Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
DOCUMENT

H -- Patient Overhead Lift Annual PMI Service - Attachment

Notice Date
9/12/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618U0210
 
Response Due
9/20/2018
 
Archive Date
10/20/2018
 
Point of Contact
Anthony R Mitchell
 
E-Mail Address
0-4068<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25618U0210_1 Posted Date: September 12 2018 Original Response Date: September 20, 2018 Current Response Date: Product or Service Code: H165 Quality Control Services /Medical, Dental and Veterinary Set Aside (SMALL BUSINESS): Service Disable Veteran Owned Small Business (SDVOSB) NAICS Code: 811219 Contracting Office Address NCO 16 Department of Veterans Affairs Overton Brooks VA Medical Center (90C) 510 East Stoner Avenue Shreveport LA 71101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The Gulf Coast Veterans Health Care System (GCVHCS), 400 Veterans Ave, Biloxi, MS 39531 is seeking contractor to perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems. This is a Service Disabled Veteran Owned Small Business (SDVOB) Set-Aside. In order to qualify for this set-aside, firms must be registered in System for Award Management (SAM) www.sam.gov. SDVOSB Quoter must be CVE certified SDVOSB at www.vip.vetbiz.gov This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective August 22, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5 Million. The attached Wage Determination WD 15-5147 (Rev.-5) was first posted on www.wdol.gov on 01/06/2018 will apply to this Combined Solicitation Synopsis. All interested companies shall provide a quotation for the following: Services 1. Contracting Officer s Representative (COR) if needed otherwise POC information. Name: Chris Nelson Section: Engineering Address: 400 Veterans Ave. Biloxi Phone Number: 228-523-4337 E-Mail Address: chris.nelson@va.gov 2. Contract Title: Patient Overhead Lift Weight Testing and Certification 3. Background: This is an ongoing Annual requirement for all patient overhead lifts and rail systems on Biloxi campus and CBOC s for the GCVHCS. 4. Scope. Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with annual instructions and check list below. 5. Specifications/Characteristics: Annual Instructions for GH2 Ceiling Lift Inspection 1) Rail System. Inspect all bracket fixings to wall and/or ceiling, rails and stabilizers for tightness. Inspect and retighten the end-stops and make sure they are secure with roll pins. Inspect at all rail connections to ensure correct positioning of the rail connectors and pins. Find the label where the max capacity of the rail is stated and perform a weight test with similar weight. Hang the rated load of the rail system and drive it through the entire system while visually controlling that any bracket gives up to the weight. If the installation does not have the label, use the hoist capacity and the distance between supports as a guide and perform a weight test with a weight equivalent to 1.5 the selected max capacity for 5 minutes at each bracket locating the weight as close as possible to the bracket. If there is a combi-lock, switch track or turn-table in the installation, it should be considered as connecting to a second system and must be test accordingly. After the weight test Inspect level of the rail system with a laser or a box level at least 6 feet long. Mark the rail system with one label stating clearly the max capacity and the next inspection date. Inspect that the rated load of the hoist is less than or equal to the rated load of the rail system. 2) Electrical Connections. Inspect for broken wires, striped insulation and ground connection. Inspect that all cables are secured. 3) Hoist. Remove all covers and inspect all the snap rings and or E-clips between trolley and hoist. Remember snap rings must not be re-used; E-clips can be reused. Insure the strap is properly fitted to the shaft of the hoist and there is a locking ring securing the strap. To do this you have to move the print base out of the way. Perform a full lifting cycle with the rated load of the hoist and listen any abnormal sounds from the hoist and that the hoist can lift the load without any problem. This is, going up all the way until the hoist stops by the end stop switch and going down until the hoist stops by the end stop down. While going up pull the string for the emergency stop and make sure the hoist stops. Do the same in the down direction. After the emergency stop and while the hoist is off, pull the emergency lowering string and make sure the hoist is lowering at a low speed. Place a sticker which includes the next inspection date and inspector initials. 4) Strap Inspect the whole length of the strap for frayed, hard spots, broken stitches, cut threads and deformations. Inspect the connection of the strap and the hanger. Make sure the Allen screws are tight, if applicable. 5) Lifting Hanger Inspect the welding and sling attachments points for cracks and deformations. Inspect the space between hanger and swivel and make sure the hanger in not wobbling. 6) Combi-Locks, if applicable Make sure the safety locks open and close easily manually and electrically whichever is applicable. Make sure they do not open while the traverse is not present. Inspect for corrosion. Inspect attachment to rail. At the conclusion of annual weight testing and inspection of the GH2 Installed Ceiling Lift systems, contractor must provide a completed checklist of items listed below. Annual Inspection Checklist 1) Rail System. Inspect and retighten all bracket fixings to the ceiling or wall. Inspect and retighten all bracket fixings the rails. Inspect and retighten all stabilizers. Inspect and retighten the end-stops and Inspect they are secure with roll pins. Inspect all rail connections for correct positioning and roll pins. Perform a weight test with a ________pound load. Inspect level of rail system. Mark the rail system with max load. Inspect that the rated load of the hoist is less than or equal to the rated load of the rail system. Place a sticker with the next inspection date. 2) Electrical Connections Inspect that all cables are secured. Inspect for broken wires Inspect for frayed insulation 3) Hoist Inspect all locking snap rings and or E-clips between trolley and hoist. Inspect the strap is properly fitted to the shaft of the hoist. Inspect the emergency stop. Inspect the emergency lowering. Perform a full lifting cycle with rated load. Place a sticker with the next inspection date. 4) Strap Inspect the entire length of the strap for damage or wear. Inspect the connection of the strap and the hanger. 5) Lifting Hanger Inspect welding areas as applicable. Inspect sling attachment. Inspect the space between hanger and swivel. 6) Combi-lock if applicable. Inspect the safety locks. Clean inside rails where safety locks are located (Mounted). Inspect that safety locks perform properly (i.e. Open and close easily both electrically and manually. Inspect for corrosion on the safety locks. Check the safety locks do not open when the traverse is not present. 6. Delivery. Prior to any work being completed the vendor will coordinate with Engineering Service COR Brandon O Neal or Machine Shop Supervisor Chris Nelson for dates, times and locations. ?.## PRICE SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with Statement of Work. POP Begin: 10-01-2018 POP End: 09/30/2019 1001 1.00 YR __________________ __________________ Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 2001 1.00 YR __________________ __________________ Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 3001 1.00 YR __________________ __________________ Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 4001 1.00 YR __________________ __________________ Perform required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with Statement of Work. Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 GRAND TOTAL __________________ The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS JAN 2017 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Instructions To Offerors Addendum: The Government will select the quote that is the lowest price, technically acceptable and represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price and technical acceptability to meet salient characteristics. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is a contractor that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only that contractor quoting the lowest price, technically acceptable service, to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price. The Government may determine that a quote is unacceptable if prices are significantly unbalanced. FAR Part 15 will not be used for this procurement. 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Prospective Contractors are required to submit two separate documents; one (1) Part A - Content of the Non-Price Factors/Technical Part and one (1) Part B Price Part. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. Part A - Content of the Non-Price Factors/Technical Part will be evaluated on Pass / Fail basis Contractor will need to demonstrate that the services offered meets at the minimum the Salient Characteristics described within the Schedule of Items and Specifications. Contractor to provide technical brochures to demonstrate whether the quoted items meet the minimum requirements/salient characteristics provided in the combined synopsis solicitation. Electronic data or virtual link in order to examine capabilities will be acceptable. Contractor shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Part B - Content of the Price Part Price schedule Total price for CLINs as described in Statement of Work. If your submission to this combined synopsis solicitation does not follow the requirements above or otherwise required by the solicitation your company risks not being considered for award. EVALUATION OF QUOTE: Award shall be made to the quoter whose quotation is the Lowest Priced and Technically Acceptable. Only the lowest priced quote will be evaluated for technical acceptability. If this quote is found to not be technically acceptable, the next lowest priced quote will be evaluated. This sequence will occur until a quote is found to be technically acceptable at the lowest price point. Once a quote is found to be technically acceptable, the technical evaluation will cease. TECHNICAL EVALUATION Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as the whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. PRICE EVALUATION A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Addendum) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) (DEVIATION 2018-O0012) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990) FAR 52.217-8, OPTION TO EXTEND SEVICES (NOV 1999) FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.232-19 AVAILIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) 852.219-74 VA CLASS DEVIATION 852.72 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) FAR 52.232-40 PROVIDING ACCELERATED PAYMENS TO SMALL BUSINESS SUBCONTRACTORS(DEC2013) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 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.) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: All quotations shall be sent to Anthony Mitchell by email to: Anthony.Mitchell4@va.gov. FAR 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). FAR 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee  Class Monetary  Wage-Fringe  Benefits Machinery Maintenance Mechanic $24.45 + Fringe Benefits Maintenance Trade Helpers $16.74 + Fringe Benefits FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 852.252-70 Solicitation provisions or clauses incorporated by reference. As prescribed in 852.102(a), insert the following provision: SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.   Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. This is a 100% Service Disabled Veteran Owned Small Business (SB) Set-Aside combined synopsis/solicitation for the performance of required Annual Inspections and Weight Testing & Maintenance of 207 GH2 Ceiling Lift Systems and an additional 105 GH2 Trolley systems, in accordance with annual instructions provided in Statement of Work. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony.Mitchell4@va.gov not later than close of business, 3:30 PM (CST), 15 September 2018. Submission shall be received not later than 20 September 2018, 12:00 Noon Central Standard Time (CST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. RESPONSES ARE DUE Thursday, 20 September 2018, by 12:00 Noon (CST). Quotes are due electronically to Anthony.Mitchell4@va.gov no later than the response date. Only electronic quotes will be considered. Point of Contact: Anthony Mitchell Contracting Officer anthony.mitchell4@va.gov See attached document: WD 15-5147 (Rev.-5).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618U0210/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0210 36C25618U0210_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589424&FileName=36C25618U0210-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589424&FileName=36C25618U0210-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;GULF COAST VETERANS HEALTHCARE SYSTEM (GCVHCS);Engineering;400 Veterans Ave.;Biloxi MS
Zip Code: 39531-2410
 
Record
SN05085301-W 20180914/180912230911-a24f280cd10e30eb6f88dd254a99bbb0 (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.