SOLICITATION NOTICE
66 -- Open Probe Fast GC --this is a reposting of SB1341-16-RQ-0095 due to a lack of responsive quotes - Combined Synopsis Soliciation
- Notice Date
- 5/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB646040-16-00606
- Archive Date
- 5/28/2016
- Point of Contact
- Erik Frycklund, Phone: 3019756176
- E-Mail Address
-
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Open Probe Fast GC system manufactured by Aviv Analytical, Part Number OPFGC-AG, or equivalent. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. 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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-87 effective March 7th, 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible parties may submit a quote. BACKGROUND The National Institute of Standards and Technology (NIST), Material Measurement Laboratory (MML), Biomolecular Measurement Division (BMD) in Gaithersburg, Maryland is responsible for the development of chemical databases to accomplish NIST's mission to carry out collection, compilation, critical evaluation, publication and sale of standard reference data in accordance with Public Law 90-396. 90th Congress, H.R. 6279, July 11, 1968. The chemical databases provide standard reference data for laboratories, both within NIST and to the worldwide scientific community. The Mass Spectrometry Data Center (MSDC), a component of the BMD, is responsible for the development of the NIST/NIH/EPA Mass Spectral Library and special Mass Spectral Libraries (hereinafter, the Libraries) (http://www.nist.gov/srd/nist1a.cfm, http://chemdata.nist.gov/dokuwiki/doku.php?id=peptidew:start). This development includes generating and analyzing data obtained by Gas Chromatography-Mass Spectrometry (GC-MS). One of the limitations of GC-MS method is associated with the analysis of thermally and catalytically labile compounds. The capabilities of GC-MS for detection of these compounds can be extended by: (1) chemical modifications of labile compounds, or (2) minimizing time and high temperature exposure of a substrate via employment of fast GC technology. The MSDC requires a special sample introduction system that incorporates a fast GC technology. The system shall be compatible with the existing MSDC Agilent GC-MS systems. Incorporation of the fast GC technology shall reduce the temperature and the time necessary for the introduction of a sample to the mass spectrometer and diminish decomposition of sample components. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that are considered satisfactory to meet the agency's requirement. The Contractor shall provide an Open Probe Fast GC system manufactured by Aviv Analytical. Aviv Analytical Part Number OPFGC-AG, or equivalent. The Contractor shall also provide installation, training, and a one-year warranty. LINE ITEM All interested quoters shall provide a quote for the following line item. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0001: Quantity one (1) each Aviv Analytical Open Probe Fast GC system including installation, training and warranty, Aviv Analytical Part Number OPFGC-AG, or equivalent, meeting all of the salient characteristics and all requirements identified herein. Salient Characteristics • The instrument must include a fast GC unit that is compatible with all of the following NIST-owned Agilent GC-MS systems: (a) 7000, (b) 5975 and (c) 5977. The instrument must connect the fast GC unit of the instrument to the Agilent GC-MS system with a GC column that runs from the fast GC unit to the GC of the Agilent GC-MS system. During installation, the Government will test the open probe fast GC system for compatibility with its Agilent 5977 GC-MS system only. The Government anticipates that compatibility with its 5977 indicates that the open probe fast GC system will be compatible with both the Agilent 7000 and 5975 systems. If the open probe fast GC system is determined to be incompatible with any system, the Contractor shall provide all required remedies, at no additional cost to the Government, to make the open probe fast GC system compatible with all of the aforementioned NIST-owned Agilent systems. • The instrument must be able to be mounted on top of the Agilent GC system. • The instrument must be capable of producing a GC-MS analysis cycle time of less than one minute. • The instrument must allow a gas pump flow rate of 12 ml/min and a column flow rate of 3 ml/min. • The sample introduction unit must have an adjustable gas input flow rate of 50-100 ml/min. • The sample introduction unit must allow the user to load the sample directly for GC-MS analysis without sample preparation. The sample introduction unit must allow the user to introduce the sample using a standard melting point vial/capillary (1.5 mm O.D., 1 mm I.D.) by touching the vial to the sample and inserting the vial into the sample introduction unit. • The sample introduction unit must include an oven that is open to ambient air pressure to ease sample insertion, while it can be sealed when not in use. • The sample introduction unit must include a heated oven that uses flowing Helium gas that will vaporize the sample at a temperature up to 300ºC. • The sample introduction unit must have helium purge flow protection to prevent air leakage into the oven. • The sample introduction unit must transfer the vaporized sample by helium carrier gas into the fast GC unit. • The fast GC unit of the instrument must have a column temperature of up to 350°C. • The fast GC unit must have a temperature program rate of up to 1200°C per minute. • The fast GC unit must allow the use of a commercially available standard fused silica column from any vendor (0.25 mm I.D., 0.1 µm film). • The fast GC unit cool down time to 60°C must be less than twenty seconds. • The instrument must include a software package that provides the needed tools to control all aspects of the instrument. • The system must include an operations and maintenance manual covering proper operation, routine maintenance, and troubleshooting for the instrument and controlling software. • The instrument must be delivered with five pre-cut liners that shall be compatible with the instrument. Installation: The Contractor shall install the instrument in Building 221 at NIST Gaithersburg, MD on an Agilent 5977 GC-MS system. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of the instrument to the Agilent GC-MS, start-up, demonstration of specifications, and removal of all trash. The Contractor shall demonstrate that the instrument is running in accordance with the Salient Characteristics above on an Agilent 5977 GC-MS system. The Contractor shall demonstrate that the instrument is compatible with the Agilent 5977 GC-MS system by demonstrating that a sample can be run through the instrument in accordance with the Salient Characteristics above and automatically subsequently analyzed by MS with the use of the Agilent GC-MS system. Installation shall take place during normal business hours, between 8:30 am and 5:00 pm Eastern Time, Monday through Friday except Federal Holidays, and shall be coordinated with the NIST Technical Point of Contact (TPOC). Installation shall be completed no later than thirty days from the date of delivery. Training: The Contractor shall conduct training at NIST, Gaithersburg, MD, for up to five NIST personnel covering normal operation, troubleshooting, and routine maintenance. Training shall be provided during normal business hours, between 8:30am and 5:00pm Eastern Time, Monday through Friday, except Federal Holidays, and shall be coordinated with the NIST TPOC to ensure maximum availability of NIST personnel. The training shall be completed on-site at NIST within ten days of installation and demonstration of specifications. Warranty: The Contractor shall provide a one-year warranty for the system. The warranty shall: • Guarantee full system performance of the instrument. • Provide unlimited support, maintenance, and diagnostics by telephone and/or Skype during regular business hours to repair the instrument to the salient characteristics no later than seven business days from the date that the Contractor is contacted. • If the instrument is not able to be repaired with the assistance of Contractor by telephone and/or Skype, the Contractor shall cover all expenses of repair to the instrument to the Salient Characteristics, which shall include all parts and labor. The Contractor may elect to repair the instrument at the Contractor's location, or at NIST Gaithersburg, MD during normal business hours. If the Contractor elects to repair the instrument at the Contractor's location, the Contractor shall cover shipping and packing costs (including, but not limited to, the costs of shipment of the instrument and parts, shipping materials, required special crates and boxes, and insurance coverage for the instrument and parts). The Contractor shall assume all liability for damages or loss incurred during transportation. If the Contractor elects to repair the instrument at NIST Gaithersburg, MD, the Contractor shall cover travel and per diem costs. DELIVERY Delivery, installation, training and demonstration of salient characteristics shall be completed not later than 190 days from the date of award. Delivery terms shall be FOB Destination. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. PAYMENT SCHEDULE The Contractor shall be paid in one lump sum payment upon successful completion of delivery, installation, training and demonstration of salient characteristics. EVALUATION OF QUOTATIONS The following will be used to evaluate quotations: Technical Capability Price This requirement will be awarded to the quoter who presents a technically acceptable quotation at the lowest price. TECHNICAL CAPABILITY Technical capability shall be evaluated to determine the Contractor's ability to successfully complete the project. Documentation will be evaluated to determine that the quoted equipment meets the salient characteristics identified and meets the requirements of the Government in essentially the same manner as the brand name. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses the Line Item. 2) Technical description and/or product literature. Quoters shall include the manufacturer, make and model of the quoted product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics, and the requirements for installation, training, and warranty stated herein. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; 3) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) 4) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. 5) The name of the manufacturer and the country of origin for the quoted equipment. 6) A completed copy of the attached provision titled Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Erik Frycklund, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Quoters shall ensure the RFQ number is visible as the email subject or on the outermost packaging. Submission must be received by 12:00 p.m. local time on May 13th, 2016. E-mail quotations are acceptable. Quotations must be emailed to erik.frycklund@nist.gov. Quotations shall be considered received when the quotation enters into the electronic mailbox of Erik Frycklund. PROVISIONS AND CLAUSES The full text of a Federal Acquisition Regulation (FAR) provision or clause may be accessed electronically at www.acquisition.gov. The following FAR provisions apply to this acquisition: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror's Representations and Certifications-Commercial Items 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, quoters must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. 52.204-20 Predecessor of Offeror (a) Definitions. As used in this provision- "Commercial and Government Entity (CAGE) code" means- (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by NATO's Support Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Contractor and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NCAGE code. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it □ is or □ is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark "Unknown") Predecessor legal name: _________________________ (Do not use a "doing business as" name) (End of provision) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The following FAR clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 (MAR 2015) including sub-paragraphs: (checked clauses are applicable to this solicitation) __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts _XX_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. _XX_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters. __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award. __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns __ (17)(i) 52.219-9, Small Business Subcontracting Plan __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2014) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders __ (19) 52.219-14, Limitations on Subcontracting __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside _XX_ (22) 52.219-28, Post Award Small Business Program Representation __ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns __ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program XX__ (25) 52.222-3, Convict Labor (June 2003) XX__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies XX__ (27) 52.222-21, Prohibition of Segregated Facilities XX__ (28) 52.222-26, Equal Opportunity ___ (29) 52.222-35, Equal Opportunity for Veterans XX__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities ____ (31) 52.222-37, Employment Reports on Veterans __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act _XX_ (33)(i) 52.222-50, Combating Trafficking in Persons __ (ii) Alternate I (Mar 2015) of 52.222-50 __ (34) 52.222-54, Employment Eligibility Verification (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment __ (ii) Alternate I. __ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions __ (ii) Alternate I __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products __ (ii) Alternate I (Jun 2014) of 52.223-16. XX__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving __ (41) 52.225-1, Buy American-Supplies XX_ (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act XX__ (ii) Alternate I __ (iii) Alternate II __ (iv) Alternate III __ (43) 52.225-5, Trade Agreements XX__ (44) 52.225-13, Restrictions on Certain Foreign Purchases __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items __ (49) 52.232-30, Installment Payments for Commercial Items XX__ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management __ (52) 52.232-36, Payment by Third Party __ (53) 52.239-1, Privacy or Security Safeguards __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference The following U.S. Department of Commerce Acquisition Regulation (CAR) provisions and clauses apply to this procurement. The full text of a CAR provision or clause may be accessed electronically at www.acquisition.gov. Reference Supplemental Regulations, U.S. Department of Commerce. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY 1352.209-73 COMPLIANCE WITH THE LAWS 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Grace Garrity, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.246-70 PLACE OF ACCEPTANCE **NIST, Gaithersburg, MD. NIST LOCAL 04: BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB646040-16-00606/listing.html)
- Record
- SN04105204-W 20160506/160504234238-4f8d4d4f5cae78d1a3931e9c90e66e01 (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 |