Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

99 -- Portable Barrier - SPecSheet

Notice Date
6/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 123 MSG/MSC, KY ANG, 1101 GRADE LANE, LOUISVILLE, Kentucky, 40213-2679, United States
 
ZIP Code
40213-2679
 
Solicitation Number
F7H3SF8116AW01
 
Archive Date
7/20/2018
 
Point of Contact
Glennquetta Odom, Phone: 5024134617, Anthony M Hayden, Phone: (502)413-4617
 
E-Mail Address
glennquetta.d.odom.mil@mail.mil, anthony.m.hayden2.mil@mail.mil
(glennquetta.d.odom.mil@mail.mil, anthony.m.hayden2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SpecSheet UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2018. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, ad lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a meets, exceeds, or an OR Equal item. Or Equal (All items requested will accept a meets, exceeds, or an Or Equal item.) Please confirm that your items are on your GS Schedule or if they are Open Market. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) Pending Availability of Funds. Please make quotes good through 30 September 2018. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Lowest Price Technically Acceptable (LPTA) FBO Announcement: Combined Synopsis/Solicitation Action Code: <COMBINED> Classification Code: 1799 Subject: Portable Barrier Solicitation Number: F7H3SF8116AW01 Response Date: July 5, 2018 Contact Points: Glennquetta Odom Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: 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 separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $15 Million. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. GSA quotes received will take precedence over any open market quotes per FAR part 8 Price Schedule: All offerors shall provide a quotation for the following line items: Line Item 1: BASIC STRUCTURE, -12 FT. (STANDARD) CLEAR OPENING 2 EACH Line Item 2: BATTERY OPERATED HYDRAULIC PUMP / W CONTROL STATION 2EACH Line Item 3 : BARRIER TRAILER ASSEMBLY - INCLUDES SPARE TIRE, UTILITY BOX, AND VIN NUMBER 2EACH Line Item 4: MP5000 SYSTEM OPTIONS: (NOT INCLUDED WITH BASIC SYSTEM) REMOTE OPEN/CLOSE PUSH BUTTON STATION W/20' CABLE 2EACH Line Item 5: MP5000 SYSTEM OPTIONS: (NOT INCLUDED WITH BASIC SYSTEM) BARRIER TURN TABLE 2EACH Line Item 6: STEEL SURCHARGE 1 EACH Line Item 7: TBD Freight 1 EACH Line Item 8: INSTALLATION 1 EACH Line Item 9: MP5000 SYSTEM OPTIONS: (NOT INCLUDED WITH BASIC SYSTEM) POWER CORD (300 FT) / SOW 14/3 BLACK NEOPRENE CONNECTORS ARE: 71435K41 PLUG / 509-2016 CONNECTOR MATE 2 EACH Line Item 10: MP5000 SYSTEM OPTIONS: (NOT INCLUDED WITH BASIC SYSTEM) ADDITIONAL MPL4050 CABLE---300FT OF TOTAL CABLE 2EACH Item Details: See Spec Sheet Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. 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): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (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) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (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 Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Thursday, July 5th, 2018 at 10:00AM EST. FAX quotations shall not be accepted. E-mail quotations shall be accepted at glennquetta.d.odom.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2018. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Glennquetta Odom, (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. PORTABLE POP UP BARRIER SYSTEM SPECIFICATIONS -Barrier construction Barrier shall be an above grade, portable assembly containing a PHALANX TYPE Full Width Barrier Ramp hinged at both ends, raised and lowered by means of a Hydraulic Operating System. When the Barrier Ramp is raised to the guard position, it shall present a formidable obstacle to approaching vehicles. Upon vehicle impact, the force shall first be absorbed by the Barrier Ramp and then transmitted to the ground plate and inertia buttress. -Barrier Height Height of the Barrier shall nominally be 30 inches (0,760 M) as measured from the roadway surface to the top edge of the Barrier Ramp. -Barrier Clear Opening The standard clear opening shall be 144 inches (3.65 M) as measured inside to inside of the buttresses, or 192 inches (5.33 M). Please specify144 inch clear opening or 192 inch clear opening. -Finish All external surfaces of the barrier, ramps, support mechanism and transporter shall have a rust inhibiting industrial enamel surface. The Barrier is optionally available with inorganic zinc rich primer and color finish coat. -Barrier Ramp Locking Method The following locking device shall be furnished Manual Locking Pin The Barrier shall be provided with a locking pin with padlock locking points to secure the Barrier in the guard position. (Padlock to be furnished by KYANG) PERFORMANCE -Experience Barrier and auxiliary equipment shall be of a proven design. Manufacturer shall have 20 years documented experience with similar vehicle Barriers. -Qualification Tests Barrier design shall have been successfully tested in full scale configuration in accordance with the Department of State Specification SD-STD-02.01 dated April, 1985- with CERTIFIED RATINGS OF K4/L1 and or ASTM 2656-07 M30 and ASTM 2656-07 M40 (K4,K8) Successful full scale crash tests in accordance with Department of State Specification SD-STD-02.01, dated April 1985, were conducted May 29, 2003 at KARCO Engineering, Adelanto, California and ASTM 2656-07 M30 were run on May 15, 2009 at KARCO. PRIME MOVER - HYDRAULIC POWER UNIT- BATTERY POWERED -Barrier System The Barrier System shall be raised, lowered, deployed and retrieved by means of a Battery Powered precision Hydraulic Power Unit (Reference Delta Document H4050 HPU/DC) The Hydraulic Power Unit shall be powered by a high energy, deep discharge battery. When fully charged it can typically operate the Barrier Ramp 125 cycles without recharging provisions. -Speed The standard rising speed of the Barrier Ramp to a full guard position shall be adjustable within the range of 5-12 seconds. Lowering speed shall be within range of 3-15 seconds. Barrier direction shall be instantly reversible from the control station(s) or manual push button control, at any point in a cycle. RECHARGING SYSTEMS The Hydraulic Power Unit circuit shall be designed and configured to accept a wide range of external inputs for recharging the battery or for direct powering of the Hydraulic Power Unit. - Built in Battery Charger Local Power Source. The Hydraulic Power Unit shall have a built-in Battery Charger, operating on local power, sized to operate the barrier 400 complete up/down cycles in a 24 hour period. (Based on a maximum throughput of 60 in any two-hour period). -Solar Re-Charging System The system shall be supplied with a Solar Array sized to provide sufficient power to meet the Frequency of Operation (Continuous) rate as specified herein. Solar Panel Array The Solar Panel Array is provided with a mounting post and frame for local placement or mounting. An interconnecting electric cable 10 feet long shall be provided. Solar Panel Array Re-Charging System The Solar Array Re-Charging System will maintain the Internal Battery at working levels. The Solar Array is sized so that for each standard solar day (defined as 5 hours continuous sunlight) the Barricade system can be operated 30 full cycles without depleting the overall battery charge level. (Also available - Solar Array with capacity to operate 60 full cycles without depleting the overall battery charge level.) -Field Interchangeable Battery Pack The system shall be supplied with- Portable Rechargeable Battery Packs suitable for rapid field replacement or interchange. The Battery Pack shall be provided with a cable and connector. A mating connector will be mounted on the HPU for quick attachment. When fully charged a Rechargeable Battery Pack will operate the Barrier 50 full cycles without external re-charging. Each Rechargeable Battery Pack shall have a built-in battery charging circuit that will operate from 115 VAC 50/60 Hz or from standard 12V DC automotive power outlets. The Battery Pack will be in a self-contained plastic insulated case and have suitable carrying handles and electric power cord for convenient recharging. -Other Charging Means The Hydraulic Power Unit control panel shall have input electrical connectors to accept the following inputs. One or more external source may be used simultaneously. Direct Powering of the Hydraulic Power Unit a) Jumper input from standard automobile battery 12VDC. (10-ft jumper cables with battery clips and plug in connectors - furnished). b) Input from Field Interchangeable Battery Pack (cable integral with Battery Pack). Battery charging a) 110-120VAC 50/60Hz. b) Solar panel output [cable furnished with Solar Panel(s)]. c) 12VDC power output from standard automotive dash plug. MANUAL OPERATION A separate hydraulic pump, manually operated shall be incorporated in the Hydraulic Power Unit to be available for deployment, retrieval and operation of the Barrier in the event of an insufficient power situation. HYDRAULIC POWER UNIT Local Power Source -Hydraulic Circuit Unit shall consist of an electrically driven hydraulic pump which shall be connected to electrically actuated valves installed on a manifold to allow oil to be driven to a hydraulic cylinder(s) to raise or lower the Barrier during normal operation as well as deploying and retrieval. The hydraulic circuit shall include all necessary control logic, interconnect lines and valves. - Main Power The electric motor driving the hydraulic pump shall be fed from (site voltage, phase and frequency, i.e. 230/3/60). ** Motor shall be sufficiently sized for the expected number of Barrier operations. -Frequency of Operation Barrier shall be capable of ------complete up/down cycles per hour. CONTROLS The Barricade shall be controlled by means of (CONTROL AND LOGIC CIRCUITS ** KEYED PUSH BUTTON SWITCH PANEL **) - Control and Logic Circuits The following control circuits and stations shall be furnished: Control Circuit A control circuit shall be provided to interface between all Barrier control stations and the hydraulic power unit. This circuit shall contain all Programmable Logic Controllers, relays, timers and other devices when applicable. Voltage The control circuit shall operate from a (120 volt, 50/60 Hz supply 240 volt, 50/60 Hz or 24 VDC **). An internally mounted transformer shall reduce this 24VAC (24 VDC) for all external control stations. Power Consumption The control circuit power consumption shall not exceed 250 watts basic load, plus 200 watts for each Barrier in the system. Construction The control circuit shall be mounted in a general-purpose enclosure. All device interconnect lines shall be run to terminal strips. -Standard Remote Control Station A standard remote control station shall be supplied to control the Barrier operation. This panel shall have a key lockable main switch. Buttons to raise or lower the barrier shall be provided. Construction The control station shall be mounted in a weather resistant, minimum rating NEMA 4 (IEC IP65), electrical enclosure. All connection points shall be clearly identified and coded to the applicable drawing. Voltage The remote control panel shall operate on 24 VDC. Panel Panel shall be equipped with a timer circuit to notify the operator via an annunciator "squealer" that the Barrier has been left in the up position for too long time period. The time interval shall be pre-set at the factory. Position Indicating Lights The Barrier shall be supplied with a limit switch to actuate when the Barrier is securely down. The limit switch shall operate panel lights to indicate the Barrier secure and not secure condition. KEYED PUSH BUTTON SWITCH STATION -The Barricade Ramp Shall be remotely controlled from a Keyed Push Button Station. The Station shall include 'Barrier Raise' and 'Barrier Lower' push buttons and a locking key switch. -Station The station shall be suitable for stand-alone or console mounting and will be oil, dust and drip tight (NEMA 3 equivalent). TRANSPORTER The Barrier system shall be mounted on a dual axle transporter with torsion suspension, configured for towing behind pick-up truck or equivalent. Highway towing with a vehicle designed to take the tongue weights and gross vehicle weight, such as a 2.5 ton truck. The Barrier shall be furnished with all necessary running lights, safety chains, electric brakes and other running gear acceptable to most domestic State highway departments. -Gross Vehicle The Gross Vehicle weight including Barrier shall be approximately 10,000 pounds. -Tongue Tongue weight: 12' version approximately 1,214 pounds (nominal). 16' version 775 pounds (nominal). QUALITY ASSURANCE PROVISIONS -Testing Upon completion, the Barrier system will be fully tested in the manufacturer's shop. The following checks shall be made: Identification A nameplate with manufacturer's name, model number, serial number and year built shall be located at the hinged end structure. Workmanship The Barrier shall have a neat and workmanlike appearance. Dimensions Principle dimensions shall be checked against drawings and ordering information. Finish Coatings shall be checked against ordering information and shall be workmanlike in appearance. PREPARATION FOR SHIPMENT The Barrier system shall be crated or mounted on skids as necessary to prevent damage from handling. The shipping container(s) shall be of sufficient structural integrity to enable the assembly to be lifted and transported by overhead crane or forklift without failure. BASIC STRUCTURE, -12 FT. (STANDARD) CLEAR OPENING BASIC STRUCTURE, -12 FT. (STANDARD) CLEAR OPENING BASIC STRUCTURE, -12 FT. (STANDARD) CLEAR OPENING
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H3SF8116AW01/listing.html)
 
Record
SN04945380-W 20180607/180605231624-3be564ea98a9b5a36301fa3b2701fa01 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.