MODIFICATION
59 -- Request for Quotes - Brand Name Compact Peripheral Component Interconnect (CPCI) cards
- Notice Date
- 4/11/2025 11:18:03 AM
- Notice Type
- Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-25-Q-6163
- Response Due
- 4/28/2025 12:00:00 PM
- Archive Date
- 05/13/2025
- Point of Contact
- Erwin Cablay, Contract Specialist, Phone: 808-351-0154
- E-Mail Address
-
erwin.c.cablay.civ@us.navy.mil
(erwin.c.cablay.civ@us.navy.mil)
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 25-Q-6163. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334419, Other Electronic Component Manufacturing and the small business size standard is 750 employees. This procurement is a Total Small Business Set- Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Compact Peripheral Component Interconnect (CPCI) cards. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: Item No.Part NumberDescriptionQuantityUnit of Issue 000178C2-P8P8P8KNKNKL0BC00-55cPCI-6U Multifunction I/O board CPCI CARD, SERIAL 12-CH/RELAY 8-CH/LAT RELAY 4-CH84Each 000278C2-P8P8Z0Z0Z0Z00BC00-55cPCI-6U Multifunction I/O board CPCI CARD, SERIAL 8-CH84Each 0003N/ASHIPPING1Each The expected delivery date is on or before 30 May 2025. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: NIWC PACIFIC 4297 PACIFIC HWY BLDG OT7 SAN DIEGO, CA. 92110 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) offer as defined in the ""EVALUATION FACTORS FOR AWARD"" Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Products and Commercial Services, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: The ""Brand Name"" item (including part number) along with the salient physical, functional, and performance characteristics that a ""Brand Name"" product must meet are specified above in the ""DESCRIPTION OF REQUIREMENTS"". Offerors shall provide a quote (no page limit) that identifies the Brand Name item. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The quote must address and meet the requirements/specifications as defined under Technical Acceptability Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR Part 23, sustainable acquisition policies apply to both contracts for products and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non- ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d.Counterfeit Information Technology (IT) Certification: The following IT related statement applies to line items 0001 and 0002 and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: �Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content �Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 5.Representation: To be considered for award, offerors are required to submit the representations at FAR 52.204-24, FAR 52.204-26, DFARS 252.204-7016, and DFARS 252.204-7017. (Attachment 1 - FAR & DFARS Provisions for Certification) EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered in the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. A quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the quote and verify if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above. Additionally, the Government will evaluate the quote and verify specification requirements are met and perform an item risk assessment to determine technical acceptability. �This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, and Trade Agreements Act (TAA) compliant (reference 2(c) above) North Atlantic Industries (NAI) product. The Government will only accept the required brand name product as specified above in the ""DESCRIPTION OF REQUIREMENTS"". Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. The Government will evaluate the total price and perform a price risk assessment to determine fair and reasonableness. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the offeror's Responsibility/Qualification (R/Q) documentation in System for Award Management (SAM). The Government will consider supplier risk to assess the risk of unsuccessful performance and supply chain risk using the past performance data in the Supplier Performance Risk System (SPRS) to include quality, delivery, and other contractor performance information."" DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered CAGE and Unique Entity ID. Page Limitations: Not Applicable. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 11 April 2025 at 12:00PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-25-Q-6163. Include RFQ# N66001-25-Q-6163 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 28 April 2025 at 12:00PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/ N66001-25-Q-6163. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Nicole Rodenbaugh at nicole.c.rodenbaugh.civ@us.navy.mil. Reference RFQ# N66001-25-Q- 6163 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.Attachment 1- FAR & DFARS Provisions for Certification (Fill-in) 2.Attachment 2- Brand Name Justification (redacted) APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 01/17/2025 It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The current version (as of RFQ date) of the following FAR and DFARS Provisions, incorporated by reference, apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I 52.219-1 Small Business Program Representations--Alternate I 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.252-5 Authorized Deviations in Provisions 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services� Representation 252.204-7024 Notice on the use of the Supplier Performance Risk System 252.215-7008 Only One Offer 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (Aug 2024) (Deviation 2024-O0014) 252.239-7017 Notice of Supply Chain Risk The following FAR and DFARS Provisions, incorporated by full text, apply to this acquisition: 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (DEC 2023) (a) Definitions. As used in this provision, Covered article, FASCSA order, Intelligence community, National security system, Reasonable inquiry, Sensitive compartmented information, Sensitive compartmented information system, and Source have the meaning provided in the clause 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (b) Prohibition. Contractors are prohibited from providing or using as part of the performance of the contract any covered article, or any products or services produced or provided by a source, if the prohibition is set out in an applicable Federal Acquisition Supply Chain Security Act (FASCSA) order, as described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (c) Procedures. (1) The Offeror shall search for the phrase ""FASCSA order"" in the System for Award Management (SAM)( https://www.sam.gov) for any covered article, or any products or services produced or provided by a source, if there is an applicable FASCSA order described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (2) The Offeror shall review the solicitation for any FASCSA orders that are not in SAM, but are effective and do apply to the solicitation and resultant contract (see FAR 4.2303 (c)(2)). (3) FASCSA orders issued after the date of solicitation do not apply unless added by an amendment to the solicitation. (d) Representation. By submission of this offer, the offeror represents that it has conducted a reasonable inquiry, and that the offeror does not propose to provide or use in response to this solicitation any covered article, or any products or services produced or provided by a source, if the covered article or the source is prohibited by an applicable FASCSA order in effect on the date the solicitation was issued, except as waived by the solicitation, or as disclosed in paragraph (e). (e) Disclosures. The purpose for this disclosure is so the Government may decide whether to issue a waiver. For any covered article, or any products or services produced or provided by a source, if the covered article or the source is subject to an applicable FASCSA order, and the Offeror is unable to represent compliance, then the Offeror shall provide the following information as part of the offer: (1) Name of the product or service provided to the Government; (2) Name of the covered article or source subject to a FASCSA order; (3) If applicable, name of the vendor, including the Commercial and Government Entity code and unique entity identifier (if known), that supplied the covered article or the product or service to the Offeror; (4) Brand; (5) Model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); (6) Item description; (7) Reason why the applicable covered article or the product or service is being provided or used; (f) Executive agency review of disclosures. The contracting officer will review disclosures provided in paragraph (e) to determine if any waiver may be sought. A contracting officer may choose not to pursue a waiver for covered articles or sources otherwise subject to a FASCSA order and may instead make an award to an offeror that does not require a waiver. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://acquisition.gov/dfars (End of provision) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JAN 2025), applies to this acquisition and includes the following clauses by reference: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-50 Combatting Trafficking in Persons 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities The current version (as of RFQ date) of the following FAR and DFARS Clauses, incorporated by reference, apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.217-6 Option for Increased Quantity 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.219-33 Non-Manufacturer Rule 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.223-23 Sustainable Products and Services (DEVIATION 2025-O0004) 52.225-13 Restrictions on Certain Foreign Purchases 52.232-39 Unenforceability of Unauthorized Obligations 52.243-1 Changes�Fixed Price 52.246-2 Inspection of Supplies�Fixed-Price 52.247-34 F.o.b. Destination 52.249-8 Default (Fixed-Price Supply and Service) 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7022 Expediting Contract Closeout 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.239-7018 Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea�Basic CD 2025-O0003 Restoring Merit-Based Opportunity in Federal Contracts (MAR 2025) The following FAR and DFARS Clauses, incorporated by full text, apply to this acquisition: 52.252-2 Solicitation Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://acquisition.gov/dfars (End of clause) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) (a) Definitions. As used in this clause� ""Department of Defense Activity Address Code (DoDAAC)"" is a six position code that uniquely identifies a unit, activity, or organization. ""Document type"" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). ""Local processing office (LPO)"" is the office responsible for payment certification when payment certification is done external to the entitlement system. ""Payment request"" and ""receiving report"" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ""Web Based Training"" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. N/A (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. INVOICE (COMBO): PURCHASE ORDER N66001-25-P-6163 (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. N/A (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAAC N68732 Issue By DoDAAC N66001 Admin DoDAAC** N66001 Inspect By DoDAAC N66001 Ship To Code N66001 Ship From Code N/A Mark For CodeTBD Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a47144ee1752401db57e7451c736a325/view)
- Record
- SN07405881-F 20250413/250411230051 (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 |