MODIFICATION
J -- Repair of the Able Corporation’s 150lb Force Balance
- Notice Date
- 9/26/2011
- Notice Type
- Modification/Amendment
- NAICS
- 333997
— Scale and Balance Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- F4BWN01178AG02
- Archive Date
- 9/27/2011
- Point of Contact
- Heather M. Kedrowski-Gonzalez, Phone: 7193333979
- E-Mail Address
-
heather.gonzalez@usafa.af.mil
(heather.gonzalez@usafa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- For the Repair of the Able Corporation's 150lb Force Balance Combined/ Synopsis Solicitation IAW FAR 12.603 NOTE: updated Contract Specialist email to the following: heather.gonzalez@usafa.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a solicitation only; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation; reference number F4BWN01178AG02, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 4 Aug 2011 The North American Industry Classification System Code [NAICS] is 333997 and the size standard is 500 employees. This acquisition is not set-aside for small business and this request is posted as unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Division, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The USAF Academy has a requirement for the Repair of the Able Corporation's 150lb Force Balance with the salient characteristics provided below. The USAFA Aeronautics Department has determined these characteristics to be the only suitable features to provide the functionality they require. REQUIREMENT SPECIFICATIONS: The Aeronautics Department has a requirement to repair its Able Corporation's 150lb force balance. Required • Shall remove and replace the axial force element or gage of the 150 lb force balance. Bench test repaired balance to assure it falls within manufacturer specifications. • Manufacturer Specifications Include: • Load range for the axial force is 40lbs accuracy and is to be.25 % of full scale or better. • Output voltage less than 3 millivolts with 0 loads applied. • Interactions - Percentage interactions on any gage member caused by the application of full design load on any other gage member will fall within the following values: o 70% of the possible first order interactions will be less than or equal to.5%. o 20% of the remaining first order interactions will be less than or equal to 1%. • Sensitivity- Full load output of any gage member is approximately 1 millivolt per volt input. • Excitation.............................................................. 6 vdc • Normal force.......................................... 150 lbs. • Side force............................................................ 75 lbs. • Axial force...................................................... 40 lbs • Rolling moment................................................... 90 in/lbs. • Balance Manufacturer Name: Able Corporation • Balance Model #: 0.75 MK LIX Balance • Balance Serial #: 35440 These products must comply with the Buy American Act at DFARS 252.225-7001. Provide pricing for each of the following line items: LINE ITEM Description Qty Unit Price Extended Price Disassembly and Inspection 1 tiny_mce_marker ______ tiny_mce_marker __________ Axial Force Element 1 tiny_mce_marker ______ tiny_mce_marker __________ Refurbish Assembly Pin Holes 1 tiny_mce_marker ______ tiny_mce_marker __________ Assembly Balance 1 tiny_mce_marker ______ tiny_mce_marker __________ Check Load Calibration 1 tiny_mce_marker ______ tiny_mce_marker __________ Item Unique Identifier (IUID) Marking for the Axial Force Element 1 tiny_mce_marker ______ tiny_mce_marker __________ TOTAL PRICE $ _________________ The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addenda apply and can be reviewed below at the bottom of this notice. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Questions and responses should be addressed to the Primary POC Heather Kedrowski-Gonzalez, Contract Specialist, USAF Academy (719) 333-3979 heather.gonzalez@usafa.af.mil. Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929 or email to elizabeth.lawson@usafa.af.mil. The provision at 52.212-2 -- Evaluation -- Commercial Items applies to the acquisition. Addenda apply and can be reviewed below at the bottom of this notice. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical Technical is of equal importance to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. d. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition and the following addenda, applies: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (OCT 2010) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10, Reporting Subcontract Awards (JUL 2010) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28, Post-Award Small Business Program Representation (APR 2009) 52.222-3, Convict Labor (JUL 2010) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (AUG 2009) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50, Combat Trafficking in Persons (FEB 2009) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (attachment 1), must be completed, signed and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (JUN 2010) applies to this acquisition. Additional DFARS and local clauses cited in the clause applicable to this acquisition are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.232-7010, Advance Payment Pool (JUL 2010) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003, Electronic Submission of Payments Request (MAR 2008) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) 5352.242-9000, Contractor Access to Air Force Installations (AUG 2007) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 252.211-7003 Item Identification and Valuation. As prescribed in 211.274-5(a), use the following clause: ITEM IDENTIFICATION AND VALUATION (AUG 2008) (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD unique item identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) 5352.201-9101 Ombudsman (June 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-9018 FAX 719-333-9018 email: Kelly.Snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007): (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2005) The contractor shall submit their quote via email directly to the Contract Specialist Heather Kedrowski-Gonzalez (heather.gonzalez@usafa.af.mil ) NLT Monday, September 26, 2011, 1700 (MSTD). The Quote must include each line item as specified above, solicitation number, contact name, address, telephone number, email address of the offeror, unit price, extended price, any discount terms, FOB Destination, delivery terms, cage code, DUNS number, size of business (500 employees or less), and warranty information if applicable. 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS a. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Submitted quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and PART II- TECHNICAL. b. Specific Instructions: All quotes must supply the following information: 1. PART I - PRICE. Insert proposed UNIT and EXTENDED prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. 2. PART II- TECHNICAL. Offerors are responsible for including enough technical data and information in their quote submission on all offered services, products, systems, and components for the technical point of contact to make a reasonable determination that the services/products/systems/components offered are technically acceptable and conform to the government's requirements. The government will also consider technical approaches that are in the best interest of the government. ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). a. BASIS FOR CONTRACT AWARD: The Government intends to award contract to offeror which represents best overall value in accordance with FAR Parts 12 and 13. By submission of its offer, the offeror accedes to ALL solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. The government reserves the right to reject any offer that does not meet all requirements of the solicitation. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The evaluation will be conducted using simplified procedures outlined in FAR 13.106. In accordance with simplified procedures, contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. c. The evaluation process shall proceed as follows: Step 1. Rank all proposals by price. IAW FAR 13.106-2 The contracting officer is allowed to make comparative analysis of offers to establish best overall value to the government. Step 2. Evaluate all quotes for ability to meet all requirements of the solicitation. Offerors that do not conform fully to the solicitation will not be considered. Step 3. A technical evaluation will be performed on 2-3 of the lowest priced offers. Quotes will be evaluated on a pass or fail basis to determine the technical approach meets the government requirements stated above. Offers that show unquestionable ability to meet requirements listed above will receive a rating of "pass". Offers that do NOT provide enough information to show unquestionable ability to meet all repair requirements listed above will receive a rating of "fail". The Contracting Officer is not responsible for locating or obtaining any information not identified in their quote. If a quote cannot comply with every requirement that quote will not be technically acceptable. Offer will receive a technically rating of pass or fail. Step 3. Award will be made to the lowest priced offer that receives a rating of "pass" for Technical. NOTE: If you're unable to read the above posted information please reference the attached doc entitled: "FBO Combined SS_Balance Repair"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWN01178AG02/listing.html)
- Place of Performance
- Address: USAFA, CO 80840, USAFA, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02592650-W 20110928/110926235602-8e9cde805960d4c5f27448bc22b06e89 (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 |