SOLICITATION NOTICE
61 -- 50 kVa UPS Replacement (Bldg 10-040)
- Notice Date
- 8/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500
- ZIP Code
- 71602-9500
- Solicitation Number
- W911RP-14-T-0050
- Response Due
- 9/9/2014
- Archive Date
- 10/17/2014
- Point of Contact
- Jennifer L. Johnson, (870) 540-4092
- E-Mail Address
-
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff)
(jennifer.johnson25@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request for quotation and subsequent award are being processed in accordance with Simplified Acquisition Procedures and is set-aside for small business. The solicitation number is W911RP-14-T-0050 and is issued as a request for quotation (RFQ). The NAICS code is 334419 and the size standard is 500 employees The Pine Bluff Arsenal has a requirement for: 1. Replacement, 50 kVa UPS(Mitsubishi Electric Series 1100A or APPROVED EQUAL), 1LOT Provide labor, equipment, materials, and transportation required to replace a 50 kVa UPS WITH a Mitsubishi Electric Series 1100A or APPROVED EQUAL. The replacement will be at building 10-040 of Pine Bluff Arsenal and completed in accordance with the attached scope of work (SOW) and Contract Data Requirement lists. The existing wiring and conduits will be used for this requirement. 1 Lot = 2 Month Period of Performance = 17 September 2014 - 16 November 2014 2. Reporting, Manpower1LOT Contractor will perform manpower reporting in accordance with AC 52.0257-4005. *Not separately priced. 1 Lot = 1 Each Period of Performance = 17 September 2014 - 16 November 2014 3. Requirements, Technical Data1LOT Contractor shall prepare and deliver technical data in accordance with attached DD Form 1423, Contract Data Requirement Lists. *Not separately priced. 1 Lot = 1 Month Period of Performance = 17 September 2014 - 16 November 2014 Contract Type: Commercial Service - Firm fixed price. Simplified procurement procedures will be utilized. Clauses: The following FAR and DFAR clauses and provisions apply to this acquisition: FAR 52.212-1, FAR 52.212-3, Alt 1, FAR 52.212-4, FAR 52.212-5, 52.204-13, 52.232-39, 52.232-40, 52.237-1, 52.246-17, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7003, 252.209-7994, 252.232-7003, 252.232-7010, 252.243-7001, and 252.247-7023. The following subparagraphs of FAR 52.212-5 apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-2, 52.222-36, 52.223.18, 52.232-25, 52.232-33, 52.232-36, 52.222-41, 52.222-42, and 52.222-43. ADDENDUM TO FAR 52.212-1: Site Visit: A site visit is scheduled for Tuesday, August 26, 2014 at 9:00 am. Location: Pine Bluff Arsenal Contracting Office, Bldg. 17-120, conference room. Each company is restricted to 3 attendee(s). Interested contractors must complete and submit the PBA Visitor Notification form for all individuals attending to Jennifer Johnson at jennifer.l.johnson262.civ@mail.mil or (870) 540-4090 not later than August 25, 2014, 12:00 pm. Questions from the site visit are due to Jennifer Johnson at jennifer.l.johnson262.civ@mail.mil or (870) 540-4090 no later than 12:00 pm Thursday, August 28, 2014. Answers to all questions will be disseminated by 4:00 pm Tuesday, September 3, 2014. Request for Quotation Submission The offer shall include one (1) completed typed or legibly hand written bid sheet and reference sheets. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Index: 1. Past Performance 2. Price 1 - Past Performance Offerors shall complete the attached quote mark Reference Sheet quote mark, which includes three (3) references for previous Government/Commercial contracts which are in any way relevant (i.e. similar productions, with equal size and complexity) to the effort required by this solicitation. The references must be for contracts/jobs successfully completed within the last three years which show experience with UPS REPLACEMENT SERVICES. 2 - Price The offeror shall complete the attached quote mark Bid Sheet quote mark. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) 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 factors shall be used to evaluate offers: i. Past Performance, and ii. Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Clause) AC 52.0237-4005 Accounting for Contract Services (March 2005): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website)' (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (End of Clause) AMCAC 52.222-4007 NOTICE OF WAGE DETERMINATION Any contract awarded as a result of this solicitation will be subject to Wage Determination No. 2005-2035 Rev. 14 dated 19 July 2013. A copy of the current wage determination is attached to this solicitation. (End of Clause) AMCAC 52.233-4052 AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ, Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866/8875 Packages sent by FedEx or UPS should be addressed to: HQ, Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 AMC-Level Protest Procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp (End of clause) AMCAC 52.242-4001 INSTRUCTIONS TO PAYING OFFICE AND ADMINISTRATIVE CONTRACTING OFFICE (AUG 1999) (Revised Feb 2008) a. The Contracting Office representative is: Name: Jennifer L. Johnson Organization Code: CCRC-ISP Telephone Area Code and Number: (870) 540-4092 DSN: 966-4092 FAX: (870) 540-4090 Email: jennifer.l.johnson262.civ@mail.mil b. Payment to the contractor shall be made IAW FAR Subpart 32.11, Electronic Funds Transfer. c. Paying Office information: Telephone Inquiries: 800-756-4571 (Select Option 2, then Select Option 5) FAX: 877-426-4270 (End of clause) AMCAC 52.242-4003 GOVERNMENT-CONTRACTOR RELATIONSHIPS a. The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractor's employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. b. Contractor personnel under this contract shall not: (1) be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2) be placed in a staff or policy making position. (3) be placed in a position of command, supervision, administration or control over DA Military or Civilian personnel, or personnel of other contractors, or become a part of the Government organization. (4) be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5) be used in administration or supervision of military procurement activities. c. Employee Relationships: (1) The services to be performed under this contract do not require the contractor or its employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractor's employees will act and exercise personal judgment and discretion on behalf of the contractor. (2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. (End of clause) PB 52.000-4306 III INSPECTION AND ACCEPTANCE (PBA) (AUG 90) (4306III): a. The work will be conducted under the general direction of the Contracting Officer and is subject to inspection by his appointed inspectors to insure strict compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization of the Contracting Officer, nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. b. The Contracting Officer shall designate individuals to act as the Contracting Officer's Representative (COR) under any resultant contract. Such representative will be designated in writing by the Contracting Officer with a copy of designation to the contractor. The COR will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the contract. c. The COR will act in a liaison capacity to coordinate activities between the contractor and the Government as required in the performance of work under the contract. (End of clause) PB 52.000-4318 EMPLOYEE IDENTIFICATION The contractor shall be responsible for providing positive identification of employees as required by the Security Office at Pine Bluff Arsenal. Prior to beginning work or receiving a notice to proceed, the contractor shall identify with the Pine Bluff Contracting Division and Security Office points of contact who shall be responsible for identifying employees, subcontractors, vendors and delivery personnel. One identified point of contact shall personally accompany any contractor personnel, subcontractors, vendors, or delivery personnel to be badged to the Security Office. Employees or other personnel arriving without an identified point of contact will not be badged. Any delays caused by improper identification of employees shall be at the contractor's expense and no time extensions shall be allowed for such delays. (End of clause) PB 52.000-4406I PERSONNEL (PBA) (REVISED FEB 2006) (4406I) (a) All personnel are hereby notified that any NON-U.S. Citizen/Foreign National (FN) must meet the provisions of PBAR 190-3 prior to being permitted on Pine Bluff Arsenal. d. All contractor personnel will be required to produce proof of citizenship prior to being badged. If contractors employees are NON-U.S. Citizen/Foreign National (FN), the contractor will submit a request through the COR, through the Security Office to the Commander, asking for authorization for the resident alien to work on Pine Bluff Arsenal. The request shall include the information as shown in PBAR 190-3, Appendix E, Annex 1. (b) Upon authorization, NON-U.S. Citizen/FN will be issued an quote mark Escort Required quote mark badge, meaning a permanently badged PBA employee must escort the individual at all times while on the installation, except as authorized by PBAR 190-3 para E.1.1. (End of Clause) PB 52.000-4408 DISMISSALS The Contracting Officer may require the contractor to suspend or dismiss from work any employee or employees whose retention is deemed to be not in the public interest, because of the misconduct of the employee or for reasons of security, subject, however, to appeal under the provisions of Articles entitled quote mark Disputes quote mark for reinstatement of such employees. (End of Clause) PB 52.000-4416I SECURITY REQUIREMENTS (PBA) (MAY 92) (4416I) During the time that the contractor performs work on post, he is expected to be aware that Pine Bluff Arsenal is a controlled access installation. Specific security requirements as they apply to the project site will be noted during a post -award conference. The contractor will exercise care to prevent unauthorized intrusions by locking gates, closing and locking doors/windows, and performing similar actions. In the event that a breach of security occurs notwithstanding the contractor's efforts to prevent it, he shall immediately notify the Pine Bluff Arsenal Security Police (540-3505), reporting the occurrence and explaining the nature of the violation. (End of Clause) PB 52.000-4416II SECURITY REQUIREMENTS (PBA) (AUG 90) (4416II) 1. All prime contractors and sub-contractors performing services or duties at the Pine Bluff Arsenal shall comply with security rules and regulations generally applicable to all persons entering the installation. 2. In addition specific requirements applicable to contractor personnel are as follows: (a) Contractors will register vehicles, used in performance of with the Security Office. An affidavit will be signed by the contractor stating that he has and will continue to maintain liability insurance on all vehicles in an amount not lower than the minimum limits prescribed by the financial responsibility or the compulsory law of the State of Arkansas. (b) Contractor employees desiring to operate their private owned vehicles (POV) on the Arsenal will be required to sign the same affidavit as specified in para b. (1) above and to register POV in the Security Office. (c) All contractor personnel will be required to be badged prior to the beginning of any contractor service as follows: i.Contractors performing services within non-sensitive areas of the installation will be issued a nonphotographic type ID badge if the contract does not exceed 21 calendar days. Issuance of this badge does not require the presence of the contractor employees at the Security Office. ii.b. Contractors performing services within non-sensitive areas of the installation will be issued a photographic type ID badge if the contract exceeds 21 calendar days. Issuance of this badge requires the presence of the contractor employees at the Security Office. iii.Contractors performing services within sensitive areas of the installation will be issued a nonphotographic type ID badge and visitor pass if the contract does not exceed 21 calendar days. Issuance of this badge and pass will require the presence of the contractor employees at the Security Office. Badge exchange will be required by all personnel at the entrance to areas where required. iv.Contractors performing services within sensitive areas of the installation will be issued a photographic type ID badge if the contract exceeds 21 calendar days. Issuance of this badge will require the presence of contractor employees at the Security Office. Badge exchange is required by all personnel at the entrance to areas where required. v.If non-photographic type badges are utilized it will be the responsibility of the contractor or subcontractor to furnish the Security office with the name of all contractor employees to whom such badges are issued by number. This list of names will remain current at all times. If visitor passes are issued with non-photographic type badges, the procedures in paragraph (vi) below apply. vi.If photographic type badges are issued to contractor employees the Security Office will maintain a list of all badges issued by name, number, etc., however, it will be the responsibility of the contractor to insure that all employees report to the Security Office for issuance of photographic type ID badges or visitor passes. vii.It will be the responsibility of the contractor or subcontractor to insure that all ID badges, photographic and non-photographic type, are returned to the Security Office upon termination of any individual employee. Contractors will also be responsible to insure that all vehicle registrations, contractor and POV, are cancelled and vehicle decals are removed and returned to the Security Office. viii.Contractors or sub-contractors will be required to reimburse the U.S. Government in the amount of $44.00 for replacement (a second badge) of PBA Security access badges that are lost, stolen or mutilated. In addition, fees for re-issue of badges will increase in $5.00 increments for each subsequent loss (i.e., $49.00 for third badge, $54.00 for fourth badge, etc.) of ID badges not returned to the Security Office upon completion or termination of contract. ix.Contractor employees arriving at any gate or area improperly badges or without Arsenal ID badge will be denied entrance until proper identification or badging has been accomplished. x.Contractor and sub-contractor personnel performing services within exclusion areas or highly sensitive areas will be required to be escorted by an appropriately cleared and authorized individual at all times while in such areas. NOTE: Services for this contract will be performed in sensitive area(s) of the installation. Work will not be in an exclusion area. 3.All contractors or sub-contractor's vehicles used on Pine Bluff Arsenal must have a company sign prominently displayed on each side of the vehicle, if work is being performed in the production area. These signs may be permanently affixed to the vehicle or may be magnetic type. (End of Clause) PB 52.000-4417 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT PERSONNEL (PBA) (AUG 90) (4417). 1.The contractor will not accept any instructions by any person employed by the U.S. Government or otherwise other than the Contracting Officer, or the designated Contracting Officer's Representative (COR) acting within the limits of his authority. Contracting Officer's Representative will be so designated in writing to the contractor and the scope of his authority will be set forth therein. 2.No information, other than that which may be contained in an authorized modification to this purchase instrument duly issued by the Contracting Officer, may be considered a valid obligation. Information received from any other person employed by the U.S. Government will not be considered grounds for deviation from any stipulation of this purchase instrument or referenced drawings and/or specifications. (End of clause) PB 52.000-4458 SAFETY REQUIREMENTS (PBA) (AUG 90) (4458) The contractor will comply with the following factors: 1.Applicable portions of Department of Labor, Occupational Safety and Health Administration (OSHA) Standards 29 CFR 1910 and 1926; etc.; Army Regulation (AR), Department of Army Pamphlets (DA PAM); Pine Bluff Arsenal Regulations (PBAR); PBA Policy Letters; EM 385-1-1; General Safety Requirements (latest issue), whichever is the most stringent. The contractor shall be required to comply with any provisions of the Act/Manual pertaining to this operation. Any violation noted by the Contracting Officer or PBA Safety Officer must be corrected. 2. Where the work requires, the contractor will be required to furnish all personnel, equipment, marking, etc., necessary for the safe movement and flow of traffic at the job site as determined by the Contracting Officer. 3. Warning and Safety Signs - The Contractor shall install warning and safety signs at all strategic locations on the work site. Signs and barricades shall be constructed in accordance with OSHA standards. 4. Illumination - If night operations are carried on, the contractor will be required to furnish all plant, equipment, and labor necessary to insure adequate illumination. Prior to commencing night operations the contractor shall submit a plan to the Contracting Officer for approval showing the illumination layout he proposes to use. Adequate illumination as used herein shall be construed as the minimum lighting required to provide safe working conditions for contractor and Government personnel wherever work on this contract is in progress. There shall be sufficient light to permit the work to be performed in accordance with the plans and specifications and to permit complete inspection of all the work. 5.In certain specified areas, matches, lighters, or other flame producing devices will not be allowed. Smoking is absolutely prohibited in any of the restricted areas, buildings, or in cars and trucks except as authorized by the Contracting Officer. 6.Safety Briefing - The contractor shall allow for a 45 minute, mandatory, Safety briefing for all employees conducted at the Pine Bluff Arsenal Pass and ID office. 7.Notice of Required Seat Belt Use - As a means to increase safety, the Commander, Pine Bluff Arsenal, has established a policy that all occupants of a vehicle on the Pine Bluff Arsenal shall wear a seat belt. This policy extends to contractors and/or sub-contractors. Failure to use seat belts may result in the issuance of a citation or loss of driving privileges on the Pine Bluff Arsenal. 8.The contractor shall provide evidence that the company has a Safety & Occupational Health Plan. 9.The Contractor and Contracting Officer's Representative (COR) will document any hazardous work to be accomplished on the Hazardous Work Permit (Form PBA 387-7) in accordance with PBAR 385-31. 10.The General Contractor is responsible for assuring their sub-contractors comply with the safety items above. (End of Clause) PB 52.000-4459 MAGISTRATE SYSTEM (PBA) (AUG 90) (4459) Contractors are hereby notified that in accordance with the Untied States Code, the Federal Magistrate System has been enacted at Pine Bluff Arsenal. Persons issued a citation on Pine Bluff Arsenal are subject to fines and may be required to appear before a Federal Magistrate in Little Rock, Arkansas. (End of Clause) PB 52.000-5322 ORDER AND SCHEDULING OF WORK (PBA) (AUG90) (5322): 1.Unless otherwise expressly provided in the specifications, the contractor shall work only the normal working hours of Pine Bluff Arsenal, 7:00 a.m. to 4:30 p.m., Monday through Thursday and 7:00 a.m. to 3:30 p.m., every other Friday. However, contractor shall coordinate Friday work with the Contracting Officer or Contracting Officer's Representative, on Government Holidays or days that are observed in lieu of Government holidays or other days that are declared non-work days by the commanding Officer of Pine Bluff Arsenal or official of higher headquarters. Deviations from this requirement must be requested in writing and be approved by the Contracting Officer prior to the proposed extra working hours or work days. 2.Government holidays are as follows: New Years Day Independence Day Labor Day Thanksgiving Day Christmas DayMemorial Day Veteran's Day Columbus Day Presidents' Day Martin Luther King's Birthday When one of the above designated holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. 3. In the event the Contractor wishes to perform work outside the normal work hours, he shall submit his request through the technical representative to the Contracting Officer for approval. If such request is approved, the Contractor may be required to reimburse the Government for the cost of having an inspector at the work site. (End of Clause) PB 52.000-5410 INSURANCE LIABILITY (PBA) (AUG 90) (5410) a. Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statues, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so co-mingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. b. General Liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence is required. c. Automobile Liability. Automobile liability insurance written on the comprehensive form of policy is required. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on the policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of clause) Delivery Address: W911RP (SERVICE) NOT APPLICABLE FOR SERVICES/SHIP TO ADDRE 10-020 KABRICH CIRCLE PINE BLUFF AR 71602-9500 Payment Method: Check the method of payment preferred: ______ Credit Card ______ Electronic Fund Transfer. Proposals/Quote packets must be received by e-mail at jennifer.l.johnson262.civ@mail.mil or (870) 540-4090, no later than 2:00PM CST, 09 September 2014. Please reference solicitation number W911RP-14-T-0050 in subject line of all correspondence. *Do not submit your bid through ASFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1db39b8c2e2432a75ef927ffca927b32)
- Place of Performance
- Address: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff) ATTN: CCRC-ISP, 10-020 Kabrich Circle Pine Bluff AR
- Zip Code: 71602-9500
- Zip Code: 71602-9500
- Record
- SN03468658-W 20140820/140818235043-1db39b8c2e2432a75ef927ffca927b32 (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 |