SOLICITATION NOTICE
Q -- High RIsk HPV typing of Thin Prep Samples
- Notice Date
- 8/6/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- 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
- 36C25919Q0524
- Response Due
- 9/6/2019
- Archive Date
- 11/5/2019
- Point of Contact
- ian.boettcher@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25919Q0524 Posted Date: August 06, 2019 Current Response Date: September 06, 2019 Product or Service Code: Q301 Medical Laboratory Testing Set Aside: Service Disabled Veteran Owned Small Business (SDVOSB) NAICS Code: 621511 Medical Laboratories Contracting Office Address SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 Places of Performance Contractor s Testing Facility Performance Period The Government intends to award one (1) Firm Fixed-Price Contract with a one-year (12 months) base period with four (4) one-year (12 months) option periods. The period of performance shall be: Base Year October 1, 2019 through September 30, 2020 Option Year 1 October 1, 2020 through September 30, 2021 Option Year 2 October 1, 2021 through September 30, 2022 Option Year 3 October 1, 2022 through September 30, 2023 Option Year 4 October 1, 2023 through September 30, 2024 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. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 05/06/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511- Medical Laboratories, with a small business size standard of $32.5 million. The Network Contracting Office 19 (NCO 19) is seeking to purchase High Risk HPV Thin Prep Testing Services. The purpose of this acquisition is to provide the VA Montana Health Care System with the services listed in the Statement of Work. To receive credit as an SDVOSB, a firm must be registered in the Vendor Information Pages (http://www.VetBiz.gov). All vendors, regardless of size, must have a current registration in the System for Award Management (SAM) www.SAM.gov All interested companies shall provide quotation for the following: CLIN PERIOD OF PERFORMANCE DESCRIPTION ESTIMATED YEARLY QUANTITY UNIT UNIT COST ESTIMATED TOTAL YEARLY COST 0001 BASE YEAR October 1, 2019 through September 30, 2020 High Risk HPV typing of Thin Prep Vials/Results Reporting 480 EACH $ $ 1001 OPTION YEAR 1 October 1, 2020 through September 30, 2021 High Risk HPV typing of Thin Prep Vials/Results Reporting 480 EACH $ $ 2001 OPTION YEAR 2 October 1, 2021 through September 30, 2022 High Risk HPV typing of Thin Prep Vials/Results Reporting 480 EACH $ $ 3001 OPTION YEAR 3 October 1, 2022 through September 30, 2023 High Risk HPV typing of Thin Prep Vials/Results Reporting 480 EACH $ $ 4001 OPTION YEAR 4 October 1, 2023 through September 30, 2024 High Risk HPV typing of Thin Prep Vials/Results Reporting 480 EACH $ $ TOTAL ESTIMATED COST OF BASE AND ALL OPTION YEARS $ Statement of Work The VA Montana Health Care System, 3687 Veterans Drive, Fort Harrison, MT, requires a responsible contractor to provide High Risk HPV Typing of Thin Prep samples and confidential results reporting. 1. PURPOSE: Contractor shall provide High Risk HPV typing of Thin Prep samples that are received from Montana VA Healthcare, 3687 Veterans Drive, Ft. Harrison, MT 59636, to the contractor s reference laboratory. The volume is an estimated workload is 30-40 specimens per month. The Government will prepare and ship all samples according to all local, state, and federal regulations. 2. SCOPE: The Contractor shall provide High Risk HPV typing of Thin Prep PAP samples received from VA Montana Healthcare as ordered by VA Montana healthcare providers. The tests included in this test panel detect the E6/E7 viral messenger RNA of the following HPV genotypes: 16, 18, 31, 33, 35, 39, 45, 51, 52, 56, 58, 59, 66 and 68. The Contractor shall be approved to provide clinical diagnostic laboratory tests under both Medicare and Medicaid regulations and all applicable federal and state laws. 3. CONFORMANCE STANDARDS: The contractor shall meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). A valid, in-date CLIA certificate must be supplied showing the address and CLIA registration number of the testing lab. The Contractor shall be HIPAA compliant. 4. REPORTING: Testing results shall be supplied by a secure fax (406-447-7991) or by a secure email or web link. Results shall be returned no later than one week from receipt of the sample. 5. BILLING/PAYMENT: a) Invoice shall list patient name, date and description of HPV High Risk Panel conducted to be billed monthly though OB10/Tungsten electronic invoice. b) All invoices from the contractor shall be submitted electronically to the VA Financial Services Center for payment processing, free of charge. For any questions about the e-invoicing program, please contact the FSC at the phone number or email address listed below: (See Web site at http://www.fsc.va.gov/einvoice.asp) OB10/Tungsten e-Invoice Setup Information: (877) 752-0900 OB10/Tungsten e-Invoice email: USClientServices@ob10.com FSC e-Invoice Contact Information: (877) 353-9791 FSC e-invoice email: vafsccshd@va.gov The following two codes will be required when creating a vendor profile in OB10: OB10 Buyer Number AAA544240062 Promo Code: VAPC7Y18 6. HOURS OF WORK: National holidays observed by the Federal Government: If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States as a National Holiday. New Year s Day 1st January Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4th July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December 7. CONFIDENTIALITY OF PATIENT RECORDS: a) The Contractor is a VA contractor and will assist in the provision of health care to patients seeking such care from or through VA. As such, the Contractor is considered as being part of the Department health care activity. Contractor is considered to be a VA contractor for purposes of the Privacy Act, Title 5 U.S.C. 552a. Further, for the purpose of VA records access and patient confidentiality, Contractor is considered to be a VA contractor for the following provisions: Title 38 U.S.C. 5701, 5705, and 7332. Therefore, Contractor may have access, as would other appropriate components of VA, to patient medical records including patient treatment records pertaining to drug and alcohol abuse, HIV, and sickle cell anemia, to the extent necessary to perform its contractual responsibilities. However, like other components of the Department, and not withstanding any other provisions of the sharing agreement, the Contractor is restricted from making disclosures of VA records, or information contained in such records, to which it may have access, except to the extent that explicit disclosure authority from VA has been received. The Contractor is subject to the same penalties and liabilities for unauthorized disclosures of such records as VA. b) The records referred to above shall be and remain the property of VA and shall not be removed or transferred from VA except in accordance with U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of claimants records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of certain medical records) and federal laws, rules and regulations. Subject to applicable federal confidentiality or privacy laws, the Contractor, or their designated representatives, and designated representatives of federal regulatory agencies having jurisdiction over Contractor, may have access to VA s records, at VA s place of business on request during normal business hours, to inspect and review and make copies of such records. 8. HIPAA COMPLIANCE: Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). The VA has recognized Diagnostic Laboratory Facilities as healthcare providers and that the PHI is being disclosed and/or used for treatment. Therefore, no BAA is required for Reference Laboratory Services. (END OF STATEMENT OF WORK) This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor after verification of the general and special responsibility standards in 52.212-2 are met. This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. All offerors must be verified in VIP ( www.vetbiz.gov ) at the time of response submission to be considered an SDVOSB. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum: 52.212-1 Instructions to Offerors Commercial Items Addendum Offerors shall provide proof they are a verified SDVOSB. Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. SP1: Special Licensure. Offeror shall provide a valid, Clinical Laboratory Improvement Act (CLIA) certification. The CLIA certificate shall show the address and CLIA registration number of the testing lab. SP2: Specialized Equipment. Offeror shall provide a narrative that describes the equipment to be used in the performance of this requirement, including the brand, model, age, and validation process. SP3: Specialized Experience. Offeror shall provide a narrative that describes all recent (within the past 3 years) and relevant (identical or similar service) past performance. To be included is the contract number, company point of contact info, period of performance, short description of the service provided, and total dollar amount. Offerors shall also provide a completely filled out copy of the pricing structure on page 3. (End of provision) The following FAR/VAAR provisions apply to this solicitation and are incorporated in full text: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract containing a base year and 4 Government option years resulting from this solicitation. (End of Provision) In accordance with FAR 52.252-1, the following FAR/VAAR provisions apply to this solicitation and are incorporated by reference: FAR 52.204-7 FAR 52.204-16 FAR 52.232-38 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any general or special standard of responsibility will not be eligible to receive contract award. Special Standards of Responsibility: The following special standards of responsibility apply to this procurement: SP1: Special Licensure. Offeror shall possess a valid, Clinical Laboratory Improvement Act (CLIA) certification. The CLIA certificate shall show the address and CLIA registration number of the testing lab. SP2: Specialized Equipment. Offeror shall utilize the proper equipment to provide timely and accurate test results. SP3: Specialized Experience. Offeror shall be able to provide past performance information that is both recent and relevant. Offeror shall provide pricing that can be deemed fair and reasonable. (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (c) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced or if the quoted price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not obligate the Government to exercise the option(s). (End of provision) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; is incorporated by reference, applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: 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. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011), 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018), 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016), 52.216-22 INDEFINITE QUANTITY (OCT 1995), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (DEC 2013), The following VA Acquisition Regulation (VAAR) clauses applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of (any state the contractor s testing facility is in). Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015), 52.219-14 Limitations on Subcontracting (JAN 2017), 52.219-28, Post Award Small Business Program Representation (JUL 2013), 52.222-3 Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26 Equal Opportunity (SEP 2016), 52.222-35 Equal Opportunity for Veterans (OCT 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-37 Employments Reports on Veterans(FEB 2016), 52.222-50 Combating Trafficking in Persons (MAR 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.224-1 Privacy Act Notification (APRIL 1984), 52.224-2 Privacy Act (APRIL 1984), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018), 52.222-17 Nondisplacement of Qualified Workers (MAY 2014), 52.222-41 Service Contract Labor Standards (AUG 2018), 52.222-42 Statement of Equivalent rates for Federal Hires (MAY 2014), 27102 Guard II GS-5, 31043 Driver Courier WG-5, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018), 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015), 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017). (End of Clause) All quotations shall be sent via email to ian.boettcher@va.gov. This is a service disabled, veteran owned small business set-aside, combined synopsis/solicitation for services as defined herein. The Government contemplates award of a Firm-Fixed-Price contract resulting from 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 September 06, 2019 at 3:00 PM MST to ian.boettcher@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. 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 the Contracting Officer, Ian Boettcher, ian.boettcher@va.gov by August 16, 2019 at 3:00 PM MST. Contracting Point of Contact Ian Boettcher, Contracting Officer, ian.boettcher@va.gov or 303-712-5722 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-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/36C25919Q0524/listing.html)
- Record
- SN05394841-F 20190808/190806230106 (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 |