SOLICITATION NOTICE
D -- Accessibility Solution for SharePoint 2010 - Attachment B - Attachment A - GPAT
- Notice Date
- 1/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-250-SOL-00018
- Point of Contact
- Kwasi Antwi,
- E-Mail Address
-
kantwi@hrsa.gov
(kantwi@hrsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- GPAT MUST be submitted with technical quote SF1449 Past Performance Information Questionnaire Survey THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 13.5 and SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular (FAC) 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25.5M. The purpose of this procurement is to procure a commercial-off-the-shelf (COTS) solution that will improve the accessibility of SharePoint at the Health Resources and Services Administration (HRSA). I. PROJECT TITLE Accessibility Solution for SharePoint 2010 II. BACKGROUND The Health Resources and Services Administration's (HRSA) Office of Information Technology, Division of Web Support and Collaboration Services supports SharePoint services for the Operating Division. Since HRSA's upgrade to SharePoint 2010, there has been a tremendous increase in user adoption and platform utilization. SharePoint 2010 now is used for internal collaboration, the HRSA intranet, business solutions that utilize workflow and some document and content management functions. However, SharePoint isn't completely accessible to persons with disabilities who use assistive technology and disabled users at HRSA have voiced complaints. The production SharePoint 2010 platform used by HRSA is hosted by the National Institutes of Health, Center for Information Technology via a service level agreement. The HRSA SharePoint Team administers and manages the server farm remotely. The farm consists of two load balanced web front end (WFE) servers, one non-load balanced WFE, a dedicated third party tools server and an application server. Data is managed in a SQL cluster. The staging/testing environment is housed off-site at the Sterling Data Center and mirrors the production site. The work requested is not for new development. III. PURPOSE/GENERAL DESCRIPTION The purpose of this procurement is to acquire a Commercial off-the-shelf (COTS) solution that will improve the accessibility of SharePoint at HRSA. Currently, SharePoint 2010 is not fully accessible to all users. HRSA staff who depend on assistive technology (i.e. JAWS screen reader or Dragon Naturally Speaking voice recognition) are limited in their use of SharePoint. The solution should eliminate these limitations and allow users of assistive technology an equivalent experience without changing the look and feel or usability of SharePoint for non-disabled users. IV. PERIOD OF PERFORMANCE The period of performance is one year with four (4) 12-month option periods for product maintenance and support. V. PLACE OF PERFORMANCE The work required shall be performed at the HRSA facility, Parklawn Building, 5600 Fishers Lane, Rockville, MD 20857 VI. TASKS 1. Provide a commercial off-the-shelf product that improves the accessibility of SharePoint 2010 and allows persons with disabilities who use typical assistive technology equivalent access to common SharePoint functions. Common functions that are inaccessible or difficult to use with assistive technologies include: •Navigating and using the menu ribbon •Filling-in form fields •Adding, editing and deleting documents in a SharePoint library •Adding, editing and deleting list items •Using blogs and discussion boards •Setting and managing alerts •Responding to SharePoint surveys •Creating lists and libraries (for those with administrative responsibilities) •Managing permissions and site access (for those with administrative responsibilities) 2. Facilitate the installation of the software on the HRSA SharePoint server farm that is hosted by National Institutes of Health/Center for Information Technology (NIH/CIT). 3. Provide a training overview to the HRSA SharePoint Team in order for them to be able to configure the solution and support end users. 4. Provide product maintenance and support. VII. QUALIFICATIONS 1. The vendor must have available a Commercial off-the-shelf product. 2. The solution must be compatible with the HRSA SharePoint 2010 environment as currently provided by the NIH Center for Information Technology. 3. The solution must offer an upgrade path that will allow the product to be used with SharePoint 2013 (there is no set timeline for SharePoint 2013 implementation at HRSA). 4. The solution must have the ability to scan the HRSA SharePoint environment to identify existing accessibility issues. 5. The vendor must have a proven track record in providing SharePoint solutions for Federal organizations. VIII. SCHEDULE OF DELIVERABLES 1. Accessibility solution for Sharepoint Due Date: Within 5 days of award 2. Facilitation of software installation Due Date: Within 10 days of award 3. Training overview to SharePoint Team Due Date: Within 15 days of award 4. Product maintenance and support Due Date: Within 15 days of award IX. PAYMENT SCHEDULE The contractor shall be paid upon receipt and approval of a working solution in one lump sum payment. X. SPECIAL REQUIREMENTS A. Rights in Data The Contractor will be prohibited from copyrighting, publishing or disseminating information resulting from work performed under this contract, and/or, using data produced or obtained under this contract, and/or any other information or products provided by the Government, or which the Contractor develops, for any purpose other than performance under this contract without prior written approval from the Contracting Officer. Ownership of Documents, Materials and Records: All documents, materials (including any computer codes) or records provided to the Contractor, developed or maintained by the Contractor in the performance of this contract are deemed to be property of the Government. B. Limited Use of Data Performance of this effort may require the Contractor to access and use data and information proprietary to a Government agency or Government Contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or Contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorize Government personnel or upon written approval of the Contracting Officer (CO). The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the Contractor without such limitations or prohibit an agreement at no cost to the Government between the Contractor and the data owner which provides for greater rights to the Contractor. C. Disclosure of Information Information made available to the Contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. The Contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each Contractor or employee of the Contractor to whom information may be made available or disclosed shall be notified in writing by the Contractor that such information may be disclosed only for a purpose and to the extent authorized herein. D. Confidentiality Agreement Requirement The Contractor shall implement a confidentiality agreement related to all data provided by the Government staff. All Contractor staff that work with the Federal Government and are provided information and access to databases shall sign such an agreement and a copy of the signed agreement for each relevant staff member shall be submitted to the COR prior to receipt of relevant documents. E. Homeland Security Presidential Directive-12 To perform the work specified herein the contractor personnel may require access to sensitive data, regular access to HHS-controlled facilities and/or access to HHS information systems, the Government may require that this effort entail a background investigation. •Upon receipt of the Government's notification of applicable Suitability Background Investigation required, the contractor shall complete and submit required forms within 30 days of the notification. Additional submission instructions can be found at the NCI Information Technology Security Policies, Background Investigation Process: (http://ais.nci.nih.gov/). •The contractor shall submit a roster, by name, position and responsibility, of all staff working under the contract. The roster shall be submitted to the Contracting Officer Representative (COR), with a copy to the HRSA Division of Workforce Management and Contracting Officer, within 14 days of the effective date of the contract. Any revisions to the roster as a result of staffing changes shall be submitted within fifteen (15) calendar days of the change. The COR will submit the list to the HRSA Personnel Security Officer for determination of the appropriate level of suitability investigations to be performed. Contractors should ensure that the employees whose names they submit have a reasonable chance for approval. While delays in performance caused by successful investigations will be the Government's responsibility, delays associated with rejections will be the contractor's responsibility. Typically, the Government conducts investigations and checks at no cost to the contractor. Multiple investigations for the same position, whether- resulting from rejections or resulting from an employee's move to another position(s) or company, may at the Contracting Officer's discretion, justify reductions(s) in the contract price of no more than the cost of the extra investigation. F. System for Award Management (SAM) The contractor must be registered in the SAM database. "Registered in the SAM database" means that (1) the contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; and (2) The Government has validated all mandatory data fields and has marked the record "Active." By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an Offeror is not registered in the SAM database within the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. G. Equipment HRSA does not intend to provide equipment or provide funds for the purchase or maintenance of any equipment. H. Travel Reimbursement Any travel reimbursement required by this contract shall be performed in accordance with Federal Travel Regulations. I. Organizational Conflict of Interest (OCI) a. Disclosure Clauses In accordance with FAR Subpart 9.5, all contractors submitting proposals in response to this solicitation must: (1) Identify any actual, potential or perceived organization conflicts of interest or, in the absence of such conflicts, represent that no such organizational conflicts of interest exist. (2) If any perceived organizational conflict is identified, provide an explanation why an actual or potential organizational conflict of interest does not exist. (3) If any actual or potential organizational conflict exists, include a mitigation plan for addressing the conflict. (4) All contractors providing evaluation services under this solicitation are prohibited from submitting offers as prime, team members or subcontractors. b. Disclosure Clauses (1)The contractor may be disqualified from award if it fails to provide or makes any misrepresentation in connection with required OCI disclosures. (2)The contractor shall disclose all OCIs that arise after award. (3)The Government may terminate the contract for convenience if an OCI arises after award. (4)The contractor is required to flow down to its subcontractor OCI restrictions. (5)Misrepresenting or failing to disclose information related to OCIs may result in termination for default, debarment, prosecution for making of false statement, or other severe consequences. J. Observance of Federal Holidays No services or deliveries shall be performed on Saturdays, Sundays, or the Federal Legal holidays as established by Executive Order or during Government closures. New Year's Day January 1st Martin Luther King's Birthday 3rd Monday in January Presidents' Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans' Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th INSTRUCTIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS QUOTE INSTRUCTIONS: FORMAT AND CONTENTS A. General Instructions 1. To facilitate quote evaluations, technical quote and price quote shall be submitted separately and clearly labeled. Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. Volume I-Technical Quote must not contain references to price; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the Technical Quote so that your understanding of the statement of objectives may be evaluated. It must disclose your approach in sufficient detail to provide a clear and concise presentation that includes the requirements of the quote instructions. Volume I must include a statement indicating whether any exceptions are taken to the terms and conditions of the request for quote (RFQ) as part of the quote transmittal letter. Any exceptions must include identification of the specific paragraphs and rationale for each exception. Exceptions shall also be noted in the quote at the location of the exception. The quote shall be submitted in two (2) volumes as outlined below: Volume Title I Technical Quote II Price Quote 2. Quotes shall be single spaced and shall be printed on 8.5 x 11 inch paper containing text no smaller than 12 pitch/10 point. Each page shall be numbered and each volume shall be tabbed to correspond to the table of contents. Offerors may include 11 x 17 inch foldouts only to display graphics, flow charts, organizational charts, or drawings. 3. Where data/information appears in one part, it does not have to be repeated in any other part. However, it shall be cross referenced by indicating the specific location including the volume and page number as a minimum. The clarity, relevance, and conciseness of the quote is important, not the length. 4. The quote must be signed by an official authorized to bind your organization. Please submit your technical quote and price quote via email to Kwasi Antwi at kantwi@hrsa.gov. 5. The RFQ does not commit the Government to pay any cost for the preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. B. Technical Proposal Instructions This RFQ includes a requirement for Electronic & Information Technology (EIT), and a corresponding HHS Section 508 Product Accessibility Template (PAT; referred to within HRSA as a Government Product Accessibility Template, or GPAT) that reflects the accessibility requirements for the type of EIT to be purchased. Quotes in response to this RFQ therefore MUST include the completed GPAT demonstrating how the quote meets the accessibility requirements contained therein. The completed GPAT is a threshold requirement for technical review, and will be evaluated on a pass/fail basis. A quote that does not include a completed GPAT, or includes a GPAT that is determined to be insufficient, will not pass, and will not be considered technically acceptable. Quotes that fail the GPAT review will not be submitted for technical review. To facilitate the technical quote evaluation, the Offeror shall submit as part of the RFQ, a separate enclosure entitles, "Technical Quote." The data and information shall be keyed to each paragraph of the technical quote requirements as outlined below. 1. Complete the Government Product Accessibility Template (GPAT) (Pass/Fail) Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. 2. Understanding of the Requirement (25 points) The Offeror shall explain in its own words and in detail its understanding of the statement of work (SOW) requirements. 3. Technical Approach (70 points) The Offeror shall provide a technical description of the proposed approach, methodology and tools to be used for each task area. The technical quote shall fully describe how the offeror's solution will meet each of the requirements specified under the Statement of Work. This shall include all tasks and their respective subtasks including a discussion of any anticipated major problem areas together with potential approaches to their solution. 4.Past Performance (5 points) The Offeror shall be responsible for requesting three (3) references to submit the Past Peformance Information Survey Questionnaire (see Attachment B) to the Contract Specialist no later than February 7, 2014, 2:00 pm EST at kantwi@hrsa.gov. Do not submit more than three (3) references. The Government reserves the right to obtain past performance information from any source. The Offeror's past performance will be evaluated in conjunction with the technical review. The overall total score for the past performance rating for each Offeror will be determined by calculating the average of the surveys received. The overall total score will be rounded to the nearest whole number to assign an appropriate adjectival rating (0 = Unsatisfactory, 1 = Poor, 2 = Fair, 3 = Good, 4 = Excellent, 5 = Outstanding). The elements being rated are as follows: a. Quality of Product or Service Unsatisfactory- Non-conformances is jeopardizing the achievement of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards containing similar requirements. Poor - Overall compliance requires significant Agency resources to ensure achievement of contract requirements. Fair - Overall compliance requires minor Agency resources to ensure achievement of contract requirements. Good - There are no, or very minimal, quality problems, and the Contractor has met the contract requirements. Excellent - There are no quality issues, and the Contractor has substantially exceeded the contract performance requirements without commensurate additional costs to the Government. Outstanding - The contractor has demonstrated an outstanding performance level that was significantly in excess of anticipated achievements and is commendable as an example for others, so that it justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent". b. Cost Control Unsatisfactory - Ability to manage cost issues is jeopardizing performance of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, this level of ability to manage cost issues constitutes a significant impediment in consideration for future awards. Poor - Ability to manage cost issues requires significant Agency resources to ensure achievement of contract requirements. Fair - Ability to control cost issues requires minor Agency resources to ensure achievement of contract requirements. Good - There are no, or very minimal, cost management issues and the Contractor has met the contract requirements. Excellent - There are no cost management issues and the Contractor has exceeded the contract requirements, achieving cost savings to the Government. Outstanding - The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where the contractor achieved cost savings and performance clearly exceeds the performance levels described as "Excellent." c. Timeliness of Performance Unsatisfactory-Delays are jeopardizing the achievement of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards. Poor-Delays require significant Agency resources to ensure achievement of contract requirements. Fair-Delays require minor Agency resources to ensure achievement of contract requirements. Good-There are no, or minimal, delays that impact achievement of contract requirements. Excellent-There are no delays and the contractor has exceeded the agreed upon time schedule. Outstanding-The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent." d. Business Relations Unsatisfactory-Response to inquiries and/or technical, service, administrative issues is not effective. If not substantially mitigated or corrected it should constitute a significant impediment in considerations for future awards. Poor - Response to inquiries and/or technical, service, administrative issues is marginally effective. Fair-Response to inquiries and/or technical, service, administrative issues is somewhat effective. Good-Response to inquiries and/or technical, service, administrative issues is consistently effective. Excellent-Response to inquiries and/or technical, service, administrative issues exceeds Government expectation. Outstanding-The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent." NOTE: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available; the Offeror will not be evaluated favorably or unfavorably on past performance. If such a circumstance exists, the maximum number of points the Offeror may receive for its technical proposal is 95 and the technical proposal will be evaluated on a scale of 0 to 95. If such a circumstance exists, all technical proposal scores will be converted to a percentage of the total points possible according to the applicable rating scale. C. Price Quote Instructions The Offeror shall submit a price quote, fully supported by cost and pricing data, in sufficient detail to allow for cost analysis that will be utilized to establish the reasonableness of the proposed costs. The Offeror's price quote shall consist of the following sections: 1. Standard Form 18, Request for Quotations The contractor must complete the following Blocks: BLOCK 8 State the Name and Address of your organization. BLOCK 11 Enter the organization's Tax ID Number or Federal Identification Number; Enter the organization's DUNS (Digital Universal Numbering System) number. This information can be obtained from your accounting office; however, if your organization does not have a DUNS number, please call Duns & Bradstreet at 1-800-333-0505 to obtain a DUNS number. BLOCK 13 State the name and address of the individual providing the price quote. BLOCK 14 Signature of the person authorized to commit your organization to the contract. BLOCK 16 Print or type the name and title of the person authorized to commit your organization to the contract. 2. Supporting Documentation The contractor shall furnish a price breakdown in support of the Statement of Work (SOW) and deliverables. D. Award Criteria 1. The technical quote will receive paramount consideration in the selection of the contractor for this acquisition. All technical factors, other than cost or price, when combined are significantly more important than cost or price. In the event that the technical evaluation reveals that two (2) or more offers are approximately equal in technical ability, then the price quote will become paramount. In any event, the Government reserves the right to make an award to the best advantage of the Government, cost, and other factors considered. 2. The evaluation will be based on the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ. The merits of the proposal will be evaluated carefully. The following criteria and assigned weight for each criterion will be applied in the evaluation of your technical quote: Evaluation Criteria Points 1. GPAT Pass/Fail 2. Understanding of the Requirement 25 3. Technical Approach 75 4. Past Performance 5 Total 100 3.The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. In addition, the RFQ may be amended if determined to be in the best interest of the Government. 4.The Government reserves the right to make award without further discussions. *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 System for Award Management (SAM); 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include service literature, or other documents, if necessary; (5) Complete breakdown of price and applicable discounts; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items, Contract dollar amount, and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. ** No Appropriated funds shall be authorized for food for this requirement. ** All questions regarding this request for quote (RFQ) shall be submitted in writing via e-mail to the Contract Specialist, Kwasi Antwi at kantwi@hrsa.gov no later than January 24, 2013. The due date and time for quotations is February 7, 2014 at 10:00 am EST. Offerors shall email their quote to kantwi@hrsa.gov so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, and/or Microsoft Excel. It is the responsibility of the contractor to confirm HRSA's receipt of quote. Each quote shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. FAXED QUOTES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a37bdb2c073bbfc3f0c4837e30bb5f8)
- Place of Performance
- Address: Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN03270003-W 20140119/140117233856-9a37bdb2c073bbfc3f0c4837e30bb5f8 (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 |