SOLICITATION NOTICE
D -- Development of Multi-Modal Data Collection Option for at Sea Data Collection Programs - Sole Source Justification - BG133W-14-RQ-0862
- Notice Date
- 8/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- BG133W-14-RQ-0862
- Archive Date
- 9/3/2014
- Point of Contact
- Jay S Parsick, Phone: 301-628-1409, Joseph Feibel, Phone: 301-628-1349
- E-Mail Address
-
jay.parsick@noaa.gov, joseph.feibel@noaa.gov
(jay.parsick@noaa.gov, joseph.feibel@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation No. BG133W-14-RQ-0862 Sole Source Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part 12 and Subpart 13.5. The synopsis/solicitation constitutes a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-74. THIS ANNOUNCEMENT CONSTITUTES the only solicitation; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is 100% set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 511210, which has a corresponding size standard of $35.5M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA)/ National Marine Fisheries Service has a requirement to procure the Development of multi-modal data collection options for at-sea data collection programs. BASIS OF AWARD Award will be made to the responsive vendor that provides the Best Value in meeting the 1) technical requirements 2) Price. Provide the following contract line item number (CLIN)s: CLIN: 0001 Description Price Development of multi-modal data collection options for at-sea data collection programs Description of Work and Services Task 1. Create a multi-modal (voice, keyboard, touch screen options) electronic collection solution to allow data collection and input via multiple options inclusive of a.) data collection forms with data type and field validations, b.) Cross-platform capability (PC, iOS, Android, etc.), c.) Offline data recording options and d.) Portability. Task 2. Convert existing paper forms to electronic forms which can utilize validation rules, look up lists and automated data entry capabilities. The government will supply the validation rules and lookup lists to be used. Electronic forms must be developed in non-proprietary format that can be easily modified as needed. Task 3. Develop transmission options to upload collected data to a central, staging repository where additional processing can occur prior to distribution of the data to production databases. The transmission options available to observer programs should not impact the data to be collected nor the specific technologies used for data collection. Transmission options, delivery points and data formats will be customizable to specific fisheries and collection programs. Deliverables All deliverables will be submitted to the Government Procurement Office. Dates of deliverables are subject to change by the project manager, depending on available government resources. Deliverable Frequency Medium/Format/# of Copies Submit To Kick Off Meeting: contractor shall provide documentation of program workflow and data collection requirements for Southwest Region observer program at-sea collections and user process specifications Within 20 days of award; communicated to and approved by the TM/CO 1 TM, COR, CO Project Management Plan: the contractor shall provide a description of proposed customization and development of needed software services Within 30 days of award 1 copy submitted via email TM, COR Monthly Activity Report By the 15th of every month via email TM, COR The contractor shall provide examples of system functionality inclusive of data validation and multi-modal input options Not later than 11/15/2014 via conference call and digital demo TM, COR The contractor shall provide sample system components for testing by Southwest Fisheries staff. Verification of functionalities of all components will be documented and provided in the project summary. Not later than 1/15/2015 1 TM, COR The contractor shall provide examples of at-sea transmission options and capabilities. Not later than 3/15/2014 Via conference call and digital demo TM, COR The contractor shall provide examples of post-cruise data upload options and capabilities. Not later than 6/15/2014 Via conference call and digital demo TM, COR Non-Personal Service Contract Statement Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The Government will perform the inspection and acceptance of the completed work. Principal Contact and Task Manager Principal Investigator and Task Manager will be: John Childers 8901 La Jolla Shores Drive La Jolla, CA 92037-1509 858-546-7192 John.Childers@noaa.gov The Task Manager (TM) or delegate monitors all technical aspects of the contract and assists in contract administration. The TM is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor contractor's performance and notify the Contracting Officer, COR and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry and badging of contractor personnel. The TM is not authorized to change any of the terms and conditions of the resulting order. Type of Order This contract will be Firm Fixed Price (FFP). Period of Performance The period of performance shall be for one Year of [12] months and no option years. The Period of Performance reads as follows: August 21, 2014 - August 20, 2015 Hours of Operation/Place of Performance The contractor is responsible for performing 8 hours/day, Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. Work will normally be performed off-site. Remote work is authorized and will be monitored by the Task Manager and must comply with the Department of Commerce Information Technology Requirement (CITR) 0008: Remote Access. Travel under this task award may be necessary in order to accomplish certain task(s) contained in this task award. Travel must be deemed necessary and authorized by the TM in order to be paid for by the Government. Except for exceptional circumstances, travel will not be reimbursed at more than applicable rates cited in the Federal Travel Regulations, prescribed by the General Services Administration, for travel in the conterminous 48 United States or the Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered above. The contractor is not required to perform services on the following holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by a President's Proclamation It is understood and agreed between the Government and the contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement to compensation except as set forth within the contract. If a contractor believes that an unplanned absence has an impact on the price or period of performance, it should notify the contracting officer (CO) of the changed condition and submit a claim for equitable adjustment (see FAR 52.233-1). Nothing in this clause abrogates the rights and responsibilities of the parties relating to "stop work" provisions as cited in other sections of this contract. Quality Assurance, Quality Assurance Surveillance, and Government Remedies Quality Assurance: The contractor shall ensure quality assurance in accordance with the approved QAP as applicable to the services performed in accordance with this PWS. The contractor shall develop and implement procedures specific to this requirement to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality assurance program is the means by which he assures himself that his work complies with the requirement of the task order. At a minimum, the contractor shall develop quality assurance procedures that address the areas identified in Technical Exhibit 1, "Performance Requirements Summary." Quality Assurance Surveillance: The government shall evaluate the contractor's performance under this task order in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Government Remedies: The contracting officer shall pursue remedies for the contractor's failure to perform satisfactory services or failure to correct non-conforming services in accordance with the terms and conditions of the contract. Security Requirements and Suitability/Risk Level Security Requirements- The systems supported under this task are low. Suitability/Risk Level - The suitability or risk level for this work has been determined to be: low. As such, the contractor shall pre-screen their employees to eliminate anyone who does not meet the following criteria: The prospective employees must be U.S. Citizens or Foreign Nationals. 48 CFR 1352.237-71 Security Processing Requirements-Low Risk Contracts (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-Special Agency Check (SAC). (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-National Agency Check and Inquiries (NACI). (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. Physical Security The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Post Award Conference/ Periodic Progress Meetings The contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officer's Representative (COR), Task Manager (TM), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting Officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. Definitions and Acronyms • PWS - Performance Work Statement • Contracting Officer's Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor. • Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. • Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance to assure services meets the requirements of the Performance Work Statement. • Quality Assurance. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-74-. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, 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 clauses apply: FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires; The following provisions and clauses shall apply to this solicitation: CAR clauses may be downloaded at http://www.ecfr.gov. CAR 1352.201-70, Contracting Officer's Authority; CAR 1352.209-73, Compliance with the Laws; CAR 1352.209-74, Organizational Conflict of Interest; CAR 1352.246-70, Place of Acceptance. The Government reserves the right to make one award or no award at all as a result of this solicitation. Please submit quotes to joseph.feibel@noaa.gov and reference purchase request number NEEK1300-14-00559 in the quotation. PLEASE QUOTE ALL AND ONLY WHAT IS LISTED IN THE ATTACHED SPECS.Doc. (ii) The solicitation number and a statement that the solicitation is issued as an invitation to bid (IFB), request for quotation (RFQ) or request for proposal (RFP). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular _____. (iv) A notice regarding any set-aside and the associated NAICS code and small business size standard. Also include a statement regarding the Small Business Competitiveness Demonstration Program, if applicable. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). (vi) Description of requirements for the items to be acquired. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. (viii) A statement that the provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) A statement regarding the applicability of the provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. (x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) A statement that the clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. (xv) The date, time and place offers are due. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. (3) Allow response time for receipt of offers as follows: (i) Because the synopsis and solicitation are contained in a single document, it is not necessary to publicize a separate synopsis 15 days before the issuance of the solicitation. (ii) When using the combined synopsis and solicitation, contracting officers must establish a response time in accordance with 5.203(b) (but see 5.203(h)). (4) Publicize amendments to solicitations in the same manner as the initial synopsis and solicitation. CAR Terms and Conditions CAR 1352.201-70 Contracting Officer's Authority. Contracting Officer's Authority. The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes 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 terms and conditions, including price. CAR 1352.209-73 Compliance with the laws. Insert the clause 1352.209-73, Compliance with the Laws, in all solicitations and contracts. As prescribed in 48 CFR 1309.507-2(c), insert the following clause: Compliance With the Laws (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. CAR 1352.209-74 Organizational conflict of interest. As prescribed in 48 CFR 1309.507-2(d), insert the following clause: Organizational Conflict of Interest (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. CAR 1352.246-70 Place of acceptance Insert a clause substantially similar to 1352.246-70, Place of Acceptance, in contracts and solicitations to indicate where the acceptance of supplies and/or services will take place. As prescribed in 1346.503, insert the following clause: Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: various see CLINs for location. Proposals shall be submitted to the attention of Jay Parsick, by e-mail to Jay.Parsick@noaa.gov or by fax (301) 713-4155. Quotes are due by 11:30 am Eastern Daylight Time on August 19, 2014. The name and telephone number of the individual to contact for information regarding this solicitation are Jay Parsick and (301) 628-1409.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/BG133W-14-RQ-0862/listing.html)
- Place of Performance
- Address: 8901 La Jolla Shores Drive, La Jolla, California, 92037, United States
- Zip Code: 92037
- Zip Code: 92037
- Record
- SN03451621-W 20140807/140806000533-dc27cb87883f521d6fe4638c9b7fe73d (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 |