Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2012 FBO #4033
SOLICITATION NOTICE

R -- Logistics Support Services for Vrane, IN.

Notice Date
12/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018913R0006
 
Response Due
12/18/2012
 
Archive Date
1/2/2013
 
Point of Contact
Manuel E. Miranda 757-443-1423
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 “ Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF A SOLICITATION WILL NOT BE AVAILABLE. The Request for Proposal (RFP) number is N00189-13-R-0006. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk VA, 23511-3392 intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed-Price provisions for non-personal logistics and supply support services for NAVSUP FLC Supply Management Department Mid West (SMDMW) Crane, IN with a base year and two (2) one-year option periods. The North American Industry Classification System code for this acquisition is 541614 and the small business size standard is $14.0 M. This solicitation document incorporates provisions and clauses in effect through FAC 2005-53 and the Defense FAR Supplement (DFARS) interim and final rules. It is the responsibility of the contactor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is a competitive, unrestricted action. NAVSUP FLCN Contracting Department requests responses from qualified sources capable of providing the propane. FOB Destination applies. Responsibility and Inspection; unless otherwise specified, the supplier will be responsible for the performance of all inspection requirements and quality control. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. The following FAR and DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-9 “ Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-99 (Dev) System for Award Management Registration (Deviation) AUG 2012 52.212-1 - Instructions to Offerors - Commercial Items (FEB 2012) 52.217-5 “ Evaluations of Options 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.212-3 - Offeror Representations and Certifications--Commercial Items (APR 2012) Alternate I (APR 2011) 52.212-4 “ Contract Terms and Conditions “ Commercial Items (FEB 2012) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012) 52.203-6 “ Restrictions on Subcontractor Sales to the Government (DEP 2006) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6 “ Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 “ Prohibition on Contracting with Inverted Domestic Corporations 52.219-9 - Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 52.219-16-Liquidated Damages-Subcontracting Plan (JAN 1999) 52.219-28 - Post Award Small Business Program Representation (APR 2012) 52.222-3 - Convict Labor (JUN 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 “ Equal Opportunity for Veterans (SEP 2010) 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 “ Employment Reports on Veterans (SEP 2010) 52.222-40 “ Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 “ Employment Eligibility Verification (JAN 2009) 52.223-18 - Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13- Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33- Payment by Electronic Funds Transfer-CCR (OCT 2003) 52.222-41 - Service Contract Act of 1965 (Nov 2007) 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-43, Fair Labor Standards Act and Service Contract Act ”Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) 52.215-20- Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data (OCT 2010) 52.216-1 “ Type of Contract (APR 1984) 52.233-1 “ Disputes (JUL 2002) 52.233-2 “ Service of Protest (SEP 2006) 52.252-1- Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 “ Clauses Incorporated by Reference (FEB 1998) 252.201-7000 “ Contracting Officer ™s Representative 252.203-7005 “ Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 “ Control of Government Personnel Work Product (APR 1992) 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.209-7004 - Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (DEC 2006) 252.215-7007 “ Notice of Intent to Resolicit (JUN 2012) 252.215-7008 “ Only One Offer (JUNE 2012) 252.212-7000 “ Offeror Representations and Certifications “ Commercial Items (JUN 2005) 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012) 52.203-3 Gratuities (APR 1984) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7012 “ Preference for Certain Domestic Commodities (JUN 2010) 252.225-7021 “ Trade Agreements (JAN 2012) 252.243-7002 “ Requests for Equitable Adjustment (MAR 1998) 252.247-7023 “ Transportation of Supplies by Sea (MAY 2002) 252.225-7020- Offerors Representations and Certifications “ Commercial Items 252.227-7013 “ Rights in Technical Data “ Non-commercial Items (FEB 2012) 252.232-7006 “ Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 - Levies on Contract Payments (DEC 2006) Full Text Clauses 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than X001, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of X001; (2) Any order for a combination of items in excess of X001; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 22 December 2015. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) 252.216-7006 ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 12/23/2012 through 12/22/2015. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) In addition, the following NAVSUP FLCN clauses apply; 5252.204-9400 CONTRACTOR ACCESS TO FEDERALLY CONTROLLED FACILITIES AND/OR UNCLASSIFIED SENSITIVE INFORMATION OR UNCLASSIFIED IT SYSTEMS (May 2010) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 “ œDoD Implementation of Homeland Security Presidential Directive “ 12 (HSPD-12)  dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DoD/DoN instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor ™s Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command ™s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor ™s Security Representative. The Contractor ™s Security Representative shall be the primary point of contact on any security matter. The Contractor ™s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor ™s Security Representative must submit for all employees each of the following: * SF-85 Questionnaire for Non-Sensitive Positions * Two FD-258 Applicant Fingerprint Cards * Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. Sensitive Positions Contractor employee whose duties require accessing a DoD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DoD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: * SF-85P Questionnaire for Public Trust Positions * Two FD-258 Applicant Fingerprint Cards * Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. To maintain continuing authorization for an employee to access a DoD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor ™s Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access When access to IT systems is required for performance of the contractor employee ™s duties, such employees shall in-process with the Navy Command ™s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual ™s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command ™s Security Manager at least 30 days prior to the individual ™s start date. Failure to provide the required documentation at least 30 days prior to the individual ™s start date shall result in delaying the individual ™s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor ™s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process The Contractor ™s Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command ™s Security Manager. The Contractor ™s Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command ™s Security Manager. Forms and fingerprint cards may be obtained from the Navy Command ™s Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee ™s anticipated date for reporting for duty. The Navy Command ™s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command ™s Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command ™s Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command ™s Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee ™s performance under the contract. The Navy Command ™s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information. (End of Clause) 5252.243-9400 “ Authorized Changes Only by the Contracting Officer (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Catherine Purvis ADDRESS: NAVSUP Fleet Logistics Center Norfolk Contracting Department 1968 Gilbert St, Suite 600 Norfolk, VA 23511 757-443-1352 (End of Clause) 5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (FLC Norfolk) PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) CONTRACT ADMINISTRATION APPOINTMENTS AND DUTIES In order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned. 1. PROCURING CONTRACTING OFFICER (PCO) is responsible for: a. All pre-award information, questions, or data; b. Freedom of Information inquiries; c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/or d. Arranging the post award conference (See FAR 42.503). Name: Catherine Purvis Address: 1968 Gilbert St. Suite 600 Norfolk, VA 23511 Phone: 757-443-1352 2. CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for: a. Liaison with personnel at the Government installation and the contractor personnel on site; b. Technical advice/recommendations/clarification on the statement of work; c. The statement of work for delivery/task orders placed under this contract. d. An independent government estimate of the effort described in the definitized statement of work; e. Quality assurance of services performed and acceptance of the services or deliverables; f. Government furnished property; g. Security requirements on Government installation; h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Task order; and/or i. Certification of invoice for payment. NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the delivery/task order; or until the issue has otherwise been resolved. THE COR IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER. COR Name: Carol Steele Address: FISCN SMDMW CRANE Building 41SE Floor 1 Crane, IN 47522 Phone: 812-854-3477 (End of text) NMCARS 5237.102(90) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the rental services via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. (End of text) MINIMUM GUARANTEE As referred to in paragraph (b) of the œIndefinite Quantity  clause of this contract, FAR clause 52.216-22, the contract minimum quantity is $20,000.00 of the base period only. The maximum quantity is the total estimated quantity for each item as set forth in the schedule. The maximum quantity shall not be exceeded except as may be provided by formal modification to the contract. (End of text) Vendors are reminded to include a completed copy of FAR 52.212-3 and DFARS 252.225-7020 with their submissions. Due to space limitation, the following attachments are a part of this combined synopsis/solicitation document; AttachmentsTitlesNo. of Pages 1Contract Line Items4 2Instructions to Vendors6 3Performance Work Statement12 4Materials List2 5Quality Assurance Surveillance Plan / QASP Matrix2 6Requisitioned Government-Furnished Property Form1 7Scheduled Government-Furnished Property Form1 8Contract Administration Plan (CAP)4 9Wage Determination WD 05-2183 (Rev.-12)10 10DD254 Contract Security Classification Specification2 11Past Performance Information Form1 12Past Performance Report Form2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913R0006/listing.html)
 
Record
SN02944654-W 20121209/121207233955-fe11d2174947c7d5b8bc9c4a6591fb94 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.