Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

99 -- MCC's Emergency Workforce Notification Service

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-09-RFP-0049
 
Point of Contact
Diane Bradley ,, Phone: 202 521-7231, John H. Young,, Phone: 202 521-3680
 
E-Mail Address
bradleyde@mcc.gov, youngj@mcc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 13.3 -SIMPLIFIED ACQUISITION METHODS AND FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. Solicitation MCC-09-RFP-0049 entitled "MCC Emergency Workforce Notification Service" is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 Other Computer Related Services, Small Business size standard $25 million. This IS A SMALL BUSINESS SET-ASIDE. Contractors shall provide the pricing (in accordance with the below Statement of Work) as follows: CLIN 0001: Base Year Emergency Notification Web-Site Service: Quantity 1 Year; CLIN 1001: Option Year 1: Emergency Notification Web-Site Service: Quantity 1 Year; CLIN 2001: Option year 2: Emergency Notification Web-Site Service: Quantity 1 Year; CLIN 3001: Option Year 3: Quantity 1 Year. Statement of Work (SOW) MCC Emergency Workforce Notification Service 1.0 Introduction The Millennium Challenge Corporation (MCC) is a Federal Corporation created under Title VI of the Foreign Operations, Export Financing, and Related Programs Appropriations Act, 2004. MCC requires an emergency notification system to alert, report, and establish communications with our workforce of an impending, existing, or continuing emergency. 2.0 Scope MCC requires a web-based incident management service that receives emergency information from a designated MCC sender and then sends out that information to approximately five-hundred (500) MCC employees via any or all of their familiar communication devices-simultaneously and globally, reaching most within minutes and also provide the capability to receive responses from those contacted via the internet and /or e-mail. 3.0 Services 3.1 The emergency alert web-based service shall have multiple activation capabilities i.e. web-log-in, 1-800 number, e-mail, hand-held device etc. The web-site service must be available to designated MCC employees 24 / 7 /365 for the purpose of sending and receiving emergency notification information. 3.2 The emergency alert web-based service shall provide a two way alert response capability that can contact MCC personnel via multiple ways i.e. internet, telephone, email, and blackberry after receiving the information from MCC. Each contact may have up to five (5) voice based and five (5) text-based contact points listed. 3.3 The emergency alert web-site service shall be able to send messages to MCC employee blackberry devices to include receipt of notifications and receive employee responses once contacted. 3.4 The emergency alert web-site service shall have the capability to leave a recorded emergency message after a call is answered or received by an answering machine. 3.5 The emergency alert web-site service shall include a feature for scheduling and connecting conference calls during an emergency for up to 25 participants. 3.6 The emergency alert web-site service system shall be able to contact any and all MCC personnel worldwide. 3.7 The emergency alert web-site service shall allow for choice of any combination of contact points where messages will be delivered. 3.8 The emergency alert web-site service must contain a drop-down device that allows for standardization of voice and text contact for message senders and recipients. 3.9 The emergency alert web-site service shall include capability to poll all message recipients by providing response options. 3.10 The emergency alert web-site service provider shall provide orientation/training to approximately 10 MCC employees to include the following: administrator training, user log-ins, train the trainer training, new features training, and best practices feature. 3.11 The emergency alert web-site provider shall provide live phone and troubleshooting customer support. 3.12 The emergency alert web-site provider shall supply MCC with an import template (preferably micro-soft excel spreadsheet) to load initial contact data. MCC will populate and return the template. Provider will examine the submission for discernible data exceptions. Provider will report any exceptions or errors to MCC that may interfere with proper loading of contact information or use of the web-site service. After the initial contact information is initially loaded by the provider, designated MCC personnel will update and provide this information quarterly to the provider via the import template. 3.13 The emergency alert web-site service shall at a minimum, allow 4 messages per contract year. The alert will be sent to approximately 500 employees with multiple communication devices each i.e. work phone, home phone, blackberry, voicemail, answering machine, email messages. 3.14 The emergency alert web-site service will include Blackberry functionality that can initiate an alert message, receive an alert message, receive phone calls, receive emails, include PIN messaging, and receive contact results. 3.15 The emergency alert web-site service shall comply with Federal Information Processing Standards (FIPS), Federal Telecommunication Standards (FED-STDS) and the Federal Information Security Management Act of 2002 and all supporting standards. 4.0. Government Furnished Information 4.1 Quarterly update contact information via import template. 4.2 Personnel listing of authorized administrators 5.0 Period of Performance The performance period of the contract is as follows: Base Period From date of contract award through Month 12. Option Period 1 Month 13 through Month 24 Option Period 2 Month 25 through Month 36 Option Period 3 Month 37 through Month 48 6.0 Place of Performance Contractor's Facility 7.0 Quotation Evaluation 7.1 Clause FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) (a) 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. The following factors shall be used to evaluate offers in descending order of importance: (1) Technical Capability • Web-service capability/functionality • Web-service reliability, safeguards, control points • Customer Service Support • Compliance with Federal Information Processing Standards (FIPS), Federal Telecommunication Standards (FED-STDS), Federal Information Security Management Act (FISMA) of 2002 requirements. (2) Past Performance • Similar notification web-service provided to other federal entities. (3) Price • Contractor's ability to provide web-service experience at the price proposed and current market conditions. (4) The Government will use the following adjectival rating for the technical proposals: Exceptional Offeror's proposal exceeds requirements and demonstrates an exceptional understanding of goals and objectives of the acquisition. One or more major strengths exist. No significant weaknesses or deficiencies exist. Acceptable Offeror's proposal demonstrates an acceptable understanding of goals and objectives of the acquisition. There may be strengths and weaknesses. Strengths outbalance any weaknesses that exist and there are no deficiencies. Marginal Offeror's proposal demonstrates a marginal understanding of the goals and objectives of the acquisition. Weaknesses have been found that outbalance any strengths that exist. Weaknesses will be difficult to correct. Deficiencies must be corrected prior to award. Unacceptable Offeror's proposal demonstrates an unacceptable understanding of the goals and objectives of the acquisition. The proposal has one or more significant weaknesses or deficiencies that will be very difficult to correct, or are not correctable. (5)Past performance shall be evaluated with respect to an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance on similar contract efforts. If the Offeror has no relevant corporate or organizational past performance, the Offeror may provide past performance on an Offeror's proposed key personnel who have relevant experience. An Offeror without a record of relevant past performance or for whom information on past performance is not available, will receive a neutral rating on past performance. Offerors are cautioned that the Government will use data provided by each Offeror and data obtained from other sources in the evaluation of past and present performance. The Past performance references should be included as a separate section in the Technical proposal and should include the following: contract Number, contract dollar value, period of performance, description of services, and name of agency or company point of contact for contract to include name, telephone number and email address. The Offeror shall provide completed work assignments during the last three years similar in nature, or directly related to the requirements of the statement of work. Past Performance - Adjectival Ratings: The Government will use the following ratings: High Risk, Medium Risk, Low Risk, and Unknown Risk High Risk Likely to cause significant disruption of schedule, increased cost or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Medium Risk Can potentially cause some disruption of schedule, increased cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low Risk Has little potential to cause disruption of schedule, increased cost or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. Unknown Risk No relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant past performance information for the Offeror or key team members/subcontractors or their key personnel. This is neither a negative or positive assessment. 8.0 Quotations Submission Requirements Provide sufficient information for the evaluation to be conducted as described in the above Statement of Work. Page limit - 8. Provide your proposed firm fixed price for one base year with 3 one year priced options to provide the service described in the Statement of Work. Be explicit and explain the pricing proposed. Please note, any travel incurred for transportation and per diem (lodging, meals and incidental expenses) is not reimbursable by MCC. Volume 1. Technical Proposal: One (1) original and 3 additional paper copies, One (1) CD or electronic copy. Volume 2: Price Proposal: One (1) Original and 3 additional paper copies, One (1) CD or electronic copy. This is a best value procurement. Offerors are cautioned that failure to provide all the required information may make the offer non-responsive and may result in elimination of the Offeror from further consideration for award. Also, Offerors are cautioned of the possibility that award may be made without discussion of the proposal received; therefore, the initial offer should be submitted on the most favorable terms from a price and technical standpoint which the Offeror can submit to the Government. A written notice of award or acceptance of an offer, mailed, or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. To be eligible for award, offerors must be registered in the Central Contractor Registration (CCR), as required by FAR 52.204-7, Central Contract Registration. The database can be accessed at http://www.ccr.gov. If you are already registered in the CCR, you are advised to review your information to ensure that your registration is complete and verified. To be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by April 30, 2009, 2:00PM (Eastern Daylight Savings Time). Quotations shall be mailed to: Millennium Challenge Corporation, 875 Fifteenth Street NW, Washington DC, 20005 Attn: Diane Bradley, Senior Contract Specialist, Phone: 202-521-7231, email: bradleyde@mcc.gov. Alternate Point of Contact, John Young, Contracting Officer, and Phone: 202-521-3680, email: youngj@mcc.gov. Any questions regarding this combined synopsis/solicitation must be submitted, in writing, within seven (7) days of the date of this notice. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offers-Commercial Items (June 2008) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (October 2008, ALT.1) The following clause is incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items (Jan 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] _X_ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). _x_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _x_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae7a044adbc4a8874cadab2c6a785bdd&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01781846-W 20090402/090331221402-ae7a044adbc4a8874cadab2c6a785bdd (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.