SOLICITATION NOTICE
C -- IDIQ Architect-Engineer Services for USDA, Departmental Management with work primarily in Washington, DC
- Notice Date
- 12/14/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-S-10-0016
- Archive Date
- 1/29/2010
- Point of Contact
- Todd J. Lennox, Phone: 202-720-6309, Jodey J Barnes-Edwards, Phone: 202-720-3009/4389
- E-Mail Address
-
Todd.Lennox@usda.gov, jodey.edwards@usda.gov
(Todd.Lennox@usda.gov, jodey.edwards@usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The USDA Office of Operations Facilities Management Division Engineering Branch requires an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for multi-discipline architectural/engineering (A/E) services for major renovations and new construction projects for the Department of Agriculture Headquarters and other buildings primarily in the Washington, DC metropolitan area. This notice is posted in its entirety and hereby serves as the official solicitation for this project. POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. TODD LENNOX, SUBMIT QUESTIONS VIA E-MAIL TO: todd.lennox@da.usda.gov. The NAICS code is 541330 Engineering Services. The size standard is $4.5 Million. This action is being undertaken in accordance with the Architectural & Engineering provisions of FAR Part 36 and AGAR Part 536. This announcement is being issued on an unrestricted basis and is for the selection of Architectural & Engineering (A-E) Firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts with Options for use by the USDA. Firms must be capable of concurrently responding to and working on multiple projects. Selection of Firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. All Firms responding to this announcement are cautioned to review FAR Part 9.5 - Organizational and Consultant Conflicts of Interest; and FAR 36.209 Construction contracts with architect-engineer firms. Large Firms, if selected, will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and AGAR subpart 536 as part of any Request for Proposal package. The subcontracting plan is NOT required with the Firms SF 330. SCOPE OF SERVICES: The United States Department of Agriculture reserves the right to award one or more (multiple awards may be made) Firm Fixed-Price performance based Architectural & Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Options for use by the USDA. Each A-E IDIQ contract will be established for a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods. A contract minimum of $1,000 and a cumulative $10 Million ceiling will apply for the duration of each contract with no limit on individual delivery order amounts. Firm Fixed Price (FFP) Delivery Orders are anticipated to be awarded against the A-E IDIQ contracts. The A-E IDIQ contracts that are anticipated to be awarded will each be for an initial base year period with four (4) one year option periods. Individual Delivery Orders anticipated to be issued under the A-E IDIQ contract may include Delivery/Task Orders under the American Recovery and Reinvestment Act and Firms are advised that under such circumstances RECOVERY Act reporting requirements and contract clauses will be applicable to the Delivery/Task Orders. EVALUATION: The Governments selection of the best value contractor(s) is based upon an integrated assessment of the below factors / selection criteria in equal order of importance (unless otherwise stated) to determine the most highly qualified firm(s). Each factor will be assigned a rating from Exceptional to Unacceptable, based on the risk to the government that the firm will successfully perform the contract in view of the factor being evaluated. An overall consensus rating will be given to each submission. The Source Selection will consider the performance risk associated when a firm's project team(s) is not co-located in the same office. SUBMISSION FORMAT: Five (5) completed and bound paper copies and one (1) electronic copy in PDF format on CD are required for the SF330 submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the internet at http://www.dnb.com/us/. THE SF330 IS THE ONLY ACCEPTABLE FORM; THE SF 254/255 IS NO LONGER ACCEPTABLE. Relative to all submittals, FONT SIZE shall be 12 pitch. Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts/Sections of the SF 330, excess pages will not be read or considered. Each side of a sheet of paper shall be counted as a single page. Blank sheets or tabs separating the sections within the SF 330 will not count toward any page limitation. The Organizational Chart required in Section D and the Matrix required as Section G, may be presented on sheets up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches and bound in the SF 330 at the proper location. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D. Resumes in Section E shall not exceed two (2) pages each. Multiple Resumes may be reflected on a single page. Resumes shall be provided for the qualified professional personnel indicated in FACTOR 1. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes and the failure to indentify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the Resume is offered. A maximum of Ten (10) projects including the prime and consultants will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. When listing projects in Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. Multiple task orders that are associated with a single project may be used and will be considered a single project; however, listing a single contract with task orders that may be unrelated is not considered a single project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. A SF 330 PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. THIS IS NOT A REQUEST FOR PROPOSALS. ALL REQUIREMENTS OF THIS NOTICE MUST BE MET FOR A FIRM TO BE CONSIDERED RESPONSIVE. SOLICITATION PACKAGES ARE NOT PROVIDED. SUBMITTALS MUST BE RECEIVED NO LATER THAN 1200 HRS (12:00 PM NOON EASTERN TIME) ON THURSDAY JANUARY 14, 2010. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 1200 HRS (12:00 PM NOON EASTERN TIME) on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. The Source Selection Evaluation Board is tentatively scheduled to commence on or about 18 January 2010. As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal review by the selection board (Final Selection List). Interviews, if held, may be conducted in person or via telephone. Telephone calls and Personal visits for the purpose of discussing this announcement will not be allowed. Questions are to be in writing via e-mail to the POC listed above. Questions will be answered in writing via posting to a Question and Answer (Q&A) document on http://fedbizopps.com beginning 16 December 2009. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. All questions are to be received no later than 1500 HRS (3:00 PM EASTERN TIME) on 31 DECEMBER 2009. To verify timely receipt of a submission, the submitting firm may also send an e-mail to the POC list above. All Firms making submissions acknowledge the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this announcement. For instructions on registering in CCR, see the CCR website at http://www.ccr.gov. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Upon selection, a Request for Proposal (RFP) will be issued to the awardee requesting discipline labor rates and contract line items. The Government has established a 7 day turnaround for the awardees proposal after receipt of the RFP. Estimated start date for this contract is April 2010. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. USDA SOUTH BUILDING MODERNIZATION BACKGROUND: The current USDA South Building Modernization project consists of 2.2 million gross square feet. The goals and objectives of the modernization process is to eliminate health and Life-safety hazards; replace deteriorating, inadequate and inefficient mechanical, plumbing and electrical systems; accommodate modern office technology; improve space utilization through effective space planning; restore and preserve the architectural fabric of the building; and consolidate USDA agencies into each modernized space as the project is completed. The USDA South Building was constructed between 1930 and 1936; provides space for approximately 6,000 USDA personnel and is located south of the National Mall on Independence Avenue between 12th and 14th streets, S.W. Washington, DC. The building is eligible to be listed on the National Register of Historic Places and shall be treated as a Historic Building. Therefore the knowledge of historic preservation principles and procedures related to review submissions is significant. It is a six (6) story steel frame building with a sub-basement, basement and an attic, consisting of seven (7) wings with a headhouse (Independence Ave side) and tailhouse (C street side) and six (6) courtyards. The modernization master plan consists of eight (8) phases. Three phases or approximately thirty percent (30%) of the modernization is completed and Phase-4A (Wing-5) is currently under construction. The building will remain occupied, except for the area under construction. The design must ensure that operation and safety of occupied portions of the building are maintained throughout the modernization process. This ID/IQ contract will include the design of future phases of the South Building Modernization consistent with the approved 1997 Master Plan and other projects primarily in the Washington, DC metropolitan area. REQUIRED SERVICES: The Contractor shall be a licensed Architectural or Engineering firm in the state in which the office is located. The owners and principals of the A/E firm shall be licensed to practice architecture or engineering. Key personnel shall be licensed or accredited to practice their profession in Washington, DC; Virginia and Maryland. The contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the work described herein. The services shall include, but are not limited to, surveys; testing; reports; management plans; concept studies; design criteria development; all aspects of designs and drawings; specifications; cost estimates; shop drawing review and approval; construction monitoring; and inspection services as may be required under each task order. Additionally, space and facility management planning services shall include facility analysis, interior design, signage and graphics, system furniture procurement/installation, and move/relocation coordination, and post occupancy tasks. Projects will use the metric system. In addition to the services indicated above, the A/E's services shall also include the following: • Construction management services. • Facilitate project certification by the Green Buildings Certification Institute (GBCI) using the Leadership in Energy and Environmental Design (LEED) rating system. • Site inspection and environmental, health and safety related services by certified industrial hygienists, professional safety engineers, and certified safety professionals. • Development of Environmental, Health and Safety Management Plans including the abatement of hazardous materials such as asbestos and lead paint. • Roofing and waterproofing, inspection, testing, and design. • In-house personnel and facilities to accomplish computer assisted designs and facility management using hardware and software compatible with Autodesk AutoCAD version 2010 or higher, Building Information Modeling (BIM) software such as Revit, space and asset management software. • Creating and updating Facility Management databases including but not limited to inventories of equipment, hazardous waste/materials, and space. • Developing existing design intent drawings into assignment drawings. Incorporating graphics and statistical information, broken down by tenant organizational units. Preparing take-offs and budgets. Attending progress meetings during build-out phases and responding to any request for information (RFI). • Preparing statements of work for design-build projects. • Move coordination tasks may include but may not be limited to serving as an advisor or coordinator to the Client Agency move committee to determine all physical move requirements (budget development, project facilitation, master relocation plans, schedule management services, relocation occupancy, position database, and move supervision). • Project management using Microsoft Project or Primavera Project or equivalent. • Landscape design focusing on sustainable principles and integrating perimeter security. • Security systems such as access controls and blast resistant design. • Telecommunication systems design and integration. • Audio visual system design. • Vertical transportation design. • Building commissioning services. • Knowledge of lighting systems and controls to yield functional, energy conscious and esthetic goals. • Cafeteria and kitchen design. • Knowledge of acoustical principles and design. SELECTION CRITERIA: The selection will be based on the following criteria. Criterion 1 through 7 are of equal importance. Evaluations of past performance and experience may include information provided by the firm, client inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less than qualified. The Government may use a combination of adjectival and numerical scoring for rating the firms. Address Criterion 1 through 7 as indicated below. Additional sheets may be used up to the maximum of 50 total sheets, if required; see submission requirements. Clearly identify the criterion number and title. A/E firm's main office responsible for performing contractual obligations, sub-consultants' offices, joint venture partnership's offices and mentor/protégée's offices must be within a 60 mile commute to USDA Headquarters, 1400 Independence Ave. SW, Washington, DC 20250 by Personally Owned Vehicle (POV) or Washington Metropolitan Area Transit Authority (WMATA). Criterion 1: Professional Qualifications (SF 330, Part I, Section E): Submission Requirements: Provide brief resumes of each proposed team member (prime and sub-consultants) who will specifically perform the tasks listed above for this contract. Resumes of MEP Engineers, Structural Engineers, Architects, Historical Architects, Interior Designers, Space Planners, Landscape Architects, Roofing/Waterproofing Engineers, Environmental Engineers, Industrial Hygienists, LEED Accredited Professional, Vertical Transportation Engineers, Telecommunication Specialists, Fire Protection Engineers and Project Managers shall be included in the submission. The aforementioned personnel must be professionally licensed or accredited in their discipline. Other consultants such as cafeteria designer and kitchen consultants should be provided on an as needed basis. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member's experience. List only the team members who will actually perform major tasks under this contract. A Historic Architect knowledgeable in the Secretary of the Interior's Standards for the Treatment of Historic Properties, the Section 106 process, and skilled in submissions for review by the State Historic Preservation Officer, Commission of Fine Arts, the National Capitol Planning Commission, and the Advisory Council on Historic Preservation is a requirement of this contract. The resumes of key personnel shall not be counted as part of the 50-page limitation. Criterion 2: Specialized/Recent Team Experience (SF 330, Part 1, Section F, G & H): Demonstrate specialized experience, within the past five years, of the firm and its consultants in the design of five (5) completed renovation projects of similar size and complexity and five (5) completed new construction projects. Similar size is defined as meeting the following two (2) conditions: 1. Building shall be a minimum of one million (1,000,000) gross square feet area and multi-storied. Each construction/renovation phase shall be a minimum of one hundred thousand (100,000) gross square feet. 2. Each renovation project shall be a minimum of $15 million. Complexity is defined as meeting the following six (6) conditions: 1. Project in a historic building. 2. Building fully occupied during construction period except for the construction areas. 3. Construction work involving normal and after hours including weekends and holidays. 4. Performed infrastructure improvement services noted under "BACKGROUND" paragraph in page 1. 5. Prepared documents in compliance with applicable security and safety requirements. 6. Done hazardous materials abatement plan like asbestos, lead and air quality analysis. The submittals shall show designs for existing facilities and new facilities including projects involving a) architectural space alterations; b) preservation of historic buildings; c) HVAC systems; d) primary and secondary electrical systems; e) energy conservation retrofit involving mechanical and electrical systems; f) facility environmental health and safety such as asbestos abatement, lead abatement, air quality analysis; g) life safety and fire protection systems; h) telecommunication systems; i) security systems; and j) space programming and planning. Submission Requirements: For the team presented, provide five (5) completed renovation projects of similar size and complexity and five (5) completed new construction projects that best illustrate overall team experience working together as described above. Include within block 24 of SF 330, Section F, a brief narrative for each project. Discuss effectiveness by conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the customers' requirements. Identify the project design budget for construction versus the construction contract award cost; identify the type of construction contract (low bid, negotiated fee, cost plus); give number and value of construction change orders; give the project schedules for design and construction with scheduled completion versus actual completion; and provide federal agency performance evaluations. Identify both a project client and an end-user point of contact with current phone numbers and email addresses for each project. SF 330, Section G: Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. Utilize the projects listed in Section F. Criterion 3: Management and Resources (SF 330, Part I, Section H): Firm must be able to accomplish at least three (3) concurrent multi-disciplined large projects within the required time based on sufficient staff and resources to meet changing priorities or project demands, the firm's present and projected workload and emphasis on this contract and its past record of meeting schedules for concurrent projects; have clear organization structure and describe management approach; clearly specify the roles and responsibilities of personnel. Submission Requirement: Describe firm's capacity to accomplish work in required time frames. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Indicate specialized equipment available. Demonstrate experience managing Indefinite Delivery Indefinite Quantity contracts. Criterion 4: Past Performance (SF 330, Part 1, Section H): Firms will be evaluated on past performance with Government agencies and private industry with respect to quality of work, compliance with schedules, and cost control. Submission Requirement: The prime and sub-consultants, including architects, MEP engineers, structural engineers, LEED Accredited Professional's, and historic preservation architects, will provide a list of Federal contracts awarded in the last 36 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. For each project provided as experience under Criterion 2, list any applicable awards and commendations. Other performance evaluation results and awards may also be listed separately. Identify the reference agency or company issuing the evaluation or award or commendation and applicable dates. If a federal contract, list the evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, then state so. Firms should describe the current quality control programs in place to produce a well organized, accurate and fully coordinated set of contract documents free of design errors and omissions. Indicate cost control procedures and what team member is responsible for monitoring these processes: internal quality control (QC) and internal quality assurance (QA). Specify how QA/QC will be executed on this contract, who will be in charge, and who will be the key personnel in this contract's QA/QC procedures. Evaluations of past performance and experience may include information provided by the firm, client inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. Points of contact provided in other criterion may be contacted. Criterion 5: Construction Management Services (SF 330, Part 1, Section H): Demonstrate the ability to provide construction inspection and management services, as evidenced by qualifications and experience of the firm, staff, and consultants in providing construction management or inspection services for relevant similar projects. Provide a list of projects where construction inspection and management services were provided. Indicate what services were actually provided for these projects. Criterion 6: Sustainable Design (SF 330, Part 1, Section H): Show experience and demonstrated success in achieving sustainable design, energy conservation, pollution prevention, carbon foot print reduction and the use of recovered, recycled and bio-based materials in facility design. Highlight projects that received Leadership in Energy and Environmental Design (LEED) Silver, Gold and Platinum certification by the Green Buildings Certification Institute. Clearly indicate the prime and sub-consultants roles in these projects. Criterion 7: Location (SF 330, Part 1, Section H): A/E firm's main office responsible for performing contractual obligations, sub-consultants' offices, joint venture partnership's offices and mentor/protégée's offices must be within a 60 mile commute to USDA Headquarters, 1400 Independence Ave. SW, Washington, DC 20250 by Personally Owned Vehicle (POV) or Washington Metropolitan Area Transit Authority (WMATA). Firm's demonstrated knowledge of the general Washington, DC metropolitan area in which the projects will be primarily located is desired. Submission Requirements: Describe and illustrate the team's in depth knowledge of the Washington, DC metropolitan area in relation to the practice of architecture and engineering as well as the team's availability to work in the Washington, DC metropolitan area. Provide location of A/E's office, sub-consultants' offices, joint venture partnership's offices and mentor protégée's offices. SUBMISSION REQUIREMENTS: Submit SF 330 Parts I and II. Refer to instructions contained in SF 330. The SF 330 is limited to 50 pages, 8.5"x11." Submit the following: a) One (1) original and five (5) copies of SF 330 for the prime offeror (SF 330 should also include team's sub-consultants) addressing the selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the SF 330 being submitted by the firm. The required services indicate a broad service type in the architectural/engineering disciplines and allied professions. The government will place greater value on a thorough explanation of a service using a subtype example, as opposed to providing brief explanations of every subtype in a service. SF 330, Part I, Section A: Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF 330, Part I, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key sub-consultants and office quality control. Note: All individuals listed on the organization chart are not required to have a resume in SF 330, Part 1, Section E, such as administrative or lower level engineering position. However, if the individual's ability, skills, and knowledge are integral to the firm's capability, professionalism and qualifications, a resume shall be included. This organization chart shall not be counted as part of the 50-page limitation. This chart must be affixed to the submittal to avoid separation in handling. SELECTION INTERVIEW REQUIREMENTS: Interviews will be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain the firm's management and abilities. Elaborate presentations are not desired. Final selection of the firm(s) will be based on a combined score of the SF 330 submittal and interview. If selected for an interview, each A/E shall present at least three (3) renovation project examples and at least two (2) new construction project examples. All examples shall include drawings and specifications, final detailed cost estimates, the original budget, and a summary of the project scope and objectives. ADDITIONAL INFORMATION: All information must be included in the SF 330 package (cover letter, attachments, and excess number of pages will be excluded from the evaluation process). Per FAR 52.204-7, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at http://www.ccr.gov. Those firms that meet the requirements in this announcement and wish to be considered must submit a typed SF 330 per submission requirements herein, to: USDA Procurement Operations Division, Reporters' Building, Suite 381, Attn: Mr. Todd J. Lennox, 300 7th SW, Washington, DC 20024, no later than 12:00 p.m. eastern standard time (EST), on January 14, 2009. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile or electronic submittals will not be accepted. Firms are informed that the SF 254/SF255 are no longer permissible will not be reviewed or considered. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the architect or engineer (i.e., State registration number). The maximum contract value, as an aggregate total, may not exceed $50,000,000 over five (5) years. The minimum aggregate fee amount for the life of the contract, which includes the base period and all options exercised, is $250,000. The maximum value of individual task orders executed under this contract may not exceed $8,000,000 per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four (4) one-year option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The hourly rates will be negotiated for each calendar (12-month period) year and are independent of which option year is in effect. The government may exercise the option period unilaterally. Estimated start date for this contract is April 2010. Government reserves the right to award one or more contracts under this announcement. If multiple awards are made, the government reserves the right to compete future tasks between those firms awarded a contract under this announcement. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries or affiliates of the firm. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the FEDBIZOPPS website at http://www.fedbizopps.gov for any revisions to this announcement or other notices. E-mail address for inquiries is todd.lennox@usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-10-0016/listing.html)
- Place of Performance
- Address: Washington, DC; New Orleans, LA; and Kansas City, MO; Metropolitan Areas, Washington, District of Columbia, 20024, United States
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN02023438-W 20091216/091214234814-73d4e0217f2aeccf24d4568ddf717678 (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 |