Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

44 -- GAS ADSORBERS- INDEFINITE DELIVERY REQUIREMENTS

Notice Date
9/2/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, Bldg 4118 Susquehana, APG, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W91B9481483100
 
Response Due
9/2/2008
 
Archive Date
3/1/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91B9481483100 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333411 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-02 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Aberdeen Proving Grounds, MD 21005 The USA ACA Aberdeen Proving Grounds requires the following items, Meet or Exceed, to the following: LI 001, 1001 BASE YEAR-ORDERING YEAR 1 *Please provide quantity discount pricing if available (see the attached sample)., 1, NSP; LI 002, 1001AA GAS ADSORBER, SIZE 24"X24"X16"SEE ATTACHED SPECIFICATIONS QUANTITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERS SHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTS SAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 75, EA; LI 003, 1001AB GAS ADSORBER, SIZE 24"X24"X18" QUANITIES ARE ESTIMATES ONLY SEE ATTACHED SPECIFICATIONSREMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERS SHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 20, EA; LI 004, 1001AC HEPA FILTER, SIZE 24"X24"X 11-1/2" GASKET UPSTREAMSEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY SEE ATTACHED FOR SPECIFICATIONSMINIMUM PURCHASE OF 3 EACH, MAXIMUM PURCHASE NOT TO EXCEED 3000 EACHREMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1570, EA; LI 005, 1001AD PRE-FILTER SIZE 24"X24"X5-7/8"QUANITIES ARE ESTIMATES ONLY SEE ATTACHED SPECIFICATIONS REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1090, EA; LI 006, 2001 ORDERING YEAR 2 OPTION 1 *Please provide quantity discount pricing if available (see the attached sample)., 1, NSP; LI 007, 2001 AA GAS ADSORBER 24"X24"X16" SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 100, EA; LI 008, 2001 AB GAS ADSORBER, SIZE 24"X24"X18"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 100, EA; LI 009, 2001 AC HEPA FILTER, SIZE 24"X24"X11-1/2" GASKET UPSTREAMSEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1600, EA; LI 010, 2001 AD PRE-FILTER SIZE 24"X24"X5-7/8" SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1100, EA; LI 011, 3001 ORDERING YEAR 3 OPTION 2 *Please provide quantity discount pricing if available (see the attached sample)., 1, NSP; LI 012, 3001 AA GAS ADSORBER, SIZE 24"X24"X16"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 100, EA; LI 013, 3001 AB GAS ADSORBER, SIZE 24"X24"X18"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 100, EA; LI 014, 3001 AC HEPA FILTER, SIZE 24"X24"X11-1/2" GASKET UPSTREAMSEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1600, EA; LI 015, 3001 AD PRE-FILTER, XIZE 24"X24"X5-7/8"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1100, EA; LI 016, 4001 ORDERING YEAR 4, OPTION 3 *Please provide quantity discount pricing if available (see the attached sample)., 1, NSP; LI 017, 4001 AA GAS ADSORBER, SIZE 24"X24"X16" SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 75, EA; LI 018, 4001 AB GAS ADSORBER, SIZE 24"X24"X18"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 150, EA; LI 019, 4001 AC HEPA FILTER, SIZE 24"X24"X11-1/2"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1600, EA; LI 020, 4001 AD PRE-FILTER, SIZE 24"X24"X5-7/8"SEE ATTACHED SPECIFICATIONSQUANITIES ARE ESTIMATES ONLY REMARKS: BOTH SPECIAL INSTRUCTIONS AND FILTERSSHALL MEET OR EXCEED GAS ADSORBER SPECIFICATIONS, SEE UPLOADED ATTACHMENTSSAFETY PROTOCOLS MUST BE OBSERVED OR TOXIC OPERATIONS AT SITES WILL BE TERMINATED, 1100, EA; For this solicitation, USA ACA Aberdeen Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Aberdeen Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to stephanie.gray5@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 180 days or less after receipt of individual delivery order. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Period of Performance will be A Base Year plus three (3) Option Years. Option Year pricing is for evaluation purposes only. The Government will evaluate pricing for all option years. However, award will be made for the Base Year only. The contract term is for a base year plus three ordering periods/option years. The base ordering year has a minimum guarantee of $100,000.00. The estimated target quantity 14,366 units. Acceptance shall be at destination. Appropriation funds will be referenced on individual delivery orders. Each delivery order will require packaging according to the manufacturer's recommended standard. The provision of FAR 52.212-3 and 52.212-3 Alt I, offeror Representations and Certifications-Commercial Items (July 2003) applies to this RFQ. 52.212-3 and 52.212-3 Alt I, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-1 Instructions to Offerors - Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Sep 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) SEP 2006 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 199152.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-4 Recovered Material Certification OCT 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.243-1 Changes--Fixed Price AUG 1987 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) OCT 2006 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7036 Buy American - Free Trade Agreement--Balance of Payments Program OCT 2006 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.232-7010 Levies on Contract Payments SEP 200552.204-7 Central Contractor Registration (Jul 2006)52.212-2 Evaluation - Commercial Items (Jan 1999)52.212-3 Offeror Representations And Certifications--Commercial Items (Sep 2006)52.219-1 Small Business Program Representations (May 2004) - Alternate I (Apr 2002)52.219-22 Small Disadvantaged Business Status (Oct 1999)52.222-18 Certification Regarding Knowledge Of Child Labor For Listed End Products (February 2001)52.222-22 Previous Contracts And Compliance Reports (Feb 1999)52.222-25 Affirmative Action Compliance (Apr 1984)52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004)52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998)52.252-2 Clauses Incorporated By Reference (Feb 1998)252.204-7006 Billing Instructions (Oct 2005)252.223-7001 Hazard Warning Labels (Dec 1991) 52.216-18 Ordering (Oct 1995)(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from enter date of contract award through enter total of base plus option ordering period.(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.(c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 -- Order Limitations (Oct 1995)(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.(b) Maximum order. The Contractor is not obligated to honor --(1) Any order for a single item in excess of $50,000.00;(2) Any order for a combination of items in excess of 500 items; or(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause) 52.216-21(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule.(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 180 days after issuance of the final delivery order, given that such delivery order is issued prior to the end of the contract period.(End of Clause) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This requirement will be awarded to a single vendor proposing the lowest aggregate unit price for all line items and combined option year ordering periods.(b)The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 52.217-9 see also BASIS OF AWARD (b) As prescribed in 17.208(d), insert a clause substantially the same as the following: Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) The Government intends to award a single contract (SF1449) as a result of this competition. The Government reserves the right to not award a contract as a result of this competition. (a) The term f.o.b. destination, as used in this clause, means -- (1) Free of expense to the Government, on board the carriers conveyance, at a specified delivery point where the consignees facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignees wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or constructive placement as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including piggyback) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for heavy or bulky freight. When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) THIS AMENDMENT IS ISSUED TO PROVIDE ANSWERS TO QUESTIONS. SELLERS MUST REFER TO THE NEW ATTACHMENT TITLES "QUESTIONS AND ANSWERS". ADDITIONALLY,THE CLOSING DATE AND TIME HAS BEEN EXTENDED TO SEPTEMBER2, 2008 @ 11:00AM EST. THIS AMENDMENT IS ISSUED TO PROVIDE ADDITIONAL SPECIFICATIONS FOR THE HEPA FILTERS. SELLERS MUST LOOK AT ATTACHMENTS TITLED "FC-HEPA 2003 PART 1" AND "FC-HEPA 2003 PART 2"
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=313c32703e9ede6aae7297f99028a55d&tab=core&_cview=1)
 
Place of Performance
Address: Aberdeen Proving Grounds, MD 21005<br />
Zip Code: 21005<br />
 
Record
SN01657334-W 20080904/080902221500-313c32703e9ede6aae7297f99028a55d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.