MODIFICATION
R -- The Joint Commission Mock Survey Accreditation Review
- Notice Date
- 5/25/2021 6:01:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
- ZIP Code
- 36112-6334
- Solicitation Number
- FA330021TJC
- Response Due
- 6/1/2021 1:00:00 PM
- Archive Date
- 06/16/2021
- Point of Contact
- Khadijah Jones, Phone: 334--953-3879, Kimberly A. Knott, Phone: 3349538552
- E-Mail Address
-
khadijah.jones.1@us.af.mil, kimberly.knott.1@us.af.mil
(khadijah.jones.1@us.af.mil, kimberly.knott.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 3I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Statement of Work (SOW), (Attachment 1). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is FA330021R00XX. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2021-04, effective 25 Jan 2021 and DFARS DPN change notice 20210224, effective 24 Feb 2021. A single award of a Firm Fixed Priced (FFP) contract will be made in accordance with the following: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 541611, Administrative Management and General Management Consulting Services, with a size standard of $16,500,000.00. The place of performance will be Maxwell Air Force Base, Montgomery, Alabama. II. NATURE OF ACQUISITION Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. If there are any questions, please email or call SrA Khadijah Jones at (334) 953-3879 or Ms. Kimberly Knott at (334) 953-8552. All questions must be received 15 Aug 2019 4:00pm, CST. Proposals must be received by no later than 01 Jun 2021, 3:00pm, CST. Email proposals are required. Email proposals to both SrA Khadijah Jones at khadijah.jones.1@us.af.mil and Ms. Kimberly Knott at kimberly.knott.1@us.af.mil. Fax proposals will not be accepted. Late proposals will be processed in accordance with FAR 52.212-1(f) �Late submission, modifications, revisions, and withdrawals of offers.� It is the offeror�s responsibility to ensure the proposal has been received by the contracting office by email confirmation. Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgement, you are advised to call for confirmation as firewall protections may block emails and/or strip attachments. Contact information is as follows:� SrA Khadijah Jones, Contract Specialist (CS), phone: 334-953-3879 email: khadijah.jones.1@us.af.mil Ms. Kimberly Knott, Contracting Officer (CO) phone: 334-953-8552, email: kimberly.knott.1@us.af.mil. Provide one (1) electronic proposal copy. The submission shall be logically assembled. Each section shall be clearly identified. All proposal documents shall be in English e-mailed to the POC�s. (Note: periodically the Government e-mail system experiences delays, therefore, offerors are highly encouraged to contact the individuals identified in this combined synopsis/solicitation to confirm delivery and receipt). The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists offerors may be required to submit other than cost or pricing data to support a determination of price reasonableness. III. SCHEDULE OF SUPPLIES/SERVICES: All services are to be performed in accordance with (IAW) the attached Statement of Work (SOW), dated 3 March 2021. The contractor shall provide the service listed below. Period of Performance (PoP) Base Year: 1 Sep 2021 - 31 Oct 2021 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 0001 Consulting services for The Joint Commission Mock Survey Accreditation Review for the 42 MDG. 1 EACH IV. PROPOSAL PREPARATION INSTRUCTIONS 52.212-1 ADDENDUM ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Paragraph 52.212-1(c), Period for Acceptance of Offers, is tailored as follows: �The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Offerors may specify a longer acceptance period than the Government�s minimum requirement.� The following is inserted as new paragraph (m) of the provision: (m) Proposal Preparation Instructions. A. This firm fixed-price solicitation is a 100% Small Business Set-aside. To assure timely and equitable evaluation of the proposal, the offeror must comply with the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offeror must submit a dated proposal, bearing the signature or electronic certification of an official in the company authorized to bind the firm, with unit prices and extended prices in response to this solicitation. The completed Part I Technical and Part II Pricing, must be submitted electronically to all contact individuals listed above. Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in. � Submit an acknowledgment of the all solicitation amendments, if issued. Offerors must provide a unit price and extended price for Contract Line Item Number (CLIN) 0001 referenced in the ""SCHEDULE OF SUPPLIES/SERVICES."" The extended amount must equal the quantity multiplied by the unit price. To prevent rounding issues, unit prices are limited to two (2) decimal places and no rounding of the extended amount is allowed. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFP, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. B. Proposal Contents: Volume Page Limit # of Copies Description I 20 1 electronic Written Technical Proposal II NA 1 electronic Price Proposal PART I � TECHNICAL PROPOSAL: General. The written technical volume shall be clear, concise, and include all the information required by this provision in sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government�s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their capabilities, work processes, facilities, and experience and will base its evaluation on the information presented in the offeror�s technical proposal. Offerors shall provide a detailed approach to accomplish/satisfy all subfactors listed below, and to allow the Government to evaluate the offeror�s technical capability to perform the requirements outlined in the Statement of Work (SOW). The Technical volume shall be organized according to the following general outline: Table of Contents Glossary Summary Page Sub factor 1 � Qualifications and Experience� Summary Page(s). To aid the Government�s understanding, provide a summary of the offeror�s proposed technical approach and how the approach will efficiently and effectively meet the requirement. The summary page(s) shall not exceed two (2) pages. Sub Factor 1 � Qualifications and Experience:� Offeror shall provide documentation demonstrating its experience in performing at least three (3) The Joint Commission inspections and having served on The Joint Commission staff.� The offeror shall also provide documentation demonstrating either clinical experience (i.e. a licensed nurse or physician) or Health Facilities experience. � PART III � PRICE PROPOSAL The offeror shall submit a proposal with unit and extended prices in Section III (see above) of the RFP for CLIN 0001. The extended amount must equal the quantity multiplied by the unit price. To prevent rounding issues, unit prices are limited to two (2) decimal places and no rounding of the extended amount is allowed. It is imperative that mathematical calculation are correct. Note:� It is the responsibility of each offeror to verify their calculations. IMPORTANT NOTE:� Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. It is the responsibility of the offeror to check beta.SAM.gov for any amendments to this combined synopsis/solicitation. V. �BASIS FOR AWARD ADDENDUM TO 52.212-2, EVALUATION � COMMERCIAL ITEMS Basis for Contract Award. �This is a competitive best value services acquisition conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5 in which the Government intends to award one firm-fixed contract utilizing the Lowest Priced Technically Acceptable (LPTA) process.� Award will be made to the responsible contractor whose offer conforming to the solicitation, is determined to be the most advantageous to the Government, technical and price considered. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. Unless specifically identified in the proposal, by submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in a proposal being determined ineligible for award. It is the Government�s intent to evaluate proposals and award a contract IAW FAR Part 13.106-2. FAR Part 15 based evaluations will NOT be used for this acquisition. The initial proposal should contain the offeror�s best terms; however; the Government reserves the right to conduct exchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise proposals. The following factors, in descending order of importance, shall be used to evaluate offers: 1. Technical 2. Price Lowest Price Technically Acceptable where technical is more important than price.������������������������������������������������������������������������������������������������������������ (1) All technically acceptable offers shall be treated equally except for their price.� Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, or Unacceptable as described in Table A.1 below.� A rating of unacceptable in one or more technical subfactor will render that technical factor as Unacceptable in the Technical Evaluation and the proposal may be ineligible for award.� (2)� The following documents will be evaluated for completeness and compliance with the requirements of the RFP.� Please refer to the instructions in 52.212-1 Addendum. Incomplete items may be a basis for rejection. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: TECHNICAL FACTOR: The offeror�s proposal shall, at a minimum, address each of the subfactors outlined below as they apply to the Statement of Work (SOW), in Attachment 1. Detailed preparation instructions are included in the Addendum to FAR 52.212- 1(m), Proposal Preparation Instructions. The evaluation process shall proceed as follows: ����������� Sub Factor 1:� Qualifications and Experience. Reference SOW para. 2.2. If an offeror�s technical proposal is determined to be Technically Unacceptable, no further evaluation will be conducted.� Offerors determined to be technically unacceptable will be eliminated from consideration for contract award. Table A.1 Technically Acceptable/Unacceptable Ratings TECHNICALLY ACCEPTABLE/UNACCEPTABLE RATINGS Rating Description Acceptable Proposal clearly meets the minimum requirement of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation Sub Factor 1 - Qualifications and Experience: The Government will evaluate documentation of experience in performing at least three (3) The Joint Commission inspections.� The Government will evaluate documentation of experience in serving on The Joint Commission staff.� The Government will evaluate documentation of experience demonstrating either clinical experience (i.e. a licensed nurse or physician) or Health Facilities experience.� �� PRICE EVALUATION FACTOR: The government will rank all technically acceptable offers by total evaluated price (TEP).� The Offeror�s TEP will be determined by multiplying the quantities identified in the Price Schedule of the RFP by the offeror�s firm-fixed price for Contract Line Item Number (CLIN) 0001. PRICE REASONABLENESS:� The prices submitted in each offeror�s price proposal, as required by Addendum to FAR 52.212-1 will be evaluated to determine if proposed prices are fair and reasonable IAW FAR Part 13.106 -3(a) (which may include, but not limited to, one or more of the following proposal analysis techniques listed below). A contract will not be awarded to an offeror whose price is not determined to be fair and reasonable. Competitive offers, market research, current price lists, catalogs, or advertisements, comparison with similar items in a related industry, comparison to the independent Government estimate, or any other reasonable basis.� The Contracting Officer has determined that this requirement meets the commercial item definition in FAR 2.101; therefore, certified cost or pricing data is not required per FAR 15.403-1(b)(3). The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in 52.212-1 Addendum. Offerors may be asked to clarify certain aspects of their proposal. �Exchanges conducted with regard to resolve minor or clerical errors will not constitute discussions, and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. Therefore, each initial offer should contain the offeror�s best terms from a price and technical standpoint. (e) The government reserves the right to conduct clarifications or discussions, if determined necessary by the Contracting Officer, to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. (f)� Prior to an award, an offeror may be requested to provide business information for the purposes of a responsibility determination in accordance with FAR Part 9.� Failure to provide requested information may result in a determination of non-responsibility, and the offeror would then be considered ineligible for award. (End of provision) VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.102 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) and 52.212-2, Evaluation � Commercial Items (Oct 2014) applies to this solicitation.� In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with Alternate I (Oct 2014).� FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) and Alt I , and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) are applicable to this solicitation.� The following FAR provisions and clauses apply:� 52.202-1, Definitions (Nov 2013); 52.203-3, Gratuities (Apr 1984); 52.204-7, System for Award Management (Oct 2018); � 52.204-9, Personal Identify Verification of Contractor Personnel (Jan 2011); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-22, Alternative Line Item Proposal (Jan 2017); 52.209-7, Information Regarding Responsibility Matters (Oct 2018); 52.217-5, Evaluation Of Options (Jul 1990); 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.242-13, Bankruptcy (Jul 1995); 52.232-33, Payment by Electronic Funds Transfer � System for Award Management (Oct 2018); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.237-2, Protection Of Government Buildings, Equipment And Vegetation, (Apr 1984); 52.253-1, Computer Generated Forms (Jan 1991). The following clauses cited in clause FAR 52.212-5 also applies: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018); 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractor�s Debarred, Suspended, or Proposed Debarment (Oct 2015); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) (Nov 2011, Deviation Dec 2018); 52.219-8, Utilization of Small Business Concerns (Oct 2018); 52.219-13, Notice of Set-Aside of Orders (Nov 2011); 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003) (Jan 2017, Deviation Dec 2018); 52.219-28, Post Award Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 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, Employment Reports on Veterans (Feb 2016); 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010); 52.222-41, Service Contract Labor Standards (Aug 2018); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018); 52.222-50, Combating Trafficking in Persons (Jan 2019); 52.222-54, Employment Eligibility Verification (Oct 2015); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer (Oct 2018); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). The following DFARS provisions and clauses applies: 252.201-7000, Contracting Officer�s Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Antiterrorism Awareness Training for Contractors (Feb 2019); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015); 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018); 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014); 252.225-7012, Preference for Certain Domestic Commodities (Dec 2017); 252.225-7048, Export-Controlled Items (Jun 2013); 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 2019); 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (Dec 2018); 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.237-7023, Continuation of Essential Contractor Services (Oct 2010); 252.237-7024, Notice of Continuation of Essential Contractor Services (Oct 2010); 252.243-7001 Pricing of Contract Modifications (Dec 1991); 252.243-7002, Requests for Equitable Adjustment (Dec 2012); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); AFFARS 5352.201-9101, Ombudsman (Oct 2019); AFFARS 5352.223-9001; Health And Safety On Government Installations (Nov 2012); AFFARS 5352.242-9000, Contractor Access To Air Force Installations (Nov 2012); AFFARS 5352.242-9001, Common Access Cards (CACs) For Contractor Personnel (Nov 2012) FAR Clauses and Provisions by Full Text: 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): http://farsite.hill.af.mil/ � 52.252-2��������� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ � 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 15 days before the contract expires. 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 15 days before the contract expires; 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 66 months. 52.222-42������� STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY:� IT IS NOT A WAGE DETERMINATION Employee Class��������� ����������������������������������� Monetary Wage-Fringe Benefits 12010� Ambulance Driver����������������������������� $15.66 12040� Emergency Medical Technician�������� $15.66 (End of clause) 52.233-2��������� SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 42 CONS, 50 LeMay Plaza South, Maxwell AFB, AL 36112. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Attachments: Statement of Work Wage Determination Past Performance Questionnaire Past Performance List of References
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/59b57a9b4f24450f9dbe37de49c2da66/view)
- Place of Performance
- Address: Montgomery, AL 36113, USA
- Zip Code: 36113
- Country: USA
- Zip Code: 36113
- Record
- SN06011564-F 20210527/210525230057 (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 |