SOLICITATION NOTICE
49 -- Wet Downdraft Table - Package #1
- Notice Date
- 8/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-14-Q-300078
- Archive Date
- 9/6/2014
- Point of Contact
- John Waters, Phone: 2523345256, Nancy F DeBerry, Phone: 252-335-6642
- E-Mail Address
-
John.F.Waters@uscg.mil, nancy.deberry@uscg.mil
(John.F.Waters@uscg.mil, nancy.deberry@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- COPY OF COMBINED SYNOPSIS AND SOLICITATION HSCG38-14-Q-300078 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed priced quotes are being requested and a written solicitation will not be issued. Solicitation Number HSCG38-14-Q-300078 is issued as a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-75. The North American Industry Classification Code is336413; the small business size standard is 1000 employees. This is an unrestricted procurement. Preamble: The dust produced during grinding and polishing of magnesium must be removed immediately from the working area with a properly designed wet type dust collection system. Proper systems precipitate the magnesium dust with water and must be designed so that dust or sludge cannot accumulate and dry out to a flammable state. Description of Requirement: The Coast Guard intends to solicit and award one (1) order for the purchase of 1 each Wet Type Flow Bench to contain combustible magnesium dust with the following (18 Minimum) salient characteristics ( items: A- R). A. Flow bench shall be suitable for containing combustible magnesium dust inside an industrial shop area. B. Table top work area (grilled) shall be suitable for mechanics/artisans to work at comfortably while standing on the floor while utilizing portable grinding or polishing tools (34" nominally). C. Work area shall be non-sparking material. D. Work area shall be between 1300 & 1450 in/sq nominally. E. If work surface area has sides, the side shall be hinged or easily removable, so that items longer than the work area can be placed on the work surface. F. Work table area shall be capable for supporting 500 lbs (distributed). G. Unit shall dehumidify exhaust flow and the dehumidifier mechanism must be easily cleanable. H. Water level shall be automatically maintained with a site gauge to confirm proper water level. I. Unit shall be plumbed for easy hook-up to shop water supply and drainage. J. Unit shall be constructed of stainless material. K. Capture velocity at the work surface area shall be 300 ft per min or greater. L. System shall utilize 60 Hz, 230/460V 3 phase AC power. M. All electrical connections and motors shall be 18 inches or more from the floor or be rated explosion proof. N. Unit shall meet NFPA 484 (2012) Standard F Combustible Metals. O. Unit should not preclude OSHA Standard 1910.1000 P. Unit shall provide ventilation to prevent hydrogen collection when the system is not in use. Q. No customer assembly shall be required. R. Warranty shall be required to include parts and labor for 3 yrs. The Government desires delivery of the required item 30 days after Receipt of Order (ARO). Interested parties may propose an alternate lead time which will be considered. FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues and Executive Orders-Commercial Items applies to this acquisition. Offerors must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. See attached "Terms and Conditions-HSCG38-14-Q-300078" for additional requirements/terms and conditions applicable to this requirement. Inspection and acceptance shall be performed by USCG ALC's receiving (REC) personnel at destination. Delivery terms shall be Fob Destination only. Components shall be delivered to: DRS Technologies 1060 Consolidated Road Elizabeth City, NC 27909 Closing date/time for submission of quotes is 18 August 2014, by 4:00 pm, EST. Anticipated award date is on or about 11 August 2014. Questions regarding this requirement must be submitted in writing via email to Nancy.Deberry@uscg.mil. RFQ number HSCG38-14-Q-300078 must be referenced in the subject line of any correspondence submitted. Electronic submission of quotes is permissible to the attention of Nancy Deberry Nancy.Deberry@uscg.mil or John Waters at John.f.waters@uscg.mil. Ombudsman Notice NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. The Ombudsman Hotline telephone number is 202.372.3695. Terms and Conditions Solicitation Provisions FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: https://acquisition.gov/far. (End of provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) Alternate I of 52.212-3 (May 2014) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) Addenda (c) The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Additional Addenda: Quotes shall be submitted on company letterhead and include the following information: • Solicitation Number; • Contractor's name, address, telephone and DUNS; • Terms of standard commercial warranty and terms of any extended warranty offered; • Delivery terms if different than the Government's desired delivery; • Remit to address if different than the mailing address; • Agreement with the terms and conditions specified herein; FAR 52.212-2 Evaluation - Commercial Items does not apply. Quotes will be evaluated in accordance with FAR 13.106-2. Award will be based on evidence of current certification(s), satisfactory past performance and price. The Government also reserves the right to request and obtain Other than Cost or Pricing Data as required to make a determination of fair and reasonable pricing. Terms and Conditions Contract Clauses FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) Addenda FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far. (End of clause) FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.211-15 Defense Priority and Allocation Requirements (Apr 2008) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.219-28 Post Award Small Business Program Representation ( July 2013) (g) If the Contractor not does have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to compete the following representation and submit it to the contracting office, along with the contract number and the data on which the representation was completed: The Contractor represents that it 0 is, 0 is not a small business concern under NAICS code 336413 assigned to HSCG38-14-Q-3000078. ___________________________________________ Signature Date ___________________________________________ [Contractor to sign and date and insert authorized signer's name and title.] Terms and Conditions Department of Homeland Security Clauses HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sep 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provision and clauses are incorporated by reference: Provisions: None Clauses: HSAR 3052.247-42 F.o.b. Destination Only (Dec 2003) HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Jun 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). Terms and Conditions (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) Terms and Conditions Additional Addenda Items: Deliveries. The Coast Guard desires early deliveries at no additional cost to the Government. Material Inspection and Receiving Report. At the time of each delivery, the contractor shall prepare and furnish a properly completed DD Form 250, Material Inspection and Receiving Report or commercial shipping document. The shipping document shall include the NSN, Part Number, Serial Number, Quantity, Contract/Order Number, and Line Item Number. One copy of the shipping document shall be firmly affixed to the outside of the shipping container and one copy packed with the item. Packing, Marking and Preservation. The offeror shall comply with ASTM D9351-10 (August 1, 2011), Standard Practice for Commercial Packaging. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to USCG air stations without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any kind, or peanut style packaging. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage. Noncompliance of Packaging, Marking and Preservation. The contractor will be notified by the Contracting Officer when non-compliances with any of the requirements specified for packaging, marking and preservation are noted such that corrective action can be taken. The contractor shall, within 24 hours after notification, give the Contracting Officer instructions for correcting deficiencies identified. If the contractor elects to correct deficiencies, the contractor shall bear all shipping costs. If the contractor elects for the Government to correct the deficiencies, the Contracting Officer will issue a modification to recoup costs of correction. Warranty. Unless otherwise specified, the contractor's standard commercial warranty shall apply to this requirement at no additional cost to the Government. Quotes submitted must include a detailed description of any offered warranty, including its duration and limitations. Correspondence: All correspondence, unless otherwise specified in writing, shall be directed to the following address: USCG Aviation Logistics Center (ALC) Attn: Contracting Officer MRR Product Line, Bldg. 79 Elizabeth City, NC 27909 Invoicing Instructions: Invoices shall be submitted to the following address: Chief, Fiscal Branch USCG Aviation Logistics Center (ALC) Elizabeth City, NC 27909-5001 Order Number: __________________________________ To be assigned at award Electronic submission of invoices is highly encouraged. Invoices maybe submitted electronically at ALC-Fiscal@uscg.mil. Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-14-Q-300078/listing.html)
- Place of Performance
- Address: COMMANDING OFFICER, U.S. COAST GUARD BASE, 1664 WEEKSVILLE RD, BLDG 35, ELIZABETH CITY, NC 27909-5006, ELIZABETH CITY, North Carolina, 27929-5006, United States
- Zip Code: 27929-5006
- Zip Code: 27929-5006
- Record
- SN03455879-W 20140809/140807235808-59200aaad603e6e9dcbad32593472985 (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 |