SOLICITATION NOTICE
R -- OCCUPATIONAL HEALTH EXPOSURE REVIEW - ATTACHMENT D - ATTACHMENT B - ATTACHMENT E - ATTACHMENT C - Attachment A
- Notice Date
- 4/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
- ZIP Code
- 20405-0000
- Solicitation Number
- HE1AA-Q-13-0029
- Point of Contact
- Diane P. Taylor, Phone: 703-603-8295
- E-Mail Address
-
diane.taylor@gsa.gov
(diane.taylor@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- LETTER FROM THE US OFFICE OF THE SPECIAL COUNSEL TO US GENERAL SERVICES ADMINISTRATION FEB 28 2013 US DEPARTMENT OF HEALTH AND HUMAN SERVICES EVALUATION REPORT INSPECTOR GENERAL OF U.S. GENERAL SERVICES ADMIINISTRATION EVALUATION REPORT US DEPARTMENT OF ENERGY AUDIT REPORT US ENVIRONMENTAL PROTECTION AGENCY EVALUATION REPORT 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 the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ number HE1AA-Q-13-0029 is issued as a request for quotation (RFQ). This is a simplified acquisition 100% set aside for small businesses; NAICS 541620 SIZE 14 MILLION. ENVIRONMENTAL CONSULTING SERVICES IN SUPPORT OF AN OCCUPATIONAL HEALTH EXPOSURE REVIEW SUBMITTED TO THE U.S. OFFICE OF THE SPECIAL COUNSEL STATEMENT OF WORK 1.0 GENERAL The General Services Administration (GSA) seeks to award a firm fixed price Task Order contract to an environmental consulting services contractor. As described in a letter dated February 28, 2013 from the U.S. Office of Special Counsel (OSC) to the GSA Administrator related to a Whistleblower disclosure (the OSC Letter), a retired GSA employee has made a number of allegations concerning the work environment at the Bannister Federal Complex (BFC) in Kansas City, Missouri. Pursuant to 5 U.S.C. 1213, OSC requested that GSA investigate the allegations and provide OSC a report on the results of that investigation. The requirements of 5 U.S.C. 1213(d) is found in the Enclosure appended to the OSC Letter which is attached to this SOW. 1.1 SCOPE The contractor shall produce an investigation report that answers a request made by the U.S. Office of Special Counsel (OSC) to the Administrator of General Services for GSA to conduct an investigation and to timely submit an agency report to OSC on the subject matter. See attached letter dated February 28, 2013 (OSC Letter). The content of the contractor's report must satisfy the requirements set forth in 5 U.S.C. Sec. 1213(d). Specifically, the contractor will be tasked with conducting an investigation of the allegations raised by a retired GSA employee regarding a hazardous work environment at a federal facility known as the Bannister Federal Complex (BFC) in Kansas City, Missouri. Those allegations are recounted in the OSC Letter and summarized below in Section 2.0, B., Allegations. 2.0 TASKS The Contractor shall investigate the allegations found in the OSC Letter to determine if they are true in whole or in part, and to determine the potential harm attributable to each of the allegations that have been verified. NOTE: The Government does not expect the Contractor to redo any environmental studies already conducted or conduct any new environmental studies. To begin its investigation and analysis of the allegations, the contractor will first review and analyze all the existing documentation, studies and reports related to environmental hazards at the BFC. The Contractor shall then interview the former GSA employee (the complainant) who initiated the whistleblower disclosure. The contractor will interview other persons knowledgeable about operations at BFC on relevant points. Based on the sum of the information gathered during its investigation, the Contractor will prepare a Report addressing all of the allegations found in the OSC Letter. Specific : A. Existing Environmental Studies and Reports Several environmental studies of the BFC have been conducted and can be found at this link: http://r6.gsa.gov/bannister/. Additional records and background information concerning the complainant's working conditions at BFC will also be made available in the offices of the GSA Region 6, Kansas City, Missouri. These additional records have been ordered from the Central Processing Center record archives and will be made available upon contract award. The volume additional records are expected to be less than those available at the website above. B. Allegations In performing the investigation, the contractor shall, at a minimum, investigate and address each of the following particular allegations. (1) In 2011, the National Institute for Occupational Safety and Health (NIOSH) conducted a health hazard evaluation (HHE) at GSA's request in response to concerns about adverse health effects possibly associated with contamination of soil and groundwater by the Plant. The evaluation did not include the Kansas City Plant (the Plant) or its employees, but only those who worked at GSA or a tenant agency other than the Plant. (2) The HHE did not consider a subset of GSA Maintenance and Operations employees, including Plumber- Pipefitters, Electricians, and Air Conditioning Mechanics, who performed work at the Plant (a group which the complainant alleges he was a member). (3) In 1988, a chest x-ray of complainant taken as a part of medical monitoring of employees showed pleural changes, consistent with exposure to hazardous materials. Subsequent chest x-rays in 1989 and 1990 also identified pleural changes. GSA retained a different physician to review chest x-rays, and in 1991, the complainant's reading was normal. Four other Maintenance and Operations employees also had positive readings between 1988 and 1990, and negative readings in 1991. (4) Complainant contends that GSA failed to comply with Occupational Safety & Health Administration regulations contained in Title 29 of the Code of Federal Regulations, when it accepted the negative findings in the 1991 chest x-rays. He asserts that the abrupt change in findings was the result of the GSA's failure to use an appropriately classified radiologist as required by 29 CFR 1910.1001, Appendix E, and an attempt to negate prior findings indicating the health consequences of exposure to asbestos, beryllium or other toxins. After complainant challenged the 1991 findings, the doctor reading the chest x-rays reviewed his films again and qualified the negative finding, asserting that fat deposits may have caused the pleural changes. Subsequent x-rays in 1992, 1993 and 1994 reflected the positive findings previously identified. (5) Since he retired in 1994, complainant has not been offered testing by GSA. (6) Complainant asserts that current GSA Maintenance and Operations employees are not currently being offered medical monitoring following exposure to asbestos as required by 29 CFR 1926.1101. He stated that employees have been offered only annual pulmonary function tests, rather than the comprehensive physical examinations required by Part 1926. (7) Complainant and approximately 40 other Maintenance and Operations employees worked at the Plant while employed by GSA. These employees worked extensively in the fan rooms, both in the Plant and on the GSA-controlled portion of the site, physically changing large roll filters that captured contaminants. Complainant explains that he worked in fan rooms that were common to both the GSA-controlled portion of the Complex and the Plant. All of the fan rooms at GSA drew outside air into the building from nearby ventilation stacks from the Plant. In addition, Complainant reports that water from the DOE-controlled portion of the site traveled to the GSA-controlled portion, and he and other Maintenance and Operations employees were responsible for pipe repairs occasioned by the breaks or leaks on the DOE-controlled portion of the site. (8) Complainant stated that he and other Maintenance and Operations employees regularly performed maintenance and repairs on the sewage ejection system. The sewage systems for the GSA-controlled portion of the site and the Plant were shared, at least at the level of the pits to which all sewage flowed before being pumped up and out of the facility. Thus, contaminants disposed of at the Plant, including, for example, the chemical residue from barrel- washing operations, were washed into common pits, which were then pumped to the street level. When a sewage back-up occurred, potentially contaminated sewage was released into the GSA-controlled side. (9) Complainant reports that the agency has not taken sufficient action to protect employees from the hazards known to exist at the Complex. Such actions include notifying employees of the potential for exposure, and providing a medical surveillance program for all employees who were exposed at or above a permissible exposure limit. (10) In contrast to the comprehensive medical surveillance program in place for DOE employees and former employees who worked at the Plant, GSA has not established a comprehensive medical monitoring program for its own employees. Nor are GSA employees who worked at the Plant recognized as a Special Cohort eligible for compensation for illness caused by their employment under the Energy Employees Occupational Illness Compensation program, despite their exposure to the same contaminants that affected Plant employees. Many of the Maintenance and Operations employees who worked at the Plant have since died. (11) None of the investigations, audits, or evaluations performed by GSA, DOE, and NIOSH examined the potential exposures of GSA employees who performed work at the Plant. The GSA OIG investigation found that "...prior to 2010, [GSA] did not have a strong environmental management program for the Complex," and "without a comprehensive historical perspective, there is insufficient evidence to conclude that occupants at the Complex were not exposed to hazardous toxins." The GSA OIG review concentrated on the time period 1999 through 2010. No historical review or investigation of employee health hazards has been completed for the time period prior to 1999. Complainant asserts that such a review is necessary in order to establish the exposures GSA employees may have experienced as a result of the cross-contamination from the Plant, as well as from working on Plant equipment on DOE-controlled property. 2.2 Deliverables The contractor shall provide a "draft final" and final report. DESCRIPTION DUE DATE DRAFT FINAL REPORT 45 DAYS After Receipt Of the Order (ARO) FINAL REPORT 2 ON OR BEFORE 60 DAYS ARO Unless otherwise stated, any reference to days refers to calendar days. All deliverables will be provided electronically to the Contracting Officer's Representative. C. The Contractor's Report The contractor shall use the results of its investigation into the allegations to prepare a report that satisfies the requirements set forth in 5 U.S.C. Sec. 1213(d), which calls for the following content: (1) A summary of the information with respect to which the investigation was initiated; (2) A description of the conduct of the investigation; (3) A summary of any evidence obtained from the investigation; and (4) A listing of any violation or apparent violation of any law, rule or regulation. 3.0 PLACE OF PERFORMANCE/HOURS OF OPERATION The primary place of performance will be the Contractor's site. However, the Contractor may be required to travel to government locations to access records or the complainant's residence. Access to government facilities will be coordinated through the Contracting Officer's Representative. 4.0 PERIOD OF PERFORMANCE The period of performance of this task is from the date of award through 60 calendar days. 5.0 POINTS OF CONTACT The Contracting Officer shall be: Diane P. Taylor GSA, Central Office Contracting Division (H1E) Office of Administrative Services 1275 First Street, NE Washington, DC 20417 Work: 703-603-8295 Diane.Taylor@gsa.gov The Contracting Officer's Representative (COR) shall be: TBD: Provided at award. 6.0 Deliverable Inspection and Acceptance by the Government The Government will review and verify the draft final report identified in Section 2.2. Inspection and acceptance of the draft final report procedures are as follows: The Government will provide written notification of acceptance, comments, and/or change requests or rejection within five (5) business days from receipt by the Government, of the draft final report. This notification will be issued by the COR and will be accompanied by specific reason(s) for change and/or rejection. 6.1 Section 508 Compliance Requirements Unless the Government invokes an exemption, all Electronic and Information Technology (EIT) products and services proposed shall fully comply with Section 508 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794d, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR 1194. 6.2 Invoicing and Payment The payment office will be identified on the Task Order. Each invoice will contain the Task Order Number, Contract Number, Total Dollars Invoiced, Invoice Number and Pegasys Document Number (PDN), and task being invoiced. The Contractor will be paid by Electronic Funds Transfer (EFT). 6.3 Unauthorized Disclosure The contractor will protect from unauthorized disclosure any materials or information made available by the Government, or that the contractor has access to by virtue of the provisions of this Task Order, that are not intended for public disclosure. Contractor staff may have access to privileged and confidential materials of the United States Government. These printed and electronic documents are for internal use only and remain the sole property of the United States Government. Some of these materials are protected by the Privacy Act of 1974 (AMENDED) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials is a criminal offense. Each Contractor employee will be given access to only the information and facilities needed to perform the work associated with the task order. 6.4 Travel Travel will be reimbursed to the extent allowable pursuant to the Federal Travel Regulations (FTR)/JOINT TRAVEL REGULATIONS (JTR)/ Department of State Standardized Regulations (DSSR). Airfare shall be the prevailing rates for commercial airlines at coach class. When required, the most dependable means of ground transportation (i.e., taxi, bus, train, car rental) shall be used. All requests for Travel must not exceed the total amount identified for travel. Any cost above the not to exceed amount must be approved by the GSA Contracting Officer's Representative (COR) prior to incurring costs. 7.0 Specific Security Requirements The Contractor will ensure that personnel working on or having access to material related to this Task Order complete a confidentiality agreement prior to employment. The Contractor personnel involved in the management, operation, programming, maintenance, and/or use of information technology must be aware of these responsibilities and fulfill them. Detailed security responsibilities for the Contractor are found in the GSA Orders/Handbooks listed in the below table and are publically available on www.gsa.gov. GSA Orders and Handbooks Description GSA Order CIO 2100.1, GSA Information Technology (IT) Security Policy Describes policy and responsibilities for GSA's IT security program. GSA Order CIO 2160.2, GSA Electronic Messaging and Related Services Provides detailed guidance on acceptable use of GSA electronic mail. GSA Handbook PMS P 5930.1, GSA Internal Physical Security Provides a comprehensive listing of physical requirements and guidelines. GSA Handbook ADM P 9732.1D, Suitability and Personnel Security Describes the criteria and responsibilities for determining security clearance requirements and ensuring personnel with IT related responsibilities are properly cleared. GSA Order CIO P 2181.1, Homeland Security Presidential Directive 12 Personal Identity Verification and Credentialing Describes the policies and procedures relating to the implementation of HSPD-12 requirements within GSA GSA Order ADM 1800.3B CHGE 1 Safeguarding Sensitive unclassified information Policy on Safeguarding Sensitive unclassified information The Contractor shall comply with GSA Order CIO 2100.1 GSA Information Technology (IT) Security Policy and GSA Order ADM 9732.1D Suitability and Personnel Security. GSA separates the risk levels for personnel working on Federal computer systems into three categories: Low Risk, Moderate Risk, and High Risk. Criteria for determining which risk level a particular contract employee falls into are shown in Figure A-1 of GSA Order ADM 9732.1D. Those contract personnel determined to be in a Low Risk position will require a Minimum Background Investigation (MBI). Those contract personnel determined to be in a Moderate Risk position will require either a Limited Background Investigation (LBI) or a Minimum Background Investigation (MBI) based on the Contracting Officers Representatives (COR) determination. Those contract personnel determined to be in a High Risk position will require a Background Investigation (BI). All contract personnel are required to have at least an MBI or higher in order to begin work on this Task Order as it requires working with Personally Identifiable Information (PII). All files, records, papers, or machine-readable materials created or revised, using equipment or material provided under this Task Order, are the property of the Government. The Contractor will not replicate or reproduce information unless specifically approved in writing by the GSA Contracting Officer or the GSA COR. The Contractor will adhere to all rules, regulations, and procedures relating to security and confidentiality for work performed and any information handled in the course of this work. If Contractor-furnished equipment and material is used, the Contractor will be responsible for ensuring that only commercial, duly licensed software is used. Under no circumstances may "bootleg", "pirated," or other unofficial copies of software be installed on equipment. Within one working day of any written request from the GSA Contracting Officer, the Contractor will furnish proof of legitimate purchase, or license, of the software use. 8.0 Proposal and Submission Instructions This acquisition will be conducted under FAR Part 12. The Offeror will prepare and deliver a proposal to include a Technical and a separate Price quote. The below table shows the page limits to which Offeror submissions must adhere. The price proposal does not have page limits. Technical Proposal is limited to 31 single-sided pages with a minimum 12-point font size text with no reduction permitted except in organization charts or other graphic illustrations. Page margins should be at least 1 inch on the top, bottom and sides. In those instances where reduction is allowable (no smaller than 10 point reduction recommended) offerors shall ensure that the print is easily readable. Foldouts for complete spreadsheets or organization charts are permissible up to 11" by 17" and shall count as two pages. Volume Section Page limit 1 Technical Proposal Transmittal/Cover Letter 3 Section 1-Demonstrated experience in writing reports in response to work site environmental and safety audits and investigations. 20 Section 2 - Project Plan/Milestone Schedule 10 2 Past Performance 1 3 Price Proposal NA Technical Proposal (Volume I) Each Offeror's technical proposal must have the following sections: Transmittal/Cover Letter The Offeror's transmittal/cover letter for the proposal must contain the company's Tax ID number and DUNS number as well as the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. Section 1 (Demonstrated Experience): The Offeror shall describe its experience in writing reports in response to worksite environmental and safety audits and investigations. The offeror has specific experience with Federal Occupational Safety and Health Administration (OSHA) requirements. The Offeror must provide information about five (5) work engagements. Include a brief description of the work performed and its relevance to this Task Order, as well as the scope, duration, and dollar value of the referenced work. This information should reflect the Offeror's knowledge of and applicable experience with the requirement described in this RFQ. The proposal shall clearly identify all exceptions and assumptions upon which the proposal is based. Section 2 (Project Plan/Milestone Schedule) : The Offeror must describe its approach to completing each of the tasks in Section 2.0, to include subtasks for performing each primary task and the time frames/milestones for each task/subtask. Volume 2 Past Performance For each of the five (5) engagements provided under Demonstrated Experience, the Offeror must provide a client reference (a point of contact that GSA may contact), including full name, phone number and email address. The point of contact must be responsible individual at the client for whom the Offeror performed work, who possesses direct knowledge of the work and deliverables the Offeror provided. The Government will contact each of the references provided under Factor 1, Demonstrated Experience to assess the Offeror's past performance history. In addition, information available in the Past Performance Information Retrieval System (PPIRS) will be reviewed. Volume 3 Price Proposal The Offeror shall furnish a comprehensive solution to include all materials, tools, equipment, expertise, and labor to perform the work required by this solicitation and the awarded task order. The Contractor shall perform all work in accordance with this task order. The Offeror shall provide a firm fixed price to perform all the tasks identified in this RFQ. For evaluation purposes, the Offeror shall provide the associated labor categories. In addition, to the firm fixed price, the Offeror shall provide an estimate of travel expenses, to include a rationale for each trip proposed. NOTE: Travel will be awarded as a "not to exceed" amount. The price proposal shall clearly identify any price assumptions that impact the firm fixed price. Offerors must submit written questions to the Contracting Officer on or before April 25, 2013, no later than 10:00AM Eastern Standard Time (EST). Questions by telephone will not be permitted. Questions received by GSA after this date will not be considered. Questions should be sent to: diane.taylor@gsa.gov. The Offeror's proposal response to this RFQ is due no later than 3:00PM, Eastern Standard Time (EST) on May 10, 2013. Quotations should be submitted via e-mail to: diane.taylor@gsa.gov 8.1 Evaluation Factors Award of a task order will be based on best value to the Government. The three technical/non-price factors listed below will be used to evaluate each proposal. Technical/Non-Price Factors: Factor 1: Demonstrated experience in writing reports in response to worksite environmental and safety audits and investigations. Factor 2: Project Plan/Milestone Schedule Factor 3: Past Performance Technical factors will be assigned a rating using adjectival ratings/definitions. Each of the three technical (non-price) factors is of equal importance. Excellent - Demonstrates strong work experience of high quality on projects of similar scope, duration and dollar value. Experience demonstrates a high probability of success with low risk. The Project Plan shows a firm understanding of the requirement and is a sound methodology for accomplishing the tasks in Section 2.0. The proposed schedule is realistic and demonstrates a clear understanding of the time constraints. For past performance, reference and PPIRS feedback is highly favorable and past customers indicate a high likelihood of doing business with the company again, if the opportunity arises. Proposal exceeds the requirements in many areas and has no deficiencies or significant weaknesses. Good - Demonstrates good work experience of acceptable quality on projects of similar scope, duration and dollar value. Experience demonstrates a good probability of success with minimal risk. The Project Plan shows a good understanding of the requirement and is a reasonable methodology for accomplishing the tasks in Section 2.0. The proposed schedule is realistic and demonstrates an understanding of the time constraints. For past performance, reference and PPIRS feedback is generally favorable and past customers indicate a likelihood of doing business with the company again, if the opportunity arises. Proposal meets the requirements in many areas and has no deficiencies and no significant weaknesses. Minor weaknesses are allowed if they can easily be resolved through clarification. Poor - The proposal is deficient and lacks essential information to substantiate data presented. Requires clarification in many areas. A proposal may receive a rating of Poor for any of the following reasons: Proposal contains many and significant weaknesses Proposal/approach puts the Government at unnecessary risk Proposal lacks an understanding of the requirements Proposal omits required and pertinent information in major areas Proposal shows limited or no experience with OSHA 8.2 Basis for Award Pursuant to FAR Part 12, award will be made to the responsible Offeror whose offer, conforming to the RFQ, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the three technical/non-price factors combined are significantly more important than the price. The Government intends to award without discussions. The Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. ATTACHMENTS ATTACHMENT A - LETTER FROM THE U.S. OFFICE OF THE SPECIAL COUNSEL TO U.S. GENERAL SERVICES ADMINISTRATION (FEB. 28 2013) ATTACHMENT B - U.S. DEPARTMENT OF ENERGY AUDIT REPORT ATTACHMENT C - U.S. DEPARTMENT OF HEALTH AND HUMAN SERVICES EVALUATION REPORT ATTACHMENT D - U.S. ENVIRONMENTAL PROTECTION AGENCY EVALUATION REPORT ATTACHMENT E - INSPECTOR GENERAL OF U.S. GENERAL SERVICES ADMINISTRATION EVALUATION REPORT All potential offerors note that the following provisions apply to this acquisition and will be used. 52.212-1 Instructions to Offerors-Commercial Items (OCT 2008). 52.212-2 Evaluation-Commercial Items (Jan 1999). See below. 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). See attached and submit with proposal. 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009). The following clauses are incorporated by reference in 52.212-5 paragraph (a): 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); paragraph (b): 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52-222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.232-36, Payment by Third Party(FEB 2010)(31.U.S.C.3332), 52.239-1, Privacy or Security Safeguards(Aug 1996) (5 U.S.C. 552a), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (FEB 2009) (Applies to all contracts) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s. proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). This acquisition incorporates the additional FAR clauses: 52.204-7 Central Contractor Registration (APR 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil Additional instructions to the offerors: 1. All quotes must be received via e-mail not later than closing date: 10 May 2013 03:00 PM EST. No extensions will be granted. 2. All responsible business may submit a quote that shall be considered. Submit inquires and quotations to Central Office Contracting Division, E-mail:diane.taylor@gsa.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR is www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/ACM-D/ACM-D/HE1AA-Q-13-0029/listing.html)
- Place of Performance
- Address: Bannister Federal Complex, Kansas City, Missouri, 64131, United States
- Zip Code: 64131
- Zip Code: 64131
- Record
- SN03042560-W 20130424/130422234640-1dbc6e58f64a65545a6b22c07b80d253 (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 |