DOCUMENT
91 -- RFQ # 36C78618Q9584 | SOUTHEAST DISTRICT - Fuel: Diesel & Gasoline supporting Puerto Rico National Cemetery - Attachment
- Notice Date
- 9/14/2018
- Notice Type
- Attachment
- NAICS
- 454310
— Fuel Dealers
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q9584
- Response Due
- 9/17/2018
- Archive Date
- 10/17/2018
- Point of Contact
- Eric Washington
- E-Mail Address
-
8-7215<br
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9584 Post Date: 09/14/2018 Response Date: 9/17/2018 at 1300 HR EST Applicable NAICS: 454310 Classification Code: S206 Set Aside Type: This open to Three-Tiers Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business (SB) Period of Performance: Date of Award through September 30, 2018 (Four one-year options, if exercised) Delivery Requirement: Within 48 hours of order placement Attachments: None Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Service 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Puerto Rico National Cemetery # 50 Avenue Cementerio Nacional Bayamon, PR 00961-3887 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 1300 HR EST 09/17/2018. Responses to this announcement will result in a Fixed-Price Requirements Contract with FOB Destination and the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Ft Snelling National Cemetery anticipate a purchase order for Unleaded gas and Off-Road Diesel delivery services. The applicable North American Industrial Classification System (NAICS) code for this procurement is 454310, with a business size standard of 100 employees. The National Cemetery Administration is seeking quotes from Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) and Small Businesses (SB) qualified for the provision of the Unleaded gas and Off-Road Diesel supply and delivery services. As this is an on-demand service with 48 turn around a local business is preferred. Nonlocal businesses shall state with their added value is to the contract. B.2 DESCRIPTION/SPECIFICATIONS B.2.1 SCOPE The Contractor shall furnish and deliver Fuel and Propane on an as needed basis to Fort Snelling National Cemetery. Delivery should be within 48 hrs. of request to: Puerto Rico National Cemetery # 50 Avenue Cementerio Nacional Bayamon, PR 00961-3887 B.2.2 GENERAL INFORMATION Contracting Officer: Administration of this contract will be by the Contract Officer (CO), National Cemetery Administration Contract Service; Stafford, Virginia. COR: The VA Contracting Officer will delegate one or more representatives to serve as the Contracting Officer s Representative (COR). | COR: Mr. Robert Moreno Roberto.moreno@va.gov The COR is responsible for providing contract oversight and technical guidance to Contractor, placing orders for services, certification of invoices, and overseeing technical aspects of the contract. The COR is not authorized to add, modify, delete, relax or otherwise change any of the costs, specifications, provisions, requirements, terms or conditions of the contract and delivery orders issued under the contract. All administrative functions remain with the VA Contracting Officer. Period of Performance: Date of award through September 30, 2018 (Four, one-year option periods if exercised). The guaranteed minimum award for this contract is $23,000.00. The maximum aggregate value of orders that can be placed under this contract is $10,00.00. The Government does not guarantee that it will place any orders under this contract more than the guaranteed minimum award amount. B.2.3 GENERAL REQUIREMENTS 1. Unleaded Gasoline approx. 1000 gallons (Maximum Tank Capacity) annually 2. Diesel Fuel approx. 2,000 gallons (Maximum Tank Capacity) annually, off-road Puerto Rico National Cemetery has below ground tanks, one for diesel that holds 2000 Gallons and one for unleaded that holds 10000 Gallons. The Contractor shall deliver the fuels to the cemetery address above, FOB Destination on an as- needed basis. The government will contact the Contractor by the phone or email to schedule deliveries. Invoicing: The Contractor shall provide a metered delivery ticket, via email, to the Cemetery Point of Contact immediately upon delivery or by the next business day. The delivery ticket shall include the following information at a minimum: Date of Delivery Total Gallons Delivered Price per Gallon to include: Rack Price (date & time stamped) Contractor Mark-Up Per Gallon Total Unit Price Invoices for payment shall be submitted in arrears through www.http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ B.2.4 STANDARDS OF CONDUCT The Contractor is responsible for the ethical conduct of its employees. These standards and regulations are enforceable under Title 38, U.S.C. Section 218. Contractor personnel shall adhere to the following standards of dress and conduct while performing work in Fort Snelling National Cemetery: Contractor shall maintain satisfactory conduct and work performance of its personnel including administering disciplinary action when determined necessary. It will be at the discretion of the COR to initiate immediate removal of Contractor personnel from cemetery grounds if conduct standards are not adhered to during contract performance. Contractor shall remove his/her employee from the cemetery for cause to include but not limited to willful misconduct and/or unacceptable performance of the work required under the contract. Misconduct shall form the basis for immediate contract enforcement action, to include immediate removal from the cemetery. Contractor-furnished personnel, supplies, services, equipment and materials, including personnel provided and necessary for contract performance shall be consistent and fully compliant with applicable OSHA, Federal, State, County and local ordinance laws & regulations. The Contractor is responsible for training its personnel regarding safety precautions and procedures prescribed by OSHA Standards. Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to Cemetery personnel. Shirts, T-shirts, long pants, neat jeans or walking shorts are permissible. Contractor personnel shall be fully clothed at all times, to include an upper garment to cover the body from waist to neck. Tank tops as an outer garment are prohibited, as well as many garments which have a message or slogan affixed thereon. It is expected that personnel will conduct themselves in a respectful manner, not engaging in loud boisterous behavior or use profane or abusive or otherwise inappropriate language. Radios and/or video or otherwise electronic games / devices are not permitted while performing work on the grounds of the cemetery. Consume food and beverages only within areas designated by the COR(s). Use of intoxicating beverages and/or drugs is strictly prohibited. Contractor personnel shall not eat or drink beverages except water or non-alcoholic beverages while in the work area. The use of intoxicating beverages and/or drugs on cemetery premises is strictly prohibited and a violation of Federal Law, and will not be tolerated. Contractor personnel shall take all necessary precautions to prevent damage to cemetery property, structures and grounds during performance of this contract. The Contractor shall be liable for replacement costs for property damaged as a result of actions by contractor personnel. There is no limitation on the Contractor s liability. In no event shall the Government indemnify and hold harmless the Contractor from any or all damages and expenses of any kind for harm incurred by the Contractor, or from any and all damages, expenses, or claims, which may arise from third party claims. B.2.5 USE OF CEMETERY FACILITIES The Government shall not be responsible for any loss, damage, or theft of contractor items, nor shall free telephone service be provided. Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of cemetery facilities used by contractor's employees. Parking is not a condition or term of this contract. However, when local conditions are such that parking is permitted, Contractor employees may park privately owned vehicles in the area designated for parking by the COR. The Contractor will be responsible for safely handling any chemicals, cleaning solutions, etc. in accordance with manufacturers recommendations. B.2.6 SAFETY & SECURITY The contractor shall, at all times, exercise care and caution in performing the duties describes in the statement of work so as not cause injury to themselves or other persons The contractor shall perform the assigned task and duties in a safe manner in accordance with VA, NCS, and OSHA regulations and policies. The contractor shall indemnify to protect itself, and render the United States Government, its employees, agents, and representatives, harmless from any liability resulting from personal injury arising out of performance of the work contained herein. The Offeror shall provide the cemetery a copy a Spill Response Plan upon award. The plan shall effectively prevent and contain any fuel spills and prevent contamination to the surrounding ground, storm drains or downhill contamination to local waterways. The contractor must certify that their drivers have been trained on spill prevention. They must also prove that they have an effective means of communication during a spill containing 10 or more gallons. This plan shall include emergency contact numbers for: their own company, remediation companies and State & Federal authorities in the event of a major fuel spill containing 10 or more gallons. B.2.7 SUPPLY PRICE SCHEDULE Price per gallon shall be based on the rack price the day of delivery using the Minneapolis [448] Minnesota (Unbranded Rack Average and Low Carbon Fuel Standard (LCFS) Cost included) in the daily Oil Price Information Services (OPIS) Gross Carb Ultra Low Sulfur Distillate (Red Dyed) Prices issued daily (available through http://www.opisnet.com/) plus, provider s Mark-Up Per Gallon Prices. The contractor must provide the rack price for that day of each delivery ticket when delivered and at the time of invoice submission. The daily rack price shall be from the Opisnet website and it shall include a time stamp indicating the date and time for the product delivered. Contractors will quote only their Mark-Up Price Per Gallon Prices. Contractor Mark-Up Per Gallon: The Contractor Mark-Up Per Gallon Prices are fixed and include all markup above the rack rate. This includes, but is not limited to: delivery charge (including labor and transportation), overhead, profit, applicable taxes and duties, etc. The awarded Contractor s Mark-Up Per Gallon are fixed and will not fluctuate with changes to the rack rate(s). This amount must be in a dollar format ($0.00) and include transportation costs. Price Schedule CLIN Description Estimated Qty Unit % Mark-Up Per Gallon Total Price for Mark-Up Per Gallon Base Period: Date of Award through September 30, 2018 0001 Off Road Diesel 2,600 Gal $ $ 0002 Unleaded 1,200 Gal $ $ Base Period Total Price of Mark-Up Per Gallon $ Option Year 1: October 1, 2018 through September 30, 2019 1001 Off Road Diesel 7,200 Gal $ $ 1002 Unleaded 3,500 Gal $ $ Option Year 1 Total Price of Mark-Up Per Gallon $ Option Year 2: October 1, 2019 through September 30, 2020 2001 Off Road Diesel 7,350 Gal $ $ 2002 Unleaded 3,600 Gal $ $ Option Year 2 Total Price of Mark-Up Per Gallon $ Option Year 3: October 1, 2020 through September 30, 2021 3001 Off Road Diesel 7,500 Gal $ $ 3002 Unleaded 3,700 Gal $ $ Option Year 3 Total Price of Mark-Up Per Gallon $ Option Year 4: October 1, 2021 through September 30, 2022 4001 Off Road Diesel 7,650 Gal $ $ 4002 Unleaded 3,800 Gal $ $ Option Year 4 Total Price of Mark-Up Per Gallon $ Period Total Price for Mark-Up Per Gallon Date of Award through September 30, 2018 $ Option Year 1 $ Option Year 2 $ Option Year 3 $ Option Year 4 $ Total Price (Base plus all Option Years) $ C.1 PROPOSAL FORMAT AND SUBMISSION INFORMATION: The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addenda to provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2017): Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Price Proposal: Prices shall be submitted to the Contracting Officer utilizing the price schedule found above. Proposals shall be submitted via email to the following address Email: eric.washington@va.gov. Questions pertaining to this announcement shall be sent by email to the address above. Telephone inquiries will not be accepted. End of Addenda Proposal Evaluation: This solicitation is being issued as tiered evaluation for SDVOSB, VOSB, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. Tiered process will be used in conjunction with FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made in the lowest tier, on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Adequate competition exists if; (1) proposals are received from at least two responsible offerors; (2) each of whom can satisfy the contract's requirements independently; (3) both contend for a contract which will be won by the offeror who submits the lowest evaluated price meeting or exceeding technical requirement and; (4) price is reasonable. If adequate competition is met as described in above and a proposal also meets the standards for the cost and non-cost factors, the award procedure will be initiated. If adequate competition is not met, or prices are not reasonable, competition will proceed at the next lower tier. The process through the tiers will be executed as needed. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. Award Criteria: 1. Price Proposal: The Government will evaluate all offerors quotes by adding the Mark-Up Per Gallon Price for all line items. The lowest price will be determined by the quote with the lowest total Mark-Up Per Gallon Price for all line items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 The following solicitation provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar https://www.va.gov/oal/library/vaar/vaar852.asp FAR 52.212-1 Instructions to Offerors Commercial Items (DEVIATION 2018-O0013) (AUG 2018) FAR 52.212-3 Offeror Representation and Certifications Commercial Items (AUG 2018) FAR 52.233-2 Service of Protest (SEPT 2006) Address 75 Barrett Heights Rd, Ste 309; Stafford, VA 22556 VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.270-1 Representations of Contracting Officers (Jan 2008) End of Addendum to 52.212-1 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 solicitation clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar https://www.va.gov/oal/library/vaar/vaar852.asp The clause at 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions (JAN 2017): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011) FAR 52.216-18 Ordering (OCT 1995) (Date of Award through September 30, 2022) FAR 52.216-19 Order Limitations (OCT 1995) (50 gallons | 1,000 gallons | 2,000 gallons | 10 days) FAR 52.216-21 Requirements (OCT 1995) (March 31, 2023) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (5 days) (5 years) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-19 Availability of Funds (APR 1984) (September 30, 2018 | September 30, 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 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) VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.246-71 Inspection (JAN 2008) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (a)(5), (b)(1), (b)(4), (b)(8), (b)(14), (b)(16), (b)(18), (b)(19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(47), (b)(49), (b)(56), and (e)(1)(i and ii). End of Addenda End of Document PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 12 8719-000014 36C78618Q9584 09-14-2018 Eric D. Washington, Sr. 540-658-7231 09-17-2018 1300 HR EST 43C1 Department of Veterans Affairs NCA Contracting Service 75 Barrett Heights Rd. Suite 309 Stafford VA 22556 X 100 X X 324110 Puerto Rico National Cemetery 787-798-8400, Ext. 224 # 50 Avenue Cementerio Nacional Bayamon, PR 00961-3887 43C1 Department of Veterans Affairs NCA Contracting Service 75 Barrett Heights Rd. Suite 309 Stafford VA 22556 43C1 http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ 1-877-752-0900 This is a tiered evaluation with the tiers being SDVOSB, VOSB and Small Business. Base + 4 Option Years if exercised. Ft Snelling requires deliveries of Off road diesel and unleaded gas. 871-570200-2655 0100702G3-0129A1-2018 X X X 1 Eric D. Washington, Sr. Page 12 of 12
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9584/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9584 36C78618Q9584.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593164&FileName=36C78618Q9584-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593164&FileName=36C78618Q9584-000.docx
- File Name: 36C78618Q9584 RFQ 36C78618Q9584 - Puerto Rico NC - Fuel Services.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593165&FileName=36C78618Q9584-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593165&FileName=36C78618Q9584-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9584 36C78618Q9584.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593164&FileName=36C78618Q9584-000.docx)
- Place of Performance
- Address: Puerto Rico National Cemetery (PRNS);# 50 avenue Cementerio Nacional;Bo Hato Tejas;787-7988400, Ext. 224;Bayamon PR 00961-3887
- Zip Code: 00961
- Zip Code: 00961
- Record
- SN05089991-W 20180916/180914230912-def0079a826bf413a78205e0c9f4d9c3 (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 |