deliverables will be defined by separate scope of work for each task order procured under this Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The Contractor shall be able to provide the following deliverables in accordance with the 3D Laser Scanning Services described in Section 3 – Required Services: Criteria/Policy Development Services. The Contractor shall tasked to develop GSA BIM standards, guidelines, and computer-based tools related to planning, design and construction services. Contractors shall be tasked to directly contribute to GSA’s BIM Guide Series and provide expertise to support development of other GSA documents. Examples of possible criteria documents include the “Facilities Standards for the Public Buildings Service,” “Project Estimating Requirements.” Associated with criteria development, Contractors shall be tasked to perform technology assessments and various professional service cost studies to identify program goal impacts. Planning Stage (Pre-Design) Services. The contractor shall perform 3D laser scanning and BIM models to provide accurate, up-to-date information on building conditions. The Contractor shall support project teams in performing the following types of project development services using 3D Laser Scanning and resulting BIM models: Feasibility Studies (preliminary planning project alternative assessments), Environmental Impact Statements/Assessments, Program Development Studies (PDS’), Building Engineering Reports (Existing Conditions Studies), Master Plan Assessments, Planning Stage Value Engineering, Site Selection Studies, Historic Preservation Plans, Energy Conservation Audits, Fire Safety Assessments, Risk Assessments, Blast Resistance Studies, Progressive Collapse Assessments, and Seismic Safety Studies. Design Stage Services. The Contractor shall perform clash detection and constructability analyses throughout the design phase and perform various design analyses using BIM. No design services are required. Construction/Turnover Stage. The Contractor shall provide 3D laser scanning services at the completion of construction and develop an as-built BIM to GSA. The as-built BIM may include all applicable building systems information. Contractor must be able to provide the following documentation: • BIM Modeling Plans and Reports • BIM Quality Control Plans and Reports • Scan Plans (for 3D Laser Scanning) • Pre- and Post- Processing Plans (for 3D Laser Scanning) • BIMs in both native and IFC file formats • 3D visualization in freely available formats & viewers (e.g.,.pdf,.dwf) • BIM-analyses reports and native analyses files Note: In accordance with FAR Part 36.209, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates except with the approval of the head of the agency or authorized representative. Location. The GSA locations are: Region 1 - New England, Boston, MA; Region 2 - Northeast & Caribbean, New York, NY: Region 3 - Mid-Atlanta, Philadelphia, PA; Region 4 - Southeast-Sunbelt, Atlanta, GA; Region 5 - Great Lakes, Chicago, IL; Region 6 - The Heartland, Kansas City, MO; Region 7 - Greater Southwest, Fort Worth, TX; Region 8 - Rocky Mountain, Denver, CO; Region 9 - Pacific Rim, San Francisco, CA; Region 10 - Northwest/Arctic, Auburn, WA; Region 11 - National Capital, Washington, DC; and Central Office, Washington, DC. Performance Period. The contract performance period is for a 12-month base year with four one-year options, for total possible contract duration of five (5) years. Performance shall commence upon issuance of a Notice to Proceed following award of the contracts, and issuance of individual Task Orders for specific projects/tasks. Issuance of Task Orders. GSA/PBS intends to make multiple awards based on geographical location. Upon award, fixed-price task orders will be issued against the contracts using the GSA Form 300. When issuing a task order, the Contracting Officer will send a task order request to the contractor(s) with a project specific Statement of Work of tasks to be performed. Evaluation criteria shall also be included in the task order request, if necessary. The Contractors will submit qualifications and fee proposals in order to be selected for task order awards. When applicable, the Fair Opportunities Procedures under FAR Part 16.505 will be implemented. All competitive requirements will be competed using the Brooks Act procedures under FAR Part 36.6. Evaluation Factors for Award. The evaluation factors for award are under the Brooks Act, such as Experience/Qualifications, Knowledge/Skills, Past Performance, and Management/ Organization. All competing firms shall use the Standard Form 330. The contractor will be evaluated for selection based on the evaluation criteria below: Factor 1: Technical Competence & Project Examples (45%) The Firm demonstrates experience in 3D Laser Scanning and BIM modeling at both the program and project level. Project-level examples shall be of similar size and complexity as typical GSA projects. A single offeror shall provide project examples (maximum of 5, minimum of 3) which best demonstrate the depth and breadth of 3D Laser Scanning modeling and analysis capabilities (including BIM Modeling) within the last 5 years. Project examples should provide only the necessary information required to properly evaluate the offeror’s capabilities. Excess or superfluous information will be unfavorably viewed. Please note: For each project example, references must be provided. The team members should have previously worked together. The Prime must list the team member(s) who actually produced the work product. If the firm’s team has not performed together as a team on prior projects, the firm must provide 3-5 examples that best illustrate the skills and capabilities of each firm. For example, if a prime firm is submitting a proposal with two subcontractor firms and none have worked together before, then each firm must submit 3-5 project examples (for a total of 9-15 project examples). If firms have worked together previously, project examples demonstrating the capabilities of multiple firms will be considered towards each individual firm’s 3-5 project examples. Project examples may include, but are not limited to the following: • Project description of size, scope, and complexity • Images of 3D Laser Scanning point clouds • Images of BIM models created from 3D laser scans • Results from BIM-based analyses tools (e.g., clash detection) • Scan and Post processing plans • BIM modeling and analyses plans Project examples must meet the following criteria: • Project examples are comparable in size, scope, and complexity to GSA projects. • Project examples were completed within the last 5 years. • A minimum of 3 project examples of 3D Laser Scanning (including BIM Modeling) are provided. • Demonstrated ability to communicate with project stakeholders In addition to project examples, the firm must demonstrate technical capabilities to support short- and long-term implementation of 3D Laser Scanning that extend beyond the project-level including: development of 3D Laser Scanning implementation plans, case studies, best practices, and project mentoring (either in-house or contracted). Project examples must demonstrate: • Firms have previously worked together. • Examples demonstrate 3D Laser Scanning that directly leads to increased quality, schedule, and/or cost management of project • Project examples show that firms have previously worked together. • 3D Laser Scanning data and BIM was used through multiple project phases. • 3D Laser Scanning services were integrated with non-BIM design and construction methods. • Use of multiple software packages using interoperable standards (e.g., IFC, XML) • Multiple analyses performed using 1 model/scan set. The contractor must include documentation (e.g., implementation plans, guidance, etc.) developed/recognized for industry wide-use. Factor 2: Management Approach (25%) Firms shall identify the key personnel who will be responsible for administration of the proposed contract. The information submitted by the offeror will be evaluated to assess the qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives of the project. Project teams shall be capable of providing all services listed in the scope of work and meet all of the contractor qualifications outlined in the solicitation. Demonstration of key personnel experience through submitted project examples is required. Response must include: • Description of your proposed approach to managing 3D Laser Scanning services procured under this IDIQ contract. Describe the approach(es) you will take in integrating 3D Laser Scanning services into a GSA project throughout the facility lifecycle. Describe what you will do to foster teamwork and cooperation from project stakeholder. Describe how you will minimize adversarial relationships. • An organization chart and staffing plan with key personnel and proposed staff. List the individual(s) who will serve as the lead 3D Laser Scanning Contractor for these services. • Provide resumes for key staff and sub-consultants. The resumes shall include specific information about expertise in providing BIM services. Resumes for the named key personnel shall demonstrate experience in similar positions on prior projects/contracts. • List all 3D Laser Scanning-related software the offeror uses. • Briefly describe relevant experience of the offeror’s team in the following areas: o 3D Laser Scanning experience o BIM modeling from 3D Scan information experiences o Program management experience • Table 1 – Services Summary Matrix • Table 2 – Contractor Qualifications Summary Matrix The firm must demonstrate the following: • Staffing plan with key personnel and proposed staff. • Staffing plan demonstrates firms have sufficient resources to meet GSA needs for at least 1 Region. • All key personnel have atleast 3 years of 3D Laser Scanning and/or BIM Modeling experience each. • Resumes for all key personnel are provided. • Ability to perform all work within the U.S. • Project team has ability to provide all services listed in solicitation. • Project team meets all contractor qualifications outlined in solicitation. The firm must indicate if the Key Personnel: • Conducted the work shown in project examples • Recognized as industry leaders, including, but not limited to: (a) Experience in 3D Laser Scanning industry initiatives (b) Experience in BIM industry initiatives (e.g., buildingSMART, NBIMS) (c) Outside Awards and Recognition (e.g., AIA BIM Awards, FIATECH) (d) Experience with interoperability (IFC, XML, etc.) • A majority of the 3D Laser Scanning Services and BIM Modeling Services can be provided in-house • Have professional licensure in their area of expertise (e.g., Professional Architect, Professional Engineer, Profession Land Surveyor) • Demonstrates an understanding of the way GSA does business and how IDIQ services will be incorporated into GSA projects • Has GSA or other Federal Agency Experience Factor 3: Past Performance (25%) Firms must demonstrate an acceptable past performance history, within the last five (5) years prior to the date of this solicitation. Firms shall submit a minimum of 1 reference information (i.e., project contact and telephone/email address) for each of the project examples submitted in relation to the “Technical Competence & Project Examples” evaluation factor. Since each firm is required to submit a minimum of 3 examples, a minimum of 3 references are required for each firm. The Firm’s past performance in carrying out the work of a comparable nature will be evaluated under the following factors: a) quality of the services; b) timeliness of performance; c) business relations; d) cost control; and e) compliance with subcontracting plan goals (including the subcontracting plan goals for small disadvantage business (SDB) concerns and monetary targets for SDB participation). Firms shall also provide copies of all previous Small Business Subcontracting Plans and all Standard Forms 294 and 295 for Small Business participation submitted for the past three (3) years to permit evaluation of the subcontracting plan subfactor. In the case of a firm for whom information on past performance is not available or inadequate to evaluate past performance, the firm will not be evaluated favorably or unfavorably on past performance. In addition to the above, the following information will be evaluated: • If the Firm provided higher quality deliverables than expected • Past project came in under budget/ahead of schedule • Specific examples of above-and-beyond customer service and support. Factor 4: Geographical Location (5%) Prime Contractor demonstrates that it has the ability to provide the services described in the statement of work at the national level. Prime Contractor demonstrates that it has the ability to provide 3D Laser Scanning services, subject matter advice, assistance, guidance and consult to improve the performance, quality, and efficiency of GSA projects throughout the facility lifecycle. The firm shall submit a list all 3D Laser Scanning Projects performed by the prime and subcontractors within the last five (5) years and the location (i.e., Region) of the project. All firms must be capable of performing all services in the US. Please note that it is the sole determination of the Government to select and award contracts to specific regions/locations based on the information provided in this solicitation. Services shall be provided for all eleven (11) GSA regions by the Prime Contractor and through teaming arrangements at GSA Central Office and the 11 Regions. Prime Contractor demonstrates that it can dispatch personnel nationwide by providing the availability of the team’s personnel nationwide. The GSA locations are: Region 1 - New England, Boston, MA; Region 2 - Northeast & Caribbean, New York, NY; Region 3 - Mid-Atlanta, Philadelphia, PA; Region 4 - Southeast-Sunbelt, Atlanta, GA; Region 5 - Great Lakes, Chicago, IL; Region 6 - The Heartland, Kansas City, MO; Region 7 - Greater Southwest, Fort Worth, TX; Region 8 - Rocky Mountain, Denver, CO; Region 9 - Pacific Rim, San Francisco, CA; Region 10 - Northwest/Arctic, Auburn, WA; Region 11 - National Capital, Washington, DC; and Central Office, Washington, DC. A map of all GSA Regions can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_OVERVIEW&contentId=12350 The firm shall be capable of providing all services to Central Office and the 11 Regions and capable of performing all services in the US. The Prime (or subcontractors) must have offices located near the GSA Regional Offices. The evaluation factors are in descending order of importance. Due to the nature of this project, strong oral and written communications will be evaluated in each subfactor above. Interviews (Phase II). If selected for an interview, the Firm shall be prepared to discuss all aspects of the Evaluation Criteria indicated above. The interviews will involve discussions on project concepts and their methods of furnishing the required services. The contractor will be required to demonstrate their management approach and teaming arrangements/approach to perform services on a national level to provide BIM services to Central Office and the 11 Regions. Geographical location will receive a higher ranking/score during Phase II of the selection process. Business Size Standard. This is a Partial Small Business Set-Aside. GSA, PBS will set-aside up three (3) contracts as 100% total small business set aside. GSA will evaluate small business set-aside offers using the evaluation factors referenced above. NAICS Code. The Primary NAICS Code is 541310, Architectural Services (For small business purposes: $4.5M in annual gross receipts for a period of three years). Submitting firms must indicate their size status and that of their sub-consultants. Large Business firms are reminded that the successful firm will be expected to place subcontracts to the maximum extent practical with small, small disadvantaged, and small woman-owned firms as part of their original submitted team. Before award of the contract, the Firm (if not small business of $4.5M gross average, see NAICS Code) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the U.S. General Services Administration, Public Buildings Service has established for fiscal 2009 subcontracting goals of 37% for small business, 6% for total small disadvantaged businesses (SDB), 5% for woman-owned, 3% for HUBZone, 3% for service-disabled veteran-owned and 5% for veteran-owned. Guaranteed Minimum. The Guaranteed Minimum Order amount for each contract is $1,000 for the base year. Maximum Order Limitation (MOL). Each IDIQ contract is expected to have a 6.0 million per year maximum order limitation for a period of five years totaling $30.0 million per contract Maximum Order Limitation (MOL). (The unused balance of each period may be brought forward to the succeeding periods.) Each task order will have maximum ordering limitation of $1.5M. Award of a Contract is contingent upon a successful audit and negotiation of labor rates and overhead and profit allowances. Task orders are subject to the fund availability at the time of award of the task order. The contracts to be awarded hereunder are procured under the Brooks Architect-Engineers Act of 1972 (Pubic Law 92-582) and FAR Part 36.6. Submission of Qualifications. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a completed Standard Form 330 - Architect - Engineer Qualifications on or before 12:00 pm Eastern Daylight Time on Monday, June 8, 2009. All questions must be submitted via email under this project by Friday, May 15, 2009 @ 12:00pm. The teleconference is scheduled for Thursday, May 28, 2009 @ 2:00p (passcode: BIM). Responses shall be addressed to: Regina Crews, Contracting Officer, General Services Administration (GSA), Public Buildings Services (PBS), Center for Acquisition Services (PGE), 18th and F Street, NW, Room 4302, Washington, DC 20405. Facsimile copies of the submittal will not be considered. It is the responsibility of the firm to ensure that its submittal is received in a timely manner at the address designed above. All questions must be submitted in writing and emailed to Paris N. Marshall at paris.marshall@gsa.gov. (NO TELEPHONE CALLS PLEASE). Interested firms meeting the requirements described above must submit six (6) completed copies each of U.S. Government Standard Form 330, Parts I and II including any supplemental information necessary to further address the Selection Criteria. The following information MUST be on the outside of the sealed envelope: (1) Solicitation Number/Title, (2) Due Date and (3) Closing Time. Only firms responding by the specified time will be considered for selection (Late responses are subject to FAR Provision 52.215-1). All contractors must be registered in Central Contractor Registration (CCR) database to be considered for an award. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423. All questions concerningthis announcement shall be directed to Ms. Paris N. Marshall (paris.marshall@gsa.gov) at (202) 219-1368. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-09-CYD-0137/listing.html)
- Place of Performance
- Address: Nationwide
- Country: US
- Country: US
- Record
- SN01812838-F 20090510/090509165759 (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 |