SOLICITATION NOTICE
45 -- Cooling Tower Water Treatment Stations
- Notice Date
- 4/16/2020 2:42:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0556
- Response Due
- 4/21/2020 12:00:00 AM
- Archive Date
- 05/06/2020
- Point of Contact
- JESUS CASIANO jesus.casiano@va.gov
- E-Mail Address
-
Jesus.Casiano@va.gov
(Jesus.Casiano@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 Contracting Office Address Network Contracting Office 17, San Antonio, TX Supply I 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 quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 10-26-2018. This solicitation is being requested as Brand Name or Equal IAW FAR 52.211-6. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310, with a small business size standard of $27.5. The Engineering Services at the Olin E. Teague VA Medical Center is seeking to purchase Cooling Tower Water Treatment Stations. All questions related to this acquisition shall be submitted via email to jesus.casiano@va.gov. All questions are to be received no later than 12:00PM CST 17 April 2020. Quotes shall be submitted via email to jesus.casiano@va.gov. All quotes and additional required documentation are to be received no later than 10:00PM CST 21 April 2020 All interested companies shall quotations for the following: Schedule of Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB $0.00 $0.00 Scope of Work: The contractor shall provide all equipment, devices, parts, internet connectivity, labor and all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified by the Contracting Officer. Provide and install Cooling Tower Chemical Feed Stations in the following buildings and as listed below: 1) Building 063 2) Building 163 mechanical room - 3) Building 203 CUP building- The equipment to be provided and installed in buildings 063, 163 & 203 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Three (3) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the Boiler Plant/AC Operations Supervisor. 4) Building 202 domiciliary building mechanical room 5) Building 171 mechanical room The equipment to be provided and installed in buildings 202 &171 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the Boiler Plant/AC Operations Supervisor. 6) Building 221 CLC mechanical room The equipment to be provided and installed in building 221 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges; Six (6) Chemical Feed Pumps; Six (6) Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations to be identified/specified by the Boiler Plant/AC Operations Supervisor. 7) Building 163 at the water-cooled Freezer system The equipment to be provided and installed at building 163 freezer include but not limited to the followings: WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 62 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation. The chemical feed system shall be capable of traced inhibitor feed control, 24 hours, 7 days remote web monitoring, accessibility and historical data availability and retrieval capability. The feed control shall not overfeed chemicals but to maintain tight control, optimize the cycles to 3 cycles to reduce chemicals, water use and sewage costs. The system shall be able to control biological activities by confirming the biocide feed and then inject chlorine via ORP to minimize legionella bacteria in the cooling tower water. All feed chemicals shall be contained in the event of a spill or leakage. Performance Period: The contractor shall complete the work required under this SOW in _60__ calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. Type of Contract: Firm-Fixed-Price B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in a draft form, the VA will complete its review of the draft deliverable within __7_ calendar days from the date of receipt. The contractor shall have __7_ calendar days to deliver the final deliverable from date of receipt of the Government's comments. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. The contractor shall reconnect the AUM main router/sever, RTU's, cables, and other associated hardware in accordance to the table below for Temple and Waco campuses. The project is located at various buildings on the Temple and Waco campuses located at: 1901 Memorial Drive, Temple TX 76504 The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal the table above. E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. The contractor must inform the VA's COR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the SR, proposed substitutions of key personnel shall be made only if approved by the COR or Project Manager. The contractor shall submit a resume of qualifications to the COR for all direct employees proposed for the project. All Contractor employees shall be approved by the COR prior to bringing them on duty. G. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. H. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1. Position Sensitivity - The position sensitivity has been designated as Low Risk.) 2. Background Investigation - The level of background investigation commensurate with the required level of access is Minimum Background Investigation or National Agency Check with Written Inquiries. 3. Contractor Responsibilities a. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b. The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. d. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a. The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b. Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c. The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. GRAND TOTAL $0.00 Delivery shall be provided 30 days ARO FOB Destination. The contractor shall deliver line all line items to the following address: Olin E. Teague VA Medical Center Attn: ENGINEERING SERVICE 1901 Veteran Memorial Dr. Temple, TX 76504-7451 Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: price, delivery, and technical acceptability. Price � This the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling (starting Page 1 of this RFQ). Delivery This is the offeror s ability to deliver the equipment within 30 days ARO. Technical acceptability This is the offeror s ability to provide equipment in accordance with the following salient characteristics: STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Cooling Tower Water Treatment Stations Project - Temple 2. Scope of Work: The contractor shall provide all equipment, devices, parts, internet connectivity, labor and all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified by the Contracting Officer. Provide and install Cooling Tower Chemical Feed Stations in the following buildings and as listed below: 2.1) Building 063 2.2) Building 163 mechanical room 2.3) Building 203 CUP building- The equipment to be provided and installed in buildings 063, 163 & 203 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Three (3) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the Boiler Plant/AC Operations Supervisor. 2.4) Building 202 domiciliary building mechanical room 2.5) Building 171 mechanical room The equipment to be provided and installed in buildings 202 &171 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the Boiler Plant/AC Operations Supervisor. 2.6) Building 221 CLC mechanical room The equipment to be provided and installed in building 221 include but not limited to the followings: - WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges; Six (6) Chemical Feed Pumps; Six (6) Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations to be identified/specified by the Boiler Plant/AC Operations Supervisor. 2.7) Building 163 at the water-cooled Freezer system The equipment to be provided and installed at building 163 freezer include but not limited to the followings: WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 62 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation. 2.8)The chemical feed system shall be capable of traced inhibitor feed control, 24 hours, 7 days remote web monitoring, accessibility and historical data availability and retrieval capabilities. The feed control shall not overfeed chemicals but to maintain tight control, optimize the cycles to 3 cycles to reduce chemicals, water use and sewage costs. The system shall be able of controlling biological activities by confirming the biocide feed and then injecting chlorine via ORP to minimize legionella bacteria in the cooling tower water. All feed chemicals shall be contained in the event of a spill or leakage. Performance Period: The contractor shall complete the work required under this SOW in _60__ calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. B. Type of Contract: Firm-Fixed-Price C. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is not needed and waived. D. GENERAL REQUIREMENTS 1. Before starting work, the contractor shall identify in writing all necessary subtasks, with corresponding costs by task, along with associated milestone dates. The contractor's subtask structure shall reflect the statement of work (SOW) and itemized accordingly. 2. A written deliverables and their milestone dates shall be submitted in a draft form to the VA s COR to review. The VA s COR will complete a review of the draft deliverables with comments sent back to the contractor within __7_ calendar days from the date of receipt. The contractor shall have __7_ calendar days to provide the final deliverable document from date of receipt of the government s comments. This deliverable document with schedule will structure and enable progress payments. 3. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. E. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described in the table below, within the performance period stated - (60 days) of the contract award date. Line Item Equipment/Hardware Labor - Description Building Location 1 WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Three (3) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the A/C maintenance supervisor. Buildings 063, 163, 203 2 WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations in the mechanical rooms to be identified/specified by the A/C maintenance supervisor. Buildings 202, and 171 3 WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 160 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges; Six (6) Chemical Feed Pumps; Six (6) Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary labor for installation in locations to be identified/specified by the A/C maintenance supervisor. Building 221 CLC 4 WCT900 Controllers; Conduction/PH/ORP Sensors; PTSA Sensor, Flow Switches; Gateways; 2-Pass Coupon Racks; Controller Racks; Two (2) 62 Gallon Tanks/Tubing Stand Pipes/Feed Rack/Level Gauges; 62 Gallon Tank/Tubing Stand Pipes/Feed Rack/Level Gauges Three (3) Chemical Feed Pumps; Three Pump Boxes; Corp Stop, Miscellaneous Parts and all necessary Building 163 The project is located at various buildings on the Temple campus located at: 1901 Memorial Drive, Temple TX 76504 as shown in the table. The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. F. SCHEDULE FOR DELIVERABLES 1. The contractor shall provide a schedule of Delivery Dates for each deliverable specified. 2. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. The contractor must inform the VA s COR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the SR, proposed substitutions of key personnel shall be made only if approved by the COR or Project Manager. The contractor shall submit a resume of qualifications to the COR for all direct employees proposed for the project. All Contractor employees shall be approved by the COR prior to bringing them on duty. H. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. Position Sensitivity The position sensitivity has been designated as Low Risk.) Background Investigation The level of background investigation commensurate with the required level of access is Minimum Background Investigation or National Agency Check with Written Inquiries. Contractor Responsibilities The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor s employees, after receiving a list of names and addresses. Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. ADDITIONAL DESCRIPTION OF PRODUCT NEEDED: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive All questions related to this acquisition shall be submitted via email to jesus.casiano@va.gov. All questions are to be received no later than 12:00PM CST 17 April 2020. Quotes shall be submitted via email to jesus.casiano@va.gov. All quotes and additional required documentation are to be received no later than 10:00PM CST 21 April 2020. For information regarding this solicitation please contact: Jesus Casiano Contract Specialist (210) 694-6243 jesus.casiano@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1557c91d29f147209ec8ae2aeea2c937/view)
- Place of Performance
- Address: CTVHCS 674;Olin E. Tegue VAMC;1901 Veterans Memorial Drive;Temple, TX 76504, USA
- Zip Code: 76504
- Country: USA
- Zip Code: 76504
- Record
- SN05623671-F 20200418/200416230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |