SOLICITATION NOTICE
S -- Integrated Pest Management Plan for Facility
- Notice Date
- 4/4/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0257
- Response Due
- 4/19/2019
- Archive Date
- 6/18/2019
- Point of Contact
- 303-712-5773
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25919Q0257 Posted Date: 04/04/2019 Original Response Date: 04/19/2019 Current Response Date: 04/19/2019 Product or Service Code: S207 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 561710 Contracting Office Address Department of Veteran Affairs Network Contracting Office NCO 19 6162 South Willow Dr., Suite 300 Greenwood Village, CO 80111 Request for Quote (RFQ) #: 36C25919Q0257 Pest Control Services 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; quotes are being requested, and a written solicitation document will not be issued. ***Quotes are to be provided to Lisa Thompson no later than 3:00pm MT, April 19th, 2019. This solicitation is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0257. The government anticipates awarding a firm-fixed price contract resulting from tis solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 561710 with a small business size standard of $11M. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The VA Western Colorado Healthcare System is seeking an Integrated Pest Management (IPM) Plan, additional requirements have been developed and are addressed in this expanded Statement of Work. All interested companies shall provide quotes for the following: List of Line Items; Line Item Description Quantity Unit Price Total Price 0001 Integrated Pest Management (IPM) Plan as per SOW - Direct Labor Tech/Scheduled 12 MO 0002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 12 MO 0003 Integrated Pest Management (IPM) Plan - Materials Bait Stations and Fly Light Monitors 12 MO 1001 Integrated Pest Management (IPM) Plan as per SOW Direct Labor Tech/Scheduled 12 MO 1002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 12 MO 2001 Integrated Pest Management (IPM) Plan as per SOW - Direct Labor Tech/Scheduled 12 MO 2002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 12 MO 3001 Integrated Pest Management (IPM) Plan as per SOW - Direct Labor Tech/Scheduled 12 MO 3002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 12 MO 4001 Integrated Pest Management (IPM) Plan as per SOW - Direct Labor Tech/Scheduled 12 MO 4002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 12 MO 5001 Integrated Pest Management (IPM) Plan 6 MO 5002 Integrated Pest Management (IPM) Plan - Direct Labor Tech/Bed Bug Treatment 6 MO Grand Total: __________________ SERVICES: PERFORMANCE WORK STATEMENT PEST CONTROL A. GENERAL: VA Western Colorado Health Care System is seeking an Integrated Pest Management (IPM) Plan, additional requirements have been developed and are addressed in this expanded Statement of Work. The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for all buildings and grounds at the VA Western Colorado Health Care System campus, located at 2121 North Avenue Grand Junction, CO 81501, in a manner that ensures the health and general well-being of patients, staff, and visitors. Contractor will perform regular scheduled inspections and treatment as well as on demand services. All infestations will be addressed until complete elimination of pests. The contractor shall perform in strict accordance with all terms, conditions, provisions, specifications, and schedules of this solicitation and any resulting contract. The Western Colorado Health Care System is seeking one base year with four one-year options. The base year will be from May 1, 2019 thru April 30th, 2020. List of buildings and function are listed in attachment A. SPECIAL PROVISIONS: A. Food Handling Areas: Treatment of these areas is limited to times when food is not being held, processed, prepared, and serviced. B. Patient Occupied Areas: Contractor shall use pesticides with as low a volatility and odor as possible to keep odors from disturbing patients. C. The Contractor shall submit a list of pesticides for intended use in areas listed for approval by the COR/Supervisor, Environmental Management, prior to any applications. The planned use of pesticides in these areas requires recognition of the attendant hazards to occupants, supplies equipment, and surfaces. No substitution can be made without approval from the COR/Supervisor, Environmental Management. D. Critical Areas are defined as: Pharmacy, Sterile Processing Rooms, Operating Rooms, Respiratory Care Units, Intensive Care Units, and Food Production/Storage areas. Space treatment of these areas shall be done using gel based pesticide or an Ultra-Low Volume method with approved equipment capable of delivering particle size range of.5 to 15 microns. E. Contractor will put in place an exterior rodent bait/trap system by the food intake doors, loading docks and trash dumpsters where required. F. Contractor shall furnish and maintain flying insect traps/controls by the following doors: Loading Dock doors, Ground floor stairwell entrances, Patient dining room and Patient recreation rooms. This maintenance will include replacing glue boards, monitoring the insects trapped and replacement bulbs, per manufacture recommendation. Placement and power connections must be approved through COR. Additional locations to be determined on a as needed basis. G. Bed Bug Services: The Contractor shall provide services that identify, detect and eradicate Bed Bugs. The Contractor shall be able to provide the following service to address the presence of bed bugs or address the possible infestation of bed bugs within the facility: Fumigation services Heat treatment Cryonite systems Canine detection Contractor to provide pricing schedule for each service listed, with submittal. NOTE: Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility. There will not be any additional cost to the Government for separate scheduling. WORK HOURS: Normal Work Hours: The service schedule will be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. Normal business hours: 8am to 430pm, Monday through Friday. Some contract work may require work to be performed after normal business hours and weekends. 3. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. TASKS: 1. The contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operators, performance of pest control, use of approved pest control chemicals and equipment, and proper disposal methods for all products/containers, which may be in effect for the area where the work under the contract will be performed. The IPM plan requires approval by the COR prior to implementation. Contractors IPM plan requires but is not limited to the following tasks: Inspect to determine pest management measures are appropriate and required. Recommend and communicate to the COR environmental sanitation practices that restrict or eliminate food, water or harborage for pests and recommend engineering practices that limit entry of pests. Selection and utilization of non-chemical control methods, which eliminate, exclude or repel pests, i.e. insect electrocution devices, traps, caulking, air screens, etc. The Contractor is responsible to advise the VA of the method required to utilize a non-chemical control of pests. If the method suggested is agreed upon by this medical center, the furnishing and installation of required item would be by the government. However, the government reserves the right to reject contractors recommended method and instruct them to proceed with other methods, as provided by the contract. Collection and disposal of all pests. Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. Control general structural arthropod pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.). Control flying insect pests (i.e., housefly, stable fly, blow flies, etc.). Control predatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, etc.) Control stored product pests (i.e., saw tooth grain beetle, red confused flour beetle, trogderma beetles, grain moths etc.) Control mice and rats (i.e., house mouse, field mouse, roof rat, Norway rats, etc.) Control pest birds (i.e., pigeons, sparrows, blackbirds, etc.) Control other vertebrate pests (i.e., bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.). Control wood destroying organisms (i.e., subterranean termites, dry wood termites, fungi, wood boring beetles, etc.). Control aquatic pests (i.e., mosquito larva/pupae, algae etc.). Control drain flies; The contractor will make appropriate measures to mitigate sewer drain flies. Measures can include periodic foam treatment, drain pipe cleaning, or other measures recommended by the contractor and approved by the COR. NOTE: Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility. There will not be any additional cost to the Government for separate scheduling. E. CALL BACKS: EMERGENCY CALL BACK: The Contractor shall within four (4) hours after receipt of notification by the Contracting Officer or his/her designee, perform Integrated Pest Management (IPM) Services to correct the emergent condition. This call back service shall be accomplished at no additional charge to the Government. NON-EMERGENT CALLS: Contractor shall report within mutually agreed upon time (within twelve (12) hours) with COR for non-scheduled services without additional charge to the Government. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to room 1-1241, Supervisor Environmental Management office, after receiving badge, on scheduled days and time for any instructions and location of infestation documented in BUG Book, as called in by wards, clinics, etc. as well as perform scheduled frequency tasks. They will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. Contractor will be escorted by COR or designee while work is performed to ensure services have been met and to communicate with staff in target areas. The Frequency Chart of the Integrated Pest Management Program are shown in attachment B. and the indicated time frames shall be a minimum basis for the scheduling of services. The Task shall be scheduled to be performed on definite appointment days and in no event, shall the contractor carry on work outside of scheduled hours without approval from the COR/Supervisor, Environmental Management. In the event, climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the entire work shall be rescheduled to a date and time suitable for both the Contractor and COR/Supervisor, Environmental Management with no additional cost to the government. G. SAFETY FACTORS: All rodenticides or traps shall be placed as required and in the areas approved by the COR or his/her designee. Rodenticides, and/or traps shall be constructed in such manner that only target pest has access, must be tamper proof and replaced as necessary and per manufacturer recommendations. No pest control material or trap shall be placed where it may be recovered by patients, nor shall such material be allowed to contact food or cooking utensils. STORAGE OF PEST CONTROL MATERIALS: Storage of pest control materials or equipment are prohibited without the written approval of the COR. QUALITY ASSURANCE: Performance Objective Performance Threshold All emergency complaints will be addressed and corrected within 4-hour period. (Critical areas). Non-emergent complaints will be addressed and corrected within next scheduled service. Failure to provide required documentation at time of service. (As stated in I. Required Contractor Reporting) Failure to appear at scheduled service time, without cause. Failure to provide service of locations identified by COR, from BUG Book Failure to meet prescribed timeframes shall not exceed once (1) per Quarter. Failure to meet prescribed timeframes shall not exceed once (1) per Quarter. Shall not exceed once (1) per year, and will be corrected in 24hours. Failure to meet prescribed timeframes shall not exceed once (1) per Quarter. Shall not exceed once (1) per quarter, and will be corrected on next scheduled visit. (12-hour correction for Critical Area) J. REQUIRED CONTRACTOR REPORTING After each service (scheduled and non-scheduled) contractor personnel will submit documentation including but not limited to: The name and address of the individual who applied the pesticide. The location, by building and room number where each pesticide was applied. Contractor documentation must annotate with Work Order number or other easily identified system, to correspond to each BUG Book entry. The identification of pest or pests against which the pesticide was applied. The date and time of application. The brand name of the pesticide applied. Name must match submitted SDS and product of items approved, no abbreviations or common name is to be used. The name of the pesticide manufacturer and the federal environmental protection agency registration number of the pesticide. The rate of application or amount of the pesticide applied, and the total area treated. Documentation supporting contract pest management company have the proper licensing for the service being performed. Site diagram(s) to include placement of all rodent control and flying insect devices, both interior and exterior. The contractor is responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances, which pertain to any duties contained in the contract. The Contractor will furnish the COR s office, prior to initial application the trade names (if any), and the chemical names of all approved pesticides/chemicals along with appropriate antidote information and current Material Safety Data Sheet (MSDS). The Contractor shall supply this information as new products are submitted for approval to the COR. All new products/chemicals must be submitted a minimum of two (2) weeks before any application is to take place. The contractor will provide routine monitors that will show evidence of successfully reducing infestation problems for all buildings included in this scope of work. TRAINING The contractor shall provide scheduled in-house training to employees once per year on procedures and prevention to control pests. Audience will consist of Environmental Services personnel throughout the medical center. Environmental Services will be responsible for providing space and will notify personnel of training. L. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COR or designee at the end of each pick up process. 3. The contractor shall be required to comply with all security policies/requirements of (your facility). All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 4. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. 5. VA Western Colorado Health Care System does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. M. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. Reference: VHA Directive 1850.02 Pest Management Operations National Pest Management Association, NPMA ATTACHMENT A LIST OF AREA/BUILDINGS TO BE SERVICED AREA/BUILDING/FUNCTION Building # Function 1 * Hospital 5 Administration, Human Resources, HBPC 6 Education 7 Warehouse 8 Administration, Engineering 9 Boiler/Chiller Plant 12 Engineering/ shops 13 * Laundry 14 Incinerator 18 Carport: Government Vehicles 20 * Community Living Center 22 Warehouse 34 Information Tech Services 35 Recreation Services 36 Administrative Offices 37 * Pain Management & Winter Sports Clinic 44 Parking Garage 45 * Physical Medicine, Rehabilitation and Prosthetics * Denotes Critical Patient Care Areas ATTACHMENT B Monthly Service will be performed during the 1st week of each month Quarterly Service will be performed during the 1st week of each new quarter (1st week of October, January, April, July) Drain Service will be performed 1st week and 3rd week of each month Frequency Chart Base year, Plus 4 option years AREA LOCATION MONTHLY QUARTERLY Kitchen (in-patient) 3nd floor bldg. 1 x Kitchen/Dining (in-patient) 1st floor bldg. 20 x Central Supply area 4th floor Bldg. 1 x Sterile Processing 3rd Floor Bldg. 1 x Retail Store 1st Floor Bldg. 1 x Canteen Storage 1st Floor Bldg. 1 x Canteen 1st Floor Bldg. 1 x Surgery Suite Entire area/Stairs x Laboratory 2nd Floor Bldg.1 x Pharmacy 1st Floor Bldg. 1 x Exterior (penetrations) All Buildings x Exterior Bait Stations All x Exterior Wasps/Birds Campus x Mechanical Rooms Various Locations x Physical Therapy Bldg. 45 x Out Patient Clinic Bldg. 37 x Laundry Bldg. 13 x Drain Pipes 60 drains/ 4 main sewer pipes Multiple 2 times a month Note: Specific dates and times will be selected by the COR for the above scheduled service areas, not to interfere with normal operations of government work. Government reserves the right to add additional areas for inspection and/or treatment during scheduled inspections at no further charge to the government. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 2120 North Ave. Grand Junction, CO 81501 Place of Performance Address: 2120 North Ave. Grand Junction, CO 81501 Country: UNITED STATES Award shall be made to the quote whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: 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: The last day to submit questions shall be April 19, 2019, 3:30 PM MT. Email questions and the quotes/offers, to Lisa.Thompson10@va.gov. The Technical Capability will be rated on the basis of Pass or Fail. If a Fail rating is received for any Technical Factor, the offeror will not be eligible for an award. The following factors shall be used to evaluate offers. If subcontracting, the same information shall also be submitted for evaluation of the subcontractor as prescribed in FAR 52.219-14 Limitations on Subcontracting. Proof of Contractor s and Subcontractor s (if used) Certification. Explain Technical Capability in accordance with SOW. Only applies if there is a subcontractor; identify services to be performed by prime and subcontractor, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees concern. The Price will be evaluated for reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. The Past Performance will be rated on Satisfactory/Unsatisfactory/Unknown rating. No award will be made to a contractor who receives an Unsatisfactory rating. Satisfactory Based on the offeror s performance record, the government has an expectation that the offeror will successfully perform the required effort. Unknown-Neutral No performance record is identifiable or the offeror s performance record is so limited that no confidence assessment rating can be reasonably assigned. Unsatisfactory Based on the offeror s performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Contractor shall signed Standard Form 1449 (complete Blocks 12, 17a [include Dun and Bradstreet Number and Tax Identification Number], 30a, 30b and 30c). The award will be made to the Lowest Priced Technically Acceptable (LPTA). (i) Price. Contractor shall provide pricing on B.3 Price Schedule. (ii) Technical Capability (Pass/Fail). The Offeror shall provide all the documentation to support ability to meet the technical evaluation criteria provided in the ADDENDUM 52.212-1. (iii) Past Performance, (Satisfactory/Unsatisfactory/Unknown-Neutral) criteria provided in the ADDENDUM 52.212-1. Contractor shall provide three (3) relevant references within the last three (3) years. It shall consist of Brief Summary of Project, Location, Point of Contact (name, phone number, and e-mail), Detailed Description of Work Performed, and Contract Award Value. The government will use other information such as other Federal Government offices, Past Performance Information Retrieval System (PPRIS) and commercial sources to access experience. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-2, Evaluation Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; The following subparagraphs of FAR 52.212-5 are applicable: 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) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) All quotes shall be emailed to Lisa.Thompson10@va.gov or sent to the Veteran s Healthcare Administration Network Contracting Office (NCO) 19, 6162 S. Willow Dr., Suite 300, Greenwood Village, CO 80111. This is an open-market combined synopsis/solicitation for Integrated Pest Management (IPM) Plan as defined herein. The government intends to award a base plus 4 option years 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." OR "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:" Quotes shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 04/19/2019 at 3:00pm MT at Veteran s Healthcare Administration Network Contracting Office (NCO) 19, 6162 S. Willow Dr., Suite 300, Greenwood Village, CO 80111, for submission of quotes. Mail or emailed quotes will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to: Point of Contact Lisa Thompson Contracting Specialist, 303-712-5773, Lisa.Thompson10@va.gov Timothy Myers Contracting Officer, 303-712-5778, Timothy.Myers5@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0257/listing.html)
- Place of Performance
- Address: VA Western Colorado Healthcare System;212 North Ave.;Grand Junction, CO 81501
- Zip Code: 81501
- Country: USA
- Zip Code: 81501
- Record
- SN05271961-F 20190406/190404230108 (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 |